Loading...
Agenda 12/12/2017 Item #11D12/12/2017 EXECUTIVE SUMMARY Recommendation to amend Professional Services Agreement No. 06-4000 with CH2M Hill, Inc. for the update and completion of the design of the Vanderbilt Beach Road Extension project in the amount of $3,901,850 (Project No. 60168). _____________________________________________________________________________________ OBJECTIVE: To resume the design services for Vanderbilt Beach Road Extension that meets projected capacity needs in the most cost-effective manner. CONSIDERATIONS: On December 12, 2006, Collier County contracted with CH2M Hill, Inc. (CH2) (“CH2”) in the amount of $5,650,000 for the Design for Vanderbilt Beach Road Extension from Collier Boulevard to Desoto Boulevard. On April 4, 2008, having nearly completed 60% design, the consultant was issued a letter of suspension due to the project being defunded because of the economic downturn, leaving a balance of unspent design fees in the amount of $1,638,087.84. On April 25, 2017, the of Board of County Commissioners directed staff to provide public notice of the intent to resume and amend Professional Services Agreement No. 06-4000 with CH2, the Vanderbilt Beach Road Extension project, and 30 days thereafter to begin discussions with CH2 to negotiate an amended contract to bring back to the Board for approval. Having received no objections from the public, staff began discussions with CH2M Hill, Inc. on June 12, 2017 to determine the anticipated amended scope of services and fees associated with completing the design of the Vanderbilt Beach Road Extension. To recommence with this design from the point of suspension (60% design stage) public outreach must be resumed; as many new residents who have relocated since January 2009 may be unfamiliar with this project. Project design traffic will need to be updated and existing plans refreshed to reflect the most recent traffic modeling projections and latest design standards. Design revisions are also anticipated because of a potential property reconfiguration between Collier County Public Schools and Collier County Parks and Recreation. Several pond site properties were changed due to more favorable acquisition costs, which will result in revisions to the current storm drainage design. It is also necessary to determine a construction phasing schedule that may result in a change in lane configurations and project limits, as funding is not currently available to construct this project. It is also noteworthy to recognize that additional change orders may be required in the future following public input and the evaluation of current design and permitting requirements. As a result of a recent meeting with the Golden Gates Estates Civic Association on November 13, 2017, staff has been directed to include in the scope, additional traffic modeling to examine the effects of three different scenarios with respect to the connections of side streets between 27th Street NW and 17th Street NW. The scenarios will include connecting all streets, no connections, and limited connections via frontage road(s). FISCAL IMPACT: Funds in the amount of $3,901,850 are available within the VBR Extension Project No. 60168 for the remaining design engineering fees. Subconsultants will be utilized for various tasks of the amended design engineering scope, and have been identified in the attachments. The source of funding for this contract amendment are impact fees and gas taxes. The project has been previously approved by the Board in the five-year Transportation Capital Improvement Plan. Construction is planned for late FY2020 to early FY2021 with an anticipated cost of $61 million; an additional $27 million is planned for required right-of-way acquisitions and related expenditures. 12/12/2017 Approval of this item will not have an impact on operational and maintenance costs; however, the completed project can be expected to have the following operational and maintenance impacts: minimal to no maintenance costs are expected to be incurred within the first 5 to 7 years of service for the new bridge and roadway features, and will be absorbed into the regular maintenance schedule thereafter; the new stormwater features will require minimal maintenance that will be absorbed into the regular maintenance schedule. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: This is consistent with objectives identified within 1, 2, and 10 of the Transportation Element of the Growth Management Plan. RECOMMENDATION: To amend Professional Services Agreement No. 06-4000 with CH2M Hill, Inc. for the Vanderbilt Beach Road Extension project in the amount of $3,901,850, and authorize the Chair to execute the attached Amendment #1. Prepared by: Andrew Miller, P.E., Principal Project Manager, Transportation Engineering Division, GMD ATTACHMENT(S) 1. [Linked] Contract_06-4000_(119 pages) (PDF) 2. [Linked] 06-4000 CH2M_Amendment1_Consultant Signed (PDF) 12/12/2017 COLLIER COUNTY Board of County Commissioners Item Number: 11.D Doc ID: 4326 Item Summary: Recommendation to amend Professional Services Agreement No. 06-4000 with CH2M Hill, Inc. for the update and completion of the design of Vanderbilt Beach Road Extension project in the amount of $3,901,850 (Project No. 60168). (Marlene Messam, Project Manager Principal, Transportation Engineering) Meeting Date: 12/12/2017 Prepared by: Title: Project Manager, Senior – Transportation Engineering Name: Andrew Miller 12/01/2017 11:05 AM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 12/01/2017 11:05 AM Approved By: Review: Capital Project Planning, Impact Fees, and Program Management Trinity Scott Additional Reviewer Completed 12/01/2017 11:33 AM Growth Management Department Diane Lynch Level 1 Reviewer Completed 12/01/2017 11:40 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 12/01/2017 12:07 PM Growth Management Department Andrew Miller Additional Reviewer Skipped 12/01/2017 12:10 PM Growth Management Operations Support Allison Kearns Additional Reviewer Completed 12/01/2017 12:24 PM Procurement Services Sandra Herrera Additional Reviewer Completed 12/04/2017 10:02 AM Procurement Services Ted Coyman Additional Reviewer Completed 12/04/2017 3:13 PM Growth Management Department Lisa Taylor Additional Reviewer Completed 12/04/2017 3:18 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 12/04/2017 4:41 PM Growth Management Department James French Deputy Department Head Review Completed 12/04/2017 5:55 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 12/05/2017 8:29 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 12/05/2017 9:11 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 12/05/2017 3:10 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 12/06/2017 7:26 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 12/06/2017 9:12 AM Board of County Commissioners MaryJo Brock Meeting Pending 12/12/2017 9:00 AM Contract 06-4000 "Professional Design and Related Services for the Vanderbilt Beach Road Extension from Collier Boulevard to Desoto Boulevard", Project #60168 PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this r -2 day of Lce�" 6er- 200 (e, 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" or "OWNER") and CH2M Hill, authorized to do business in the State of Florida, whose business address is 5801 Pelican Bay Boulevard, Suite 505, Naples, FL 34108 (hereinafter referred to as the "CONSULTANT'). WITNESSETH: WHEREAS, the OWNER desires to obtain the professional Design and related services of the CONSULTANT concerning Vanderbilt Beach Road Extension (hereinafter referred to as the "Project"), said services being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; and WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; 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: 1 ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to OWNER professional Design and related 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 OWNER 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. 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 OWNER. 1.5. CONSULTANT designates John W. Moqqe, Jr., PhD, RA, 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 2 ii the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without OWNER'S prior written approval, and if so removed must be immediately replaced with a person acceptable to OWNER. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from Owner 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 OWNER. 1.7. The CONSULTANT represents to the OWNER 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 OWNER'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, ordinances, codes, rules, regulations and requirements of any governmental agencies, including the Florida Building Code where applicable, which regulate or have jurisdiction over the Project or the services to be provided and performed by CONSULTANT hereunder. In the event of any conflicts in these requirements, the CONSULTANT shall notify the OWNER of such conflict and utilize its best professional judgment to advise OWNER regarding resolution of each such conflict. OWNER'S 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. 1.8. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without OWNER'S prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or 3 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 OWNER prompt written notice of any such subpoenas. 1.9 As directed by OWNER, all plans and drawings referencing a specific geographic area must be submitted in an AutoCad Digital Exchange File (DXF) 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 OWNER. 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 If authorized in writing by OWNER through an 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 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 OWNER'S Administrative Procedures in effect at the time such services are authorized. These services will be paid for by OWNER 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 an Amendment to this Agreement prior to starting such services. OWNER 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 OWNER 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 OWNER 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. 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. 2.2. 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, OWNER'S schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by OWNER 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. 2.3 Providing renderings or models for OWNER'S use. 2.4 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 OWNER in obtaining such process licensing. 5 2.5. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.6. Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by OWNER, other than visits to the Project site or OWNER's office. 2.7 Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.8. Preparing to serve or serving as a CONSULTANT or witness for OWNER 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). 2.9 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 OWNER'S RESPONSIBILITIES 3.1. The OWNER shall designate in writing a project manager to act as OWNER'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 OWNER'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; 6 (b) The time the CONSULTANT is obligated to commence and complete all such services; or (c) The amount of compensation the OWNER 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 OWNER'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 OWNER'S possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; (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 OWNER 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 OWNER 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 OWNER, fires, floods, epidemics, quarantine regulations, strikes or lock -outs, then CONSULTANT shall notify OWNER 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 OWNER 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 OWNER. CONSULTANT'S sole remedy against OWNER 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 8 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 OWNER hereunder, the OWNER 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 OWNER's satisfaction that the CONSULTANT'S performance is or will shortly be back on schedule. 4.5 In no event shall any approval by OWNER authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by OWNER to CONSULTANT be deemed a waiver of any right or claim OWNER may have against CONSULTANT for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the OWNER 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. ARTICLE SIX OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by OWNER, CONSULTANT shall deliver to OWNER copies or originals of all records, documents, drawings, notes, tracings, plans, Auto CADD 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"). OWNER 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 OWNER 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 OWNER to pay any additional compensation, CONSULTANT hereby grants to OWNER a nonexclusive, irrevocable license in all of the Project Documents for OWNER'S use on this Project. CONSULTANT warrants to OWNER that it has full right and authority to grant this license to OWNER. Further, CONSULTANT consents to OWNER'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 OWNER may be making Project Documents available for review and information to various third parties and hereby consents to such use by OWNER. 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. OWNER, or any duly authorized agents or representatives of OWNER, 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 OWNER, 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 10 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. 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, Florida, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against OWNER 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 coverages of CONSULTANT shall be primary to any insurance or self-insurance program carried by OWNER 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 OWNER applicable to this Project. 9.3.4. The Certificates of Insurance, which are to be provided in the form attached as Attachment I to Schedule D, must identify the specific Project name, as well as the site location and address (if any). 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 OWNER shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and ii received by OWNER, 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 OWNER. 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 OWNER. No provision of this Agreement shall, however, be construed as constituting an agreement between the OWNER 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 OWNER 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. CONSULTANT also has identified each subconsultant and subcontractor it intends to utilize on the Project in Schedule F. All personnel, subconsultants and subcontractors identified in Schedule F shall not be removed or replaced without OWNER'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 terms this Agreement, 12 and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the OWNER. Each subconsultant or subcontract agreement shall preserve and protect the rights of the OWNER under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the subconsulting 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 OWNER 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 OWNER and any subconsultant or subcontractor. Further, all such contracts shall provide that, at Owner's discretion, they are assignable to OWNER 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 OWNER 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 OWNER shall be deemed to be a waiver of any of OWNER'S rights against CONSULTANT. 13 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 OWNER 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 OWNER, 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 OWNER 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 OWNER 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 OWNER shall be the same as. and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. OWNER 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 OWNER shall be limited to that portion of 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 14 OWNER, 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 Owner, the CONSULTANT shall deliver to the OWNER all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Section 6, that are in CONSULTANT'S possession or under its control. 12.5. The OWNER 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) OWNER 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) OWNER otherwise persistently fails to fulfill some material obligation owed by OWNER to CONSULTANT under this Agreement, and (ii) OWNER 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 OWNER 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 OWNER of CONSULTANT'S intent to terminate this Agreement. If OWNER does not cure its default within fourteen (14) days after receipt of CONSULTANT'S written notice, CONSULTANT may, upon fourteen (14) additional 15 days' written notice to the OWNER, terminate the Agreement and recover from the Owner 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 Owner. 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 Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the OWNER 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 Z 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 OWNER shall be in writing and shall be delivered by hand, by fax, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following OWNER'S address of record: Board of County Commissioners, Collier County Florida Purchasing Department, Building H 3301 Tamiami Trail East Naples, FI. 34112 Attention: Stephen Y. Carnell, Purchasing/General Services Director Fax: 239-530-6584 16.2. All notices required or made pursuant to this Agreement to be given by the OWNER to the CONSULTANT shall be made in writing and shall be delivered by hand, by fax or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT'S address of record: CH2M Hill, Inc. 5801 Pelican Bay Boulevard, Suite 505 Naples, Florida 34108 Telephone: 239-596-1715 Fax: 239-596-2579 Attn: Bill Gramer, P.E. 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. 17 ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing OWNER, shall promote the best interests of OWNER and assume towards OWNER 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 OWNER. 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. 18 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 TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS 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 OWNER the Truth -In -Negotiation Certificate 19 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 OWNER 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 OWNER 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." 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 OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER 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 OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to subrNt 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 21 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. 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. 21 IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement for Professional Design and Related Services for Vanderbilt Beach Road Extension from Collier Boulevard to Desoto Boulevard the day and year first written above. ATTEST-, a tq Dwightt. �Srock,41eriv �- Date. '' Approved as .to -form and legal su i_ 7 Robbrt ha Assistant County Attomey WitJ�es Typed Name and Title Witness �11�5 (Ae� Typed Name and Title BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA, Frank Halas, Chairman CH2M Hill, Inc. By: ILe & - I Typed Name and Title 22 2 SCHEDULE A SCOPE OF SERVICES: ENGINEERING AND PERMITTING SERVICES FOR CAPACITY IMPROVEMENTS FOR VANDERBILT BEACH ROAD EXTENSION FROM COLLIER BOULEVARD (CR 951) TO DESOTO BOULEVARD TABLE OF CONTENTS PURPOSE PROJECT DESCRIPTION 2.1 Roadway: Plan Type: P1an\Profile-1"=60' full plan views, 1"=60' Horiz, 1"= 2' Vert full profile views. 2.2 Drainage 2.3 Utility Coordination 2.4 Permits 2.5 2.6 2.7 2.8 2.9 2.10 2.11 2.12 2.13 2.15 2.16 2.17 2.18 2.19 2.20 2.21 Structures Signing and Pavement Markings Signals Lighting Landscape Architecture (Not Applicable to this project) Survey Photogrammetry Geotechnical Archaeological Survey Noise Analysis Joint Project Agreements (Not applicable to this proj Specifications Package Project Schedule Submittals Provisions for Work 1 2 10 10 10 10 10 11 11 11 11 11 11 11 11 12 12 2.22 Services to be performed by the COUNTY 12 3 PROJECT GENERAL TASKS 13 3.1 Public Involvement 15 3.2 Joint Project Agreements (Not applicable to this project) 16 3.3 Specifications Package Preparation 16 3.4 Contract Maintenance 17 3.5 Value Engineering (Multi -disciplined Team) Review (Not Applicable to this project) 17 3.6 Prime Project Manager Meetings 17 4 ROADWAY ANALYSIS 17 4.1 Typical Section Package 17 4.2 Pavement Design Package 17 4.3 Access Management 17 4.4 Horizontal/Vertical Master Design Files 18 4.5 Cross Section Design Files 18 4.6 Traffic Control Analysis 18 4.7 Master TCP Design Files 19 4.8 Design Variations and Exceptions. 19 4.9 Design Report 19 4.10 Computation Book and Quantities 19 4.11 Cost Estimate 19 4.12 Technical Special Provisions 20 20 4.13 Field Reviews 20 4.14 Technical Meetings 20 4.15 Quality Assurance/Quality Control 20 4.16 Independent Peer Review 21 4.17 Supervision 21 4.18 Coordination 21 5 ROADWAY PLANS 22 6 DRAINAGE ANALYSIS 23 6.1 Determine Base Clearance Water Elevation 23 6.2 Pond Siting Analysis and Report 23 6.3 Design of Cross Drains 24 6.4 Design of Roadway Ditches 24 6.5 6.6 Design of Outfalls Design of Stormwater Management Facility (Offsite Pond) 24 6.7 Design of Stormwater Management Facility (Roadside Ditch as Linear ) Pond of applicable 4 to this project) 24 6.8 Design of Flood Plain Compensation Area 24 6.9 6.10 Design of Storm Drains Optional Culvert Material (Not applicable to this project) 24 6.11 French Drain Design (Not applicable to this project) 24 24 6.12 Drainage Wells (Not applicable to this. project) 24 6.13 Drainage Design Documentation Report 25 6.14 Bridge Hydraulic Report 25 6.15 Cost Estimate 25 6.16 Technical Special Provisions 25 6.17 Field Reviews 25 6.18 6.20 Technical Meetings Independent Peer Review (Not applicable to this project) 26 26 6.21 Supervision 26 6.22 Coordination 26 7 UTILITIES 26 7.1 Kickoff Meeting 26 7.2 Identify Existing UAO(s) 26 7.3 7.4 Make Utility Contacts Exception Coordination (Not applicable for this project) 27 27 7.5 Preliminary Utility Meeting 27 7.6 Individual/Field Meetings 28 7.7 Collect and Review Plans and Data from UAO(s) 28 7.8 Subordination of Easements Coordination 28 7.9 Utility Design Meeting Review Utility Markups and Work Schedules and Processing of Schedules and Agreements 29 7.10 7.11 Utility Coordination/Follow up 29 7.12 7.13 Utility Constructability Review Additional Utility Services (Not applicable for this project) 29 7.14 of applicable for this project) 29 Processing Utility Work by Highway Contractor (UWHC) (N Pp 29 7.15 Contract Plans to UAO(s) 29 7.16 Certification/Close-Out (Not applicable for this project) 29 8 ENVIRONMENTAL PERMITS 29 8.1 Wetland Delineation 30 8.2 Threatened & Endangered (T&E) Species Surveys 31 8.3 Florida Panther Biological Opinion 31 8.4 Meetings 31 8.5 Regulatory Agency Field Reviews 31 8.6 Mitigation Design II 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS 32 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT 33 11 STRUCTURES - TEMPORARY BRIDGE (Not applicable for this project) 34 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE 34 General Layout Design and Plans 35 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE (Tasks 13.1-13.53 are not applicable for this project) 36 14 STRUCTURES - STRUCTURAL STEEL BRIDGE (Tasks 14.1-14.61 are not applicable for this project) 36 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE (Tasks 15.1-15.78 are not applicable for this project) 36 16 STRUCTURES - MOVABLE SPAN (Tasks 16.1-16.102 are not applicable for this project)_ 36 17 STRUCTURES - RETAINING WALL (Tasks 17.1-17.21 are not applicable for this project) -36 18 STRUCTURES - MISCELLANEOUS 36 20 21 22 23 19 SIGNING AND PAVEMENT MARKING ANALYSIS 19.1 Traffic Data Analysis 19.2 No Passing Zone Study (Not applicable for this project) 19.3 Reference and Master Design File 19.4 Multi -Post Sign Support Calculations 19.5 Sign Panel Design Analysis 19.6 Sign Lighting/Electrical Calculations (Not applicable for this project) 19.7 Quantities 19.8 Computation Book 19.9 Cost Estimates 19.10 Technical Special Provisions 19.11 Field Reviews 19.12 Technical Meetings 19.13 Quality Assurance/Quality Control 19.14 Independent Peer Review (Not applicable to this project) 19.15 Supervision 19.16 Coordination SIGNING AND PAVEMENT MARKING PLANS SIGNALIZATION ANALYSIS 21.1 Traffic Data Collection 21.2 Traffic Data Analysis 21.3 Signal Warrant Study 21.4 Systems Timings (Not applicable for this project) 21.5 Reference and Master Signalization Design File 21.6 Reference and Master Interconnect Communication Design File There are no Signal Interconnect Plans anticipated for this project. 21.7 Overhead Street Name Sign Design 21.8 21.9 21.10 21.11 21.12 21.13 21.14 21.15 21.16 2.17 21.18 Pole Elevation Analysis Traffic Signal Operation Report Quantities Cost Estimate Technical Special Provisions_ Field Reviews Technical Meetings Quality Assurance/Quality Control Independent Peer Review (Not applicable to this project) Supervision Coordination SIGNALIZATION PLANS LIGHTING ANALYSIS 23.1 Lighting Justification Report (Not applicable for this project) III 37, 37 37 37 38 38 38 38 38 38 38 39 39 39 39 39 39 39 40 40 40 40 40 40 40 40 40 40 40 40 41 41 41 42 42 42 42 42 42 43 43 F0 23.2 Lighting Design Analysis Report 43 23.3 Aeronautical Evaluation (Not applicable for this project) 43 23.4 Voltage Drop Calculations 43 23.5 FDEP Coordination and Report (Not applicable for this project) 43 23.6 Reference and Master Design Files 43 23.7 Temporary Lighting (Not applicable for this project) 44 23.8 Design Documentation 44 23.9 Quantities 44 23.10 Cost Estimate 44 23.11 Technical Special Provisions 44 23.12 Field Reviews 44 23.13 Technical Meetings 44 23.14 Quality Assurance/Quality Control 45 23.15 Independent Peer Review 45 23.16 Supervision 45 23.17 Coordination 45 24 LIGHTING PLANS 45 25 LANDSCAPE ARCHITECTURE ANALYSIS (Not Applicable for this project) 45 26 LANDSCAPE ARCHITECTURE PLANS (Not Applicable for this project) 45 27 SURVEY 45 28 PHOTOGRAAEMETRY 45 29 MAPPING 46 30 GEOTECHNICAL 46 31 ARCHITECTURE DEVELOPMENT and tasks 31.1— 31.155 are not applicable for this project.46 32 PROJECT REQUIREMENTS 46 32.1 Liaison Office 46 32.2 Key Per 46 32.3 Progress Reporting 46 32.4 Correspondence 46 32.5 Professional Endorsement 46 32.6 Computer Automation 47 32.7 Coordination with Other Consultants 47 32.8 Optional Services 47 33 ADDITIONAL TERMS 47 34 INVOICING 49 F0 SCOPE OF SERVICES FOR ENGINEERING AND PERMITTING SERVICES This Exhibit forms an integral part of the agreement between Collier County (hereinafter referred to as the COUNTY) and CH2M HILL (hereinafter referred to as the ENGINEER) relative to the transportation facility described as follows: Vanderbilt Beach Road Extension from Collier Boulevard (CR 951) to DeSoto Boulevard, a distance of approximately 11.0 miles. The project will be divided into two sections for design, bidding and construction services: ■ Project 1 — Collier Boulevard (CR 951) to Wilson Boulevard, approximately 5.11 miles; ■ Project 2 — Wilson Boulevard to DeSoto Boulevard, approximately 5.87 miles; This Scope of Services addresses the permitting, preparation of construction plans and specifications for Projects 1.and 2 of the Vanderbilt Beach Road Extension improvements. 1 PURPOSE The purpose of this Exhibit is to describe the scope of work and the responsibilities of the ENGINEER and the COUNTY in connection with the design and preparation of complete construction contract plans and special provisions for Projects 1 and 2. The primary work - efforts include: • Roadway improvements to the transportation facility described above. Bridge/Structural improvements associated with the above described roadway improvements as identified herein. • Drainage Analysis and Design and Environmental Permitting in support of the roadway improvements. • Signing and Marking, Signalization and Lighting improvements associated with the roadway improvements. The general objective is for the ENGINEER to prepare two (2) sets of plans (individual plan sets for Project 1 and Project 2) to be used by Collier County to bid and construct the project. Elements of work shall include roadways, structures, intersection improvements, geotechnical investigation, surveys, drainage, signing and pavement markings, signalization, lighting, utility plans (identify all existing utilities, no new utility designs are included, relocations will be limited to perpendicular crossing impacts. Exception: Well RO-4 Waste Line -150 LF), right-of-way maps and legal descriptions, maintenance of traffic (basic phasing), cost estimates, environmental permits, quantity computation books, (4) public meetings (per project) and all A-1 necessary incidental items as listed and estimated in this scope of work. The Scope of Services establishes which items of work described in the Florida Department of Transportation (FDOT) Plans Preparation Manual, Collier County Land Development Code and other pertinent manuals to accomplish the work are specifically included in this contract, and also which of the items of work will be the responsibility of the ENGINEER or the COUNTY. The ENGINEER 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 ENGINEER shall set up and maintain throughout the life of the project a contract file documenting project progress and any changes. The COUNTY will provide contract administration, management services, and cursory technical reviews of all work associated with the plans development and documentation. The COUNTY will provide job specific information and correspondence as well as plans and details of other site development improvements as outlined in this contract. 2 PROJECT DESCRIPTION The ENGINEER shall investigate the existing conditions and status of any projects in the corridor area and become familiar with concepts and commitments (typical sections, alignments, etc.) developed from previous Collier County design projects. The ENGINEER shall incorporate the following into the design of this facility: 2.1 Roadway: Plan Type: Plan\Profile — 1"=60' full plan views, 1"=60' Horiz, 1"= 2' Vert full profile views. Typical Section: Design will provide for a six -lane urban roadway. Refer to typical section discussion below. A-2 Limits: Project 1 Vanderbilt Beach Road from Collier Boulevard (CR 951) to Wilson Boulevard (approximately 5.11 miles). The improvements will reflect a six -lane divided urban improvement within 200 feet of right-of-way. Included in this section is the improvement of the Massey Street, 27tn, 23rd, 21St 19th, and 17th Street NW Intersections for a maximum distance of 500 feet from Vanderbilt Beach Road Extension and the Wilson Boulevard intersections for a maximum distance of 1400 feet (700 feet North and 700 feet South) from Vanderbilt Beach Road Extension. These intersections will be modified to tie Vanderbilt Beach Road Extension into the existing streets. The VBR/Wilson Boulevard Intersection will be designed as a 6 -lane (VBR) by 4 -lane (Wilson) intersection. The proposed future intersections of VBR and 13th Street NW and 15the Street NW will be considered in the Conceptual Design (6 -lane by 3 -lane, pair direction to be provided by COUNTY) but will not be included in the Final Plans. The proposed future bridges at 13th Street NW and 15th Street NW will be considered in the Conceptual Design but will not be included in the Final Plans. The demolition of the existing 13th Street NW over Cypress Canal Bridge will not be included as part of the VBR Plans. This current connection will not be maintained. Project 2 — Vanderbilt Beach Road from Wilson Boulevard to DeSoto Boulevard (approximately 5.87 miles). The improvements will reflect a 4 -lane sub -urban improvement (in a six -lane divided urban roadway footprint) with 200 feet of right-of-way. Included in this section is the improvement of 8th and 16th Street NE (1000 ft each — 500 feet north and 500 feet south from Vanderbilt Beach Road Extension), Everglades Boulevard and DeSoto Boulevard (1400 ft each - 700 feet North and 700 feet South from Vanderbilt Beach Road Extension). The VBR/8th and. 16th Street NE Intersections will be designed as a 6 -lane (VBR) by 4 -lane intersection with an interim stop sign condition. The VBR/Everglades Intersection will be designed as a 6 -lane (VBR) by 6 -lane (Everglades) intersection. The VBR/Desoto Blvd Intersection will designed as a 6 -lane (VBR) by 4 -lane (Desoto) intersection. The detailed project limits for Survey and Design are shown in Table 1. A_3 TABLE 1 Street Project Comment Name Length LF VBR 56400 Survey shall began 150' east of Webber and end east of Desoto Blvd Webber 100 Return connections Sta 452+00 100 Return connections Sta 464+00 100 Return connections Massey Rd 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. Douglas St 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 27th St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 25th St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 23' St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 21St St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 19th St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 17th St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 15th St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. A-4 13" St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 11t" St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. Wilson Blvd 1400 Survey for Wilson Blvd, Everglades Blvd and Desoto Blvd shall begin 700 feet south of the centerline of ROW for VBR and end 700 feet north. Design Limits — 700 feet N/S of Intersection 8t" St NE 1000 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR each side of the centerline 16" St NE 1000 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR each side of the centerline Everglades 1400 Survey for Wilson Blvd, Everglades Blvd and Desoto Blvd Blvd shall begin 700 feet south of the centerline of ROW for VBR and end 700 feet north. Design Limits — 700 feet N/S of Intersection Desoto Blvd 1400 Survey for Wilson Blvd, Everglades Blvd and Desoto Blvd shall begin 700 feet south of the centerline of ROW for VBR and end 700 feet north. Design Limits — 700 feet N/S of Intersection Intersections: Minor improvements to the above mentioned intersections are included within this scope of services. Intersection delay studies, capacity analyses and modeling are not included in this scope of services. Traffic Control Plans: Typical Sections, Detail Sheets and Basic Conceptual Phasing Plan Sheets are included in this scope of services. A-5 Final Design or improvements to: • Massey Street from Vanderbilt Beach Road to Tree Farm Road — a distance of approximately 1.0 mile, may be added to this Scope of Services as Additional Services at the discretion of the COUNTY. • 13th Street from Vanderbilt Beach Road to Golden Gate Boulevard — a distance of approximately 1.0 mile, along with a new bridge over the Cypress Canal at 13th Street may be added to this Scope of Services as Additional Services at the discretion of the COUNTY. • 15th Street from Vanderbilt Beach Road to Golden Gate Boulevard — a distance of approximately 1.0 mile, along with a new bridge over the Cypress Canal at 15th Street may be added to this Scope of Services as Additional Services at the discretion of the COUNTY. • 8th Street from 12th Ave NE to south of the Golden Gate Canal — a distance of approximately 0.75 mile, may be added to this Scope of Services as Additional Services at the discretion of the COUNTY. • 16th Street from 12th Ave NE to south of the Golden Gate Canal — a distance of approximately 0.75 mile, may be added to this Scope of Services as Additional Services at the discretion of the COUNTY. • Limits of improvements on Wilson Boulevard, Desoto Boulevard and Everglades Boulevard may be increased and added to this Scope of Services as Additional Services at the discretion of the COUNTY. • The Design of New County Utilities (Potable Water, Raw Water -Fresh, Raw Water -Brackish, Sewer, IQ, Waste) along the Project Corridor may be added to this Scope of Services as Additional Services at the discretion of the COUNTY. 2.2 Drainage The stormwater system will be designed to meet the permitting requirements of all applicable permitting agencies. Stormwater system design will consider best management practices, open and closed systems, ditches, ponds, etc. or a combination thereof, within and outside the existing right of way. The design of 17 off-site ponds appear to be the most practical treatment method for Sections 1 and 2 and are part of this Scope of Services. A-6 Preparation of Bridge Hydraulics Reports for the proposed bridges over controlled flow canals is included in this scope. 2.3 Utility Coordination The ENGINEER will identify and accurately depict all existing utilities (public and private) within the project limits based on Record information provided by the COUNTY and local utility agency owners (UAO). Survey tasks will locate above ground utilities and facilities such as manholes, valve boxes, etc. A limited amount ($17,500) of Physical underground locates (Pot -holing) of existing utilities is included as a service in this scope of work. If it is determined that those services need to be expanded, they will be considered Additional Services. Coordinate with all existing utility owners (public and private) on this Project. Identify needs to relocate, modify and/or leave in place. Design or modifications/relocations of Collier County utilities (except as noted in Section 1 — Purpose), such as water, sanitary sewer, reclaimed water, etc. is not anticipated or included in this scope of services and will be considered Additional Services. Other local agency utility relocation/modification is not included in this Scope of Services and will be considered. Additional Services. CONSULTANT will coordinate the need for additional COUNTY facilities during the design process. Design of new County facilities is not included in this Scope of Services and will be considered Additional Services. CONSULTANT shall be made aware of anticipated additional COUNTY facilities to be incorporated into the plans within 30 days of the 30% Plans Submittal. Revision of design documents after this time to accommodate any new facilities will be considered as Additional Services. 2.4 Permits The ENGINEER will: A-7 Identify all needed permits. Obtain COUNTY approval on decisions regarding, or modifications to, permits. Obtain COUNTY review prior to submittal of applications and designs to the permitting agency. The ENGINEER will be responsible for ensuring that environmental assessments for wetland systems, wildlife and habitat surveys (available data and field reviews), and historical/archaeological surveys are performed. Phase II Surveys (Environmental) and Specific Species (T&E) Surveys will be considered Additional Services. Extraordinary environmental efforts including, but not limited to, contamination testing, wildlife tracking/telemetry studies and coordination of significant historic/archaeological resources will be considered Additional Services. Apply for and coordinate for approval all necessary permits including, but not limited to: Environmental Resource Permit from the South Florida Water Management District; Army Corps of Engineers; BCB ROW Permit. A COUNTY representative will be present (invited to) at all meetings with regulatory agencies. 2.5 Structures The ENGINEER will analyze and design structures as follows: It s Shall be assumed that only conventional FDOT bridge type structures, more specifically pile supported, cast -in-place Flat Slab or AASHTO beam bridges will be evaluated as part of the Bridge Development Report (BDR). CONSPAN will be considered but is not anticipated to be utilized. Project 1: Collier Boulevard to Wilson Boulevard Brid es: This section of the project consists of 3 new bridge structures as described below. The bridge over Curry Canal (Bridge B-3) shall be assumed identical to Bridges B-1 and B-2 in Project 2. For the purpose of preparing a fee estimate for this contract, it shall be assumed that all bridges in Project 1 will be constructed as short span concrete bridges with 3 -spans at 30 ft each. See Table 2 for bridge details. Canal relocations (including BCB Permitting) to reduce the span length for Bridge 1 and Bridge 2 is anticipated and included in this scope of services. Walls: Soundwalls: Anticipated at Intersection of VBR and Massey Street, approximately 1000 ft long. Maximum Height = 9 ft. If warranted, the wall will be required to be constructed on owner ROW. The ROW and TCE will be provided by the property owner at no additional cost to the County. A-8 Retaining Walls: Although no walls are anticipated, Retaining Wall Design for a maximum of 500 LF (Total combined Project 1 and 2) has been included in this Scope of Services. Box Culverts: None anticipated Pedestrian Underpass — None anticipated Miscellaneous Other Structures Signal: Standard Mast Arms = 4 total Sign Structures: None. Project 2: Wilson Boulevard to DeSoto Boulevard Bridges: This section of the project consists of 4 new bridge structures as described below. It shall be assumed that Bridge B-1 and B-2 will be identical to Bridge B-3 in Project 1. For the purpose of preparing a fee estimate for this contract, it shall be assumed that all bridges in Project 2 will be constructed as short span concrete bridges with 3 -spans at 30 ft each. See Table 2 for bridge details Walls Soundwalls: None. Retaining Walls: None. Box Culverts: None. Miscellaneous Other Structures Signal: Standard Mast Arms = 8 total Sign Structures: None. The design of new box culverts, box culvert extensions, miscellaneous foundations, special lighting foundations, and retaining walls is not included in this Scope of Services. A-9 Table 2 Section Name Approx Width Description B-1 Lane —119 ft ver Cypress Canal — Sta 496+00 a rox 1 B-2 Lane —119 ft ver Cypress Canal — Sta 594+00 a rox B-3 Lane —119 ft ver Curry Canal B-1 Lane — 119 ft ver Corkscrew Canal Iver B-2 Lane — 119 ft ver Orange Tree Canal 2 B-3 Lane — 119 ft ver Main Golden Gate Canal B-4 Lane — 119 ft Faka Union Canal 2.6 Signing and Pavement Markings The ENGINEER will analyze and design signing and pavement markings. Signing and pavement markings shall be determined during the design process. 2.7 Signals This Scope of Services includes the following signalized intersections: Project 1: Vanderbilt Beach Road at Collier Boulevard (CR 951) — Modify existing signal Vanderbilt Beach Road at Wilson Boulevard — New signal Project 2: Vanderbilt Beach Road at Wilson Boulevard — Modify signal from Project 1 Vanderbilt Beach Road at Everglades Boulevard — New signal Vanderbilt Beach Road at DeSoto Boulevard — New signal A Signal Warrant study will be done for the VBR/13th Street and VBR/15th Street intersections only and is included in this Scope of Services. Signal Warrants and Signal Designs (in addition to those mentioned above) will be considered Additional Services. 2.8 Lighting The ENGINEER will design lighting for the entire length of Vanderbilt Beach Road. Lighting design will be prepared for the side streets at Wilson Boulevard, Everglades Boulevard, and DeSoto Boulevard. The lighting design along the side streets will be limited to 500 feet to the north and south of the intersection with Vanderbilt Beach Road. The Engineer will prepare one lighting report that encompassed both project sections. CH2M HILL will prepare lighting design for both projects. 2.9 Landscape Architecture (Not Applicable to this project) 2.10 Survey See Subconsultant RWA, Inc. and Wilson Miller Scope of Services A -lo 2.11 Photogrammetry See Subconsultant RWA, Inc. Scope of Services 2.12 Mapping See Subconsultant RWA, Inc. Scope of Services. Collier County will provide Title. Searches for the impacted parcels. 2.13 Geotechnical See Subconsultant Ardaman & Associates, Inc. Scope of Services 2.14 Architecture (Not applicable to this project) 2.15 Archaeological Survey The ENGINEER will provide the COUNTY with the results of the Archeological Survey and include the recommendations on the project design. 2.16 Noise Analysis The ENGINEER will perform a noise analysis and prepare a noise analysis report - Noise Study. 2.17 Joint Project Agreements (Not applicable to this project) 2.18 Specifications Package The ENGINEER shall prepare, sign and seal the project specifications package. COUNTY will provide the ENGINEER with the updated 2007 Collier County specification package and the ENGNEER will prepare the bid tabulations and Exhibit I to address this project. Revisions to Division 1 of the Collier County specifications package will be considered Additional Services. 2.19 Project Schedule The ENGINEER shall provide a detailed project activity/event schedule for COUNTY and ENGINEER activities required to meet the completion date for design. The schedule shall indicate, at a minimum, submission dates for 30%, 60%, 90% and 100%, and all other required submittals. The schedule shall allow 14 calendar days for the COUNTY's review of the plans. Periodically, throughout the life of the project, the schedule shall be reviewed and, with the approval of the COUNTY, adjusted as necessary to incorporate changes in the work concept and progress to date. A-11 2.20 Submittals The ENGINEER shall furnish plans and documents as required by the COUNTY to adequately control, coordinate, and construct the plans. The plans be consistent with FDOT PPM. The ENGINEER shall provide the COUNTY sets of 11" x 17" design plans for distribution, as follows: Phase 1: 30% 10 sets Phase 2: 60% 10 sets Phase 3: 90% 12 sets Phase 4: 100% 12 sets The ENGINEER shall furnish a copy -ready set of plans and specifications to the COUNTY at 100% completion. The size of the final plans shall be 11" x 17". All electronic (digital) files of final plans and specifications will be submitted to the COUNTY on a compact disk (CD) or other media approved by the COUNTY. Drawings files shall be provided in an Adobe Acrobat (.pdf) format. 2.21 Provisions for Work All maps, plans and designs are to be prepared with English values in accordance with all applicable current Collier County and FDOT manuals, memorandums, and guidelines. 2.22 Services to be performed by the COUNTY When appropriate the COUNTY will provide those services and materials as set forth below: A-12 Regarding Environmental Permitting Services: a) Provide general philosophies and guidelines of the COUNTY to be used in the fulfillment of this contract; b) Provide the appropriate signatures on application forms; c) All required Permit Fees Provide the appropriate letters of authorization designating the ENGINEER as an agent of the COUNTY. The COUNTY will provide design traffic for the corridor to be used by the ENGINEER for alternatives analysis, signalization and queue length determinations. Provide plan reviews during the various stages of development within schedule. All future information that may come to the COUNTY during the term of the ENGINEER's Agreement and which in the opinion of the COUNTY is necessary to the prosecution of the work. This includes all submitted new PUD's and DRI's. Project data currently on file. All available information in the possession of the COUNTY pertaining to utility companies whose facilities may be affected by the proposed construction. All future information that may come to the COUNTY pertaining to subdivision plans so that the ENGINEER may take advantage of additional areas that can be utilized as part of the existing right-of-way. Existing right-of-way maps. Title Searches Property values for parcels designated by the ENGINEER for potential acquisition. 3 PROJECT GENERAL TASKS Project General Tasks are applicable to the project as a whole and are described in Sections 3.1 through 3.6 of this Scope of Services. Project Common Tasks These tasks are applicable to most activities of the project included in this Scope of Work as identified in Sections 4 through 34. Project Research: The ENGINEER shall perform research of existing PUD and DRI documents for developments adjacent to the project for commitments regarding Right of Way, Stormwater Management, Roadway Improvements or any other commitments involving the interests of the COUNTY. The COUNTY will provide the ENGINEER with corridor alignment and access management information regarding the CC School Board's and the Parks & Recreation's parcels within 1 month of Notice to Proceed (NTP). A-13 Cost Estimates: The ENGINEER shall be responsible for producing a construction cost estimate (at 30%) and reviewing and updating the cost estimate at project milestones 60%, 90% and 100%. Technical Special Provisions: The ENGINEER shall provide Technical Special Provisions for all items of work not covered by the Collier County or FDOT Standard Specifications for Road and Bridge Construction (2007) and recurring special provisions. Standard Specifications, recurring special provisions and supplemental specifications should not be modified unless absolutely necessary to control project specific requirements. The first nine sections of the standard specifications, recurring special provisions and supplemental specifications shall not be modified without written approval of the COUNTY. All modifications to other sections must be justified to the COUNTY to be.included in the project's specifications package as Technical Special Provisions. The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment. These provisions shall be submitted on 8-1/2"x11" sheets and shall not have holes punched or be bound in any way that would create a problem for high volume reproduction. Field Reviews: Includes all trips required to obtain necessary data for all elements of the project. Technical Meetings: Includes meetings with the COUNTY; between disciplines and subconsultants, such as access management meetings, pavement design meetings, local governments, progress review meetings (phase review); and miscellaneous meetings. Quality Assurance/Quality Control: It is the intention of the COUNTY that design ENGINEER'S are held responsible for their work, including plans review. The purpose of ENGINEER plan reviews is to verify that the ENGINEER's plans follow the plan preparation procedures outlined in the FDOT Plans Preparation Manual; that State and Federal design criteria are followed consistent with the COUNTY concepts; and that the ENGINEER submittals are completeA_14 The ENGINEER shall be responsible for the professional quality, technical .accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the ENGINEER under this contract. The ENGINEER shall, without additional compensation, correct all errors or deficiencies in the designs, maps, drawings, specifications and/or other services through all stages of design and project construction. Post -Design services such as responding to Requests for Information (RFI's) from the COUNTY or the project's construction contractor regarding plan or specification deficiencies, ambiguities or conflicts; shop drawing reviews, etc shall be resolved to the satisfaction of the COUNTY. Independent Peer Review: Independent Peer Reviews are to consist of Constructability Reviews by ENGINEER's staff. Supervision: Includes all efforts required to supervise all technical design activities. Coordination: Includes all efforts to coordinate with all disciplines of the project to produce a final set of construction documents. 3.1 Public Involvement Public involvement is an important aspect of the project development process. Public involvement includes communicating to all interested persons, groups, and government organizations information regarding the development of the project. Property owners adjacent to project shall be kept informed about the project. Joint (if applicable) or separate Public Meetings will be held on these projects, one after each of the following design phases 30%, 60% and 90% and one pre -construction. In addition, the ENGINEER and COUNTY staff will meet with civic groups and others on an individual basis, as needed, to discuss the project. The ENGINEER shall anticipate participation in three additional meetings for this purpose with minimal staff involvement. A-15 3.2 Joint Project Agreements (Not applicable to this project) 3.3 Specifications Package Preparation The ENGINEER shall prepare the bid tabulations and Exhibit I and provide a complete specifications package, including applicable Technical Special Provisions, for all items and areas of work. The ENGINEER will provide the necessary workbook and electronic files, in Microsoft Word 2003 format, for proper completion of the specifications preparation task. The actual work effort may entail utilization of the supplied electronic files and inclusion of new files issued as mandatory special provisions or supplemental specifications. The specification package shall be based on the 2007 edition of FDOT's Standard Specifications for Road and Bridge Construction as modified by the COUNTY specification requirements. The specification package may include Special Provisions or Supplemental Specifications as directed by the COUNTY. The COUNTY will provide the completed front-end contract document sections. The FDOT Standard Specifications, Special Provision or Supplemental Specifications may not be modified unless absolutely necessary to control project specific requirements. Proposed modifications to these listed documents shall be coordinated with the COUNTY prior to inclusion in the final project specifications package. Proposed Technical Special Provisions will be submitted. to the COUNTY for initial review at the time of the 90% plan review submission. This submittal does not require signing and sealing. Submittal shall include an electronic version (Microsoft Word 2003) of the specifications package. All comments will be returned to the ENGINEER for correction and resolution. The Final submittal shall be signed, dated and sealed in accordance with applicable Florida Statutes. The submittal materials shall consist of the same as those submitted for the initial review by the COUNTY. A-16 3.4 Contract Maintenance Includes project management effort for complete setup and maintenance of files, developing monthly progress reports, schedule updates, work effort to develop and execute subconsultant agreements, etc. 3.5 Value Engineering (Multi -disciplined Team) Review (Not Applicable to this project) 3.6 Prime Project Manager Meetings Includes Prime ENGINEER Project Manager staff hours for phase review, progress review, all technical meetings, and other coordination activities, including any travel time. Meetings required for each Activity are included in the meetings section for that specific Activity. Meetings will be held as necessary. 4 ROADWAY ANALYSIS The ENGINEER 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 ENGINEER shall provide an approved Typical Section Package prior to the 30% plans submittal date. The package will be provided for COUNTY review and approval. 4.2 Pavement Design Package The ENGINEER will prepare one pavement design report that encompasses .both project sections. Two Pavement Designs are anticipated (Project 1, Project 2). Pavement Designs for Wilson Boulevard, Everglades Boulevard and Desoto Boulevard will be based on the recommendations from the Golden Gate Widening Project Plans (60040) currently being produced by Stanley. The ENGINEER shall provide an approved Pavement Design Package prior to the 60% plans submittal date. The package will be provided for COUNTY review and approval. 4.3 Access Management The ENGINEER shall incorporate access management standards for, each project in coordination with COUNTY staff. The ENGINEER shall review adopted access management standards and the existing access conditions (signalized intersection spacing, median opening spacing, and connection spacing). Driveways that will be closed, relocated, or substantially A-17 altered shall be shown on plan sheets and submitted with supporting documentation for review with the 30% plans submittal. The COUNTY shall provide access managementclassification information to be used by the ENGINEER immediately following Notice to Proceed. Access Management will adhere to Collier County Access Class 2 wherever possible but will adhere to Access Class 3 as a minimum requirement. Any changes to Access Management (specific to new streets and median openings) after approval of the Phase II (60%) Plans will be considered Additional Services. 4.4 HorizontalNertical Master Design Files The ENGINEER shall design the geometrics using the design standards that are most appropriate with proper consideration given to the design traffic volumes, design speed, capacity and levels of service, functional classification, adjacent land use, design consistency and driver expectancy, aesthetics, pedestrian and bicycle concerns, ADA requirements, elder road user policy, access management, PD&E study documents and scope of work. 4.5 Cross Section Design Files The ENGINEER shall establish and develop cross section design files in accordance with the FDOT CADD manual. 4.6 Traffic Control Analysis The ENGINEER shall design a Traffic Control Plan to move vehicular and pedestrian traffic during all phases of construction. The design shall include construction phasing of roadways ingress and egress to existing property owners and businesses, routing, signing and pavement markings, and detours. Special consideration shall be given to the construction of the drainage system when developing the construction phases. Positive drainage must be maintained at all times. This will be the responsibility of the Contractor and will be noted in the Specifications. The ENGINEER shall investigate the need for temporary traffic signals, temporary lighting, alternate detour roads, and the use of materials such as sheet piling in the analysis. The Traffic Control Plan shall be prepared by a certified designer who has completed training as r�kq}4red by the FDOT. Prior to proceeding with the Traffic Control Plan, the ENGINEER shall meet with the appropriate COUNTY personnel. The purpose of this meeting is to provide information to the ENGINEER that will better coordinate the Preliminary and Final Traffic Control Plan efforts. The plans will be detailed sufficient enough for the Contractor to bid the project and maintain traffic during construction. 4.7 Master TCP. Design Files The ENGINEER shall prepare Basic Conceptual Traffic Control Plans to be utilized as a planning tool by the Contractor for maintaining traffic during construction. The Contractor will be responsible for providing a full Traffic Control Plan per FDOT Standards, Signed and Sealed by a Florida Professional Engineer 30 Days prior to Construction. 4.8 Design Variations and Exceptions. Not anticipated. 4.9 Design Report The ENGINEER shall prepare all applicable report(s) as listed in the Project Description section of this scope. The ENGINEER shall submit design notes, data, and calculations to document the design conclusions reached during the development of the contract plans. The design notes, data, and computations shall be recorded on size 8%2'x11" sheets, fully titled, numbered, dated, indexed and signed by the designer and the checker. Computer output forms and other oversized sheets shall be folded to 8'/"x11" size. The data shall be in a hardback folder for submittal to the COUNTY for review. 4.10 Computation Book and Quantities The ENGINEER shall prepare the Computation Book and various summary of quantities sheets. This includes all efforts required to develop the Computation Book and the supporting documentation, including conceptual opinion construction days when required. 4.11 Cost Estimate The ENGINEER shall prepare the. Engineer's Estimate of Probable Cost and provide with the 30% submittal. The Engineer's Estimate of Probable Cost shall be adjusted aK_f§ach subsequent submittal and be maintained (updated at the 60%, 90% and 100% Milestones) until final submittal. 4.12 Technical Special Provisions None are anticipated with the project. If it is determined that a Technical Special Provision is required, the ENGINEER 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 absolutely necessary to control project specific requirements. The first nine sections of the standard specifications, recurring special provisions and supplemental specifications shall not be modified without written approval of the Collier County. The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment. These provisions shall be submitted on 8-1/2"x11" sheets and shall not have holes punched or be bound in any way that would create a problem for high volume reproduction. 4.13 Field Reviews Includes all trips required to obtain necessary data for all elements of the roadway analysis. 4.14 Technical Meetings Includes meetings with the COUNTY, Collier County and/or Agency staff, between disciplines and subconsultants, such as access management meetings, pavement design meetings, progress review meetings (phase review), and miscellaneous meetings necessary for all elements of the roadway analysis. A total of 18 meetings have been included for these efforts. 4.15 Quality Assurance/Quality Control The ENGINEER shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the ENGINEER under this contract 4.16 Independent Peer Review Not Applicable to this project A-20 4.17 Supervision Includes all efforts required to supervise all technical design activities. 4.18 Coordination The ENGINEER will coordinate with. appropriate parties regarding elements of the roadway design. 5 ROADWAY PLANS The ENGINEER shall prepare Roadway, Drainage, Traffic Control, Utility Adjustment Sheets (limited locations), 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 unless noted as not applicable to this project. The ENGINEER shall prepare two (2) sets of plans, one for each design section (Sections 1 and 2), and shall utilize as many common sheets as possible between the two sets in order to minimize efforts. 5.1 Key Sheet 5.2 Summary of Pay Items Including Quantity Input (Not applicable to this project) 5.3 Drainage Map 5.4 Interchange Drainage Map (Not applicable to this project) 5.5 Typical Section Sheets 5.6 General Notes/Pay Item Notes 5.7 Summary of Quantities (Not applicable to this project) 5.8 Box Culvert Data Sheet (Not applicable to this project) 5.9 Bridge Hydraulics Recommendation Sheets 5.10 Summary of Drainage Structures 5.11 Optional Pipe/Culvert Material (Not applicable to this project) 5.12 Project Layout 5.13 Plan/Profile Sheet 5.14 Profile Sheet (Not applicable to this project) 5.15 Plan Sheet (Not applicable to this project) 5.16 Special Profile (Not applicable to this project) 5.17 Back of Sidewalk Profile Sheet (Not applicable to this project) A-21 5.18 Interchange Layout Sheet (Not applicable to this project) 5.19 Ramp Terminal Details (Plan View) (Not applicable to this project) 5.20 Intersection Layout Details 5.21 Miscellaneous Detail Sheets 5.22 Drainage Structure Sheet 5.23 Miscellaneous Drainage Detail Sheets 5.24 Lateral Ditch Plan/Profile (included in the Plan / Profile sheets) 5.25 Lateral Ditch Cross Sections (included in the Cross Sections) 5.26 Retention/Detention Ponds Detail Sheet 5.27 Retention Pond Cross Sections 5.28 Cross -Section Pattern Sheet (Not applicable'to this project) 5.29 Roadway Soil Survey Sheet 5.30 Cross Sections 5.31 Traffic Control Plan Sheets 5.32 Traffic Control Cross Section Sheets 5.33 Traffic Control Detail Sheets 5.34 Utility Adjustment Sheets (Limited locations for Project 1, Not applicable on Project 2 (Exception: Intersections of Wilson, Everglades, Desoto) 5.35 Selective Clearing and Grubbing (Not applicable to this project) 5.36 Erosion Control Plan 5.37 SWPPP 5.38 Project Control Network Sheet 5.39 Interim Standards (Not applicable to this project) 5.40 Utility Verification Sheet (SUE Data) (Information shown on other sheets) 5.41 Quality Assurance/Quality Control 5.42 Supervision 6 DRAINAGE ANALYSIS The ENGINEER shall analyze and document Drainage Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. A-22 The ENGINEER 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's Drainage Manual. Once the drainage system is accepted and approved by the COUNTY and the ERP Permit is submitted to the SFWMD, any changes to the system, requested by the COUNTY, shall be considered as Additional Services. The ENGINEER shall coordinate fully with the appropriate permitting agencies and COUNTY and/or County staff. All activities and submittals should be coordinated through the COUNTY and coordinated with the County's Project Manager. The work will include the engineering analyses for any or all of the following: 6.1 Determine Base Clearance Water Elevation Analyze, determine, and document high water elevations which will be used to set roadway profile grade. Determine surface water elevations at cross drains, floodplains, outfalls and adjacent stormwater ponds. Determine groundwater elevations at intervals between the above- mentioned surface waters. 6.2 Pond Siting Analysis and Report Evaluate pond sites using a preliminary hydrologic analysis. Document the recommendations, results and coordination for all of the project's pond site analyses. Evaluation will be prepared for 2 pond site alternatives per pond and per stormwater basin. The analysis will be presented in the form of a Technical Memorandum and the Drainage Manual provides specific documentation requirements. Pond sites will be evaluated for Sections 1 and 2. Joint Use Ponds will be considered for the Park/School Sites subject to project schedule. Any changes to Pond Sites once the Pond Siting Report has been completed and Approved by the County will be considered Additional Services. 6.3 Design of Cross Drains Analyze the hydraulic design of cross drains. Check existing cross drains to determine if they are structurally sound and can be extended. Document the design as required. Determine and provide flood data as required. A-23 6.4 Design of Roadway Ditches Evaluate the existing conditions for all existing ditches. Ditches to convey off-site flow through the project will be provided to mimic (not improve or change) existing conditions. 6.5 Design of Outfalls Analyze and document the design of ditch or piped outfalls. (Pond outlet structure included in task 6.6) 6.6 Design of Stormwater Management Facility (Offsite Pond) Design stormwater management facilities to meet requirements for stormwater quality treatment and attenuation. Develop proposed pond layout (shape, contours, slopes, etc.), perform routing calculations, and design the outlet control structure. Ponds will be designed for Sections 1 and 2. 6.7 Design of Stormwater Management Facility (Roadside Ditch as Linear Pond) (Not applicable to this project) 6.8 Design of Flood Plain Compensation Area Determine flood plain encroachments, coordinate with regulatory agencies, and develop proposed compensation area layout (shape, contours, slopes, etc.). Document the design following the requirements of the regulatory agency. (Not applicable to this project) 6.9 Design of Storm Drains Develop a "working drainage map", 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. Design of storm drains is to include ultimate conditions of the roadway as defined in by the Typical Sections. 6.10 Optional Culvert Material (Not applicable to this project) 6.11 French Drain Design (Not applicable to this project) 6.12 Drainage Wells (Not applicable to this project) 6.13 Drainage Design Documentation Report Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and decisions, except the Pond Siting Analysis Report and Bridge Hydraulics Report. A-24 6.14 Bridge Hydraulic Report Calculate hydrology, hydraulics, scour, and deck drainage. Prepare report and the information for the Bridge Hydraulics Recommendation Sheet for 7 bridges. Effort included for structures identified in Section 2.5. 6.15 Cost Estimate The ENGINEER shall prepare the Engineer's Estimate of Probable Cost and provide with first submittal. The Engineer's Estimate of Probable Cost shall be adjusted. at each submittal to be maintained until final submittal 6.16 Technical Special Provisions None are anticipated with the project. If it is determined that a Technical Special Provision is required, the ENGINEER 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 absolutely necessary to control project specific requirements. The first nine sections of the standard specifications, recurring special provisions and supplemental specifications shall not be modified without 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. These .provisions shall be submitted on 8-1/2"x11" sheets and shall not have holes punched or be bound in any way that would create a problem for high volume reproduction. 6.17 Field Reviews Includes all trips required to obtain necessary data for all elements of the drainage analysis. 6.18 Technical Meetings Includes meetings with the COUNTY, Collier County and/or Agency staff, between disciplines and subconsultants, such as Pond Siting Review, pre -application submittal, drainage design review, progress review meetings (phase review), and miscellaneous meetings necessary for all elements of the drainage analysis. Meetings will be held as necessary. 6.19 Quality Assurance/Quality Control A-25 The ENGINEER shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the ENGINEER under this contract 6.20 Independent Peer Review (Not applicable to this project) 6.21 Supervision Includes all efforts required to supervise all technical design activities. 6.22 Coordination The ENGINEER will coordinate with appropriate parties regarding elements of the drainage. design. 7 UTILITIES The ENGINEER shall identify utility facilities and secure agreements, utility work schedules, and plans from the Utility Agency Owners.(UAO) ensuring no conflicts exist between utility facilities and the COUNTY's construction project. CONSULTANT will coordinate with all existing utilities within the proposed corridor. It is assumed at this time that there are no new County (Potable Water, Raw Water - Fresh, Raw Water - Brackish, Sewer, Waste, IQ) utilities proposed in this corridor. CH2M HILL will coordinate with Collier County Utilities (PUED) to identify any potential new utilities. Any new utility design, relocation of existing utilities (except as noted in Section 1 — Purpose) or DEP Permitting will be considered Additional Services. 7.1 Kickoff Meeting Prior to any contact with the UAO(s), the ENGINEER shall meet with the COUNTY Public Utilities to receive guidance, as may be required, to assure that all necessary coordination will be accomplished in accordance with Collier County procedures. ENGINEER shall bring a copy of the design project work schedule reflecting utility activities. 7.2 Identify Existing UAO(s) Identify all utilities in the corridor; check with FDOT Maintenance for Permits, Sunshine State One Call, Design Location Survey, and Existing Plans: 7.3 Make Utility Contacts First Contact: Send letters and two sets of plans to each utility (Phase I Plans). Includes contact by phone for meeting coordination. Request type, size, location, easements, cost for A-26 compensable relocation, and justification for any utility exceptions. Include the meeting schedule (if applicable) and.the design schedule. Include typical meeting agenda. Second Contact: At a minimum of 4 weeks prior to the meeting, the ENGINEER shall transmit two complete sets of Phase II Plans to each UAO having facilities located within the project limits, and one set to the Collier County Public Utilities. Third Contact: At a minimum of 2 weeks prior to the Phase IV - Final Plans submittal, the ENGINEER shall transmit one set of plans to each UAO having facilities located within the project limits and one set to the COUNTY Public Utilities. Final Utility Relocation Schedules will be coordinated at this time. 7.4 Exception Coordination (Not applicable for this project) 7.5 Preliminary Utility Meeting The ENGINEER shall schedule (time and place), notify participants, and conduct a preliminary utility meeting with all affected UAO(s) for the purpose of presenting the project, review the current design schedule, evaluate the utility information collected, provide follow-up information on compensable interest requests, 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 ENGINEER shall keep accurate minutes and distribute a copy to all attendees. 7.6 Individual/Field Meetings The ENGINEER shall meet, as necessary, with UAO separately throughout the project design duration to provide guidance in the interpretation of plans, review changes to the plans and schedules, optional clearing and grubbing work, and assist in the development of the UAO(s) plans and work schedules. The ENGINEER is responsible for coordinating with the UAO.to complete and return the necessary documents after each Utility Contact or Meeting. It is anticipated that a maximum of one field meeting will be required with this effort. A-27 7.7 Collect and Review Plans and Data from UAO(s) Make Determinations (Compensable Interest, Easements, Coordinate, Analyze). Verify information (utility type, material and size) is sent to the designer for inclusion in the plans. Coordinate programming of funds with PUED. 7.8 Subordination of Easements Coordination The ENGINEER shall research and determine if any easements exist in the corridor. Subordination of the easement shall be coordinated thru COUNTY staff as part of the Right -of - Way acquisition process. 7.9 Utility Design Meeting At a minimum of 3 weeks prior to the meeting, the ENGINEER shall transmit two complete sets of 60% plans to each UAO having facilities located within the project limits, and one set to the COUNTY Public Utilities Office. The ENGINEER shall schedule (time and place), notify participants, and conduct a Utility meeting with all affected UAO(s). The ENGINEER shall be prepared to discuss drainage, traffic signalization, maintenance of traffic (construction phasing), review the current design schedule and letting date, evaluate the utility information collected, provide follow-up information on compensable interest requests, discuss the utility work by highway contractor option with each utility, 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 maintenance of traffic with each UAO. The intent of this meeting shall be to identify and resolve conflicts between utilities and proposed construction prior to completion of the plans, including utility adjustment details. Also recommend resolution between known utility conflicts with proposed construction plans as practical. The ENGINEER shall keep accurate minutes of all meetings and distribute a copy to all attendees. 7.10 Review Utility Markups and Work Schedules and Processing of Schedules and Agreements Review utility marked up plans individually as they are received for content and coordinate review with the designer. Send color markups and schedules to the appropriate COUNTY office(s) for review and comment if required by the COUNTY. A-28 7.11 Utility Coordination/Follow up This includes follow-up, interpreting plans, and assisting with coordinating the completion of the UAO(s) work schedule and agreements. Includes phone calls, face-to-face meetings, etc., to coordinate and verify the UAO(s) complete and return the required documents in accordance with the project schedule. Verify the resolution of all known conflicts. This task can be applied to all phases of the project. 7.12 Utility Constructability Review Review utility schedules against construction contract time, and phasing for compatibility. Coordinate with COUNTY construction office. 7.13 Additional Utility Services (Not applicable for this project) 7.14 Processing Utility Work by Highway Contractor (UWHC) (Not applicable for this project) 7.15 Contract Plans to UAO(s) This includes transmittal of the contract plans as processed for letting. Transmittals to UAO(s) are by certified mail, return receipt requested. 7.16 Certification/Close-Out (Not applicable for this project) 8 ENVIRONMENTAL PERMITS The ENGINEER shall notify the COUNTY Project Manager, Environmental Permit Coordinator and/or other appropriate personnel in advance of all scheduled meetings with the regulatory agencies to allow a representative to attend. The ENGINEER shall copy all applicable staff on all permit related correspondence and meetings. The permitting effort will include impacts to South Florida Water Management District (SFWMD) and U.S. Army Corps of Engineers (Corps) jurisdictional wetlands. An additional effort will be required for coordinating a Biological Opinion from U.S. Fish and Wildlife Service. 8.1 Wetland Delineation Jurisdictional wetland boundaries within the project area will be determined in accordance with the routine methodology described in the U.S. Army Corps of Engineers' (USACE's) "1987 Corps of Engineers Wetlands Delineation Manual" (Environmental Laboratory, 1987) and the state methodology as authorized by Subsection 373.421, Florida Statutes. The boundaries of jurisdictional wetlands within the alignment right-of-way and within retention pond sitesAv�y be flagged in the field by experienced wetland scientists. The flagging of project wetlands will extend approximately 50 feet outside the alignment right-of-way and boundaries of pond sites. Field determinations of jurisdictional wetland boundaries will be conducted based on the dominance of hydrophytic vegetation, the presence of hydric soils, and evidence of hydrology. It is anticipated a total of 25,000 linear feet of wetlands (maximum) will be flagged. USAGE wetland data sheets will be completed for each wetland. Data that will be collected on project wetlands will include type, size, quality, vegetation, hydrology, soils, existing impacts, and surrounding land use. The data will be used to assess mitigation requirements and prepare the Environmental Resource Permit (ERP) application. Post field wetland mapping and wetland evaluations and impact analyses will be conducted following the field investigation. 8.2 Threatened & Endangered (T&E) Species Surveys Applicable T&E species surveys will be conducted for the project alignment and pond sites. A Florida Natural Areas Inventory (FNAI) database search will be conducted to determine if any T&E species sightings have been documented within or in the vicinity of the project area. Other desktop analyses will include accessing the bald eagle and wood stork colony databases and evaluating the habitat types with the project area. The project will also be coordinated with the U.S. Fish & Wildlife Service (USFWS) and Florida Fish & Wildlife Conservation Commission (FFWCC). Based on the findings of the desktop analyses and the regulatory agency coordination, the species for which surveys need to be conducted will be determined. Based on preliminary analyses, the species-specific surveys are expected to include the red -cockaded woodpecker (RCW), fox squirrel, gopher tortoise, and wading birds. Specific surveys for T&E plant species will be conducted if necessary. The RCW survey will be conducted out to Y mile from the alignment and pond sites in all accessible areas containing pine trees having diameters at breast height (DBH) of six inches or greater unless the areas are densely covered with bald cypress and/or melaleuca. Standard RCW survey methods utilizing transect walks and binocular searches for cavity trees will be utilized. The gopher tortoise and fox squirrel surveys will be conducted out to 50 feet from the proposed road right-of-way and boundaries of the pond sites. The wading bird surveys will involve seeking evidence of wading bird utilization throughout the project area. Post field A-30 mapping and T&E species evaluations and impact analyses will be conducted following the field investigation. 8.3 Florida Panther Biological Opinion USFWS will issue a Biological Opinion for potential effects of the project on the Florida panther. To streamline the issuance of the Biological. Opinion, CH2M HILL will assist USFWS in preparing the Biological Opinion. The primary components of this task include agency coordination, land use mapping and area estimations, and preparation of the Biological Opinion document. Preparation of the Biological Opinion document will include evaluations of project impacts on panther habitat, accessing and presenting pertinent GIS data and mapping, accessing regional federal and non-federal permit data, evaluating potential cumulative impacts, and determining mitigation requirements for panther habitat impacts. If USFWS seeks to issue a Biological Opinion for any other species, those required tasks will be considered Additional Services. 8.4 Meetings The following meetings will be held to manage the environmental aspects of the project: Pre - application meeting, meeting with the South Florida Water Management District (SFWMD), meeting with USACOE, meeting with USFWS, and meeting with FFWCC. 8.5 Regulatory Agency Field Reviews The ENGINEER will accompany representatives from SFWMD and USACOE during their field reviews of the project wetland delineations. This task includes field time with the agency representatives and preparation of the minutes of the field reviews. 8.6 Mitigation Design The ENGINEER will coordinate the use of an established mitigation bank by the project with SFWMD and USACE. The ENGINEER will conduct WRAP/UMAM analyses to assess the quality of the wetlands proposed to be impacted by the project. The results of the WRAP/UMAM analyses will be used to determine the number of credits that needs to be purchased from the selected mitigation bank. The mitigation plan will be included as a part of the ERP application. If a mitigation bank cannot be used by the project to compensate for wetland impacts, a Mitigation Plan will be required for the project. These tasks will be considered Additional Services. A-31 8.7 ERP Permitting This task involves preparation of the environmental components of the ERP application and preparing responses for Requests of Additional Information (RAls). Information associated with the wetland delineations, T&E species surveys, project impact analyses, mitigation plan, and agency coordination will be included within the ERP application. 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS The ENGINEER shall analyze and design all structures in accordance with applicable provisions as defined in Section 2.19, Provisions for Work. Individual tasks identified in Sections 9 through 18 are defined in the Staff Hour Estimation Handbook and within the provision defined in Section 2.19, Provisions for Work. The ENGINEER shall provide Design Documentation to the COUNTY with the BDR/30% and 90% submittal consisting of structural design calculations and other supporting documentation developed during the development of the plans. The design calculations submitted shall adequately address the complete design of all structural elements. These calculations shall be neatly and logically presented on 8'/"x11" paper (where possible) and all sheets shall be numbered. The final design calculations shall be signed and sealed by a Florida -registered professional engineer. A cover sheet indexing the contents of the calculations shall be included and the engineer shall sign and seal that sheet. All computer programs and parameters used in the design calculations shall include sufficient backup information to facilitate the review task. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 9.1 Index of Drawings 9.2 Project Layout 9.3 General Notes and Bid. Item Notes 9.4 Incorporate Florida Department of Transportation Standards 9.5 Incorporate Report of Core Borings A-32 9.6 Existing Bridge Plans (Not applicable to this project) 9.7 Computation Book and Quantities 9.8 Cost Estimate 9.9 Technical Special Provisions 9.10 Field Reviews 9.11 Technical Meetings. No meetings are included for these efforts at this time. 9.12 Quality Assurance/Quality Control 9.13 Independent Peer Review The ENGINEER shall provide constructability reviews by in-house staff familiar with construction procedures and practices. Additional Geotechnical data reviews shall be performed by in-house staff. Any concerns raised during the reviews shall be noted and/or incorporated into the plans. 9.14 Supervision 9.15 Coordination The ENGINEER will coordinate with appropriate parties regarding all elements of the structures design. 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT The ENGINEER shall prepare a Bridge Development Report (BDR). The BDR shall be submitted as part of the 30% Roadway Submittal, General Requirements. The ENGINEER will evaluate conventional FDOT type bridges, more specifically pile supported cast -in-place Flat Slab or AASHTO beam bridges for all locations as described in Section 2.5. Any other structure types (exception: CONSPAN) will be considered .part of additional services and the required effort will have to be negotiated separately. General Requirements 10.1 Bridge Geometry 10.2 Ship Impact Data Collection (Not applicable for this project) 10.3 Ship Impact Criteria (Not applicable for this project) Superstructure Alternatives 10.4 Short Span Concrete The ENGINEER shall assume Cast -in-place Flat Slab bridges for development of alternatA'Y§tp. 10.5 Medium -Span Concrete The ENGINEER shall assume AASHTO beam bridges for development of alternatives. 10.6 Long Span Concrete (Not applicable for this project) 10.7 Structural Steel (Not applicable for this project) Foundation and Substructure Alternatives 10.8 Pier/Bent Type (Bents Only) 10.9 Shallow Foundation (Not applicable for this project) 10.10 Deep Foundations (Prestressed Concrete Piles Only) Movable Span 10.11 — 10.23 (Not applicable for this project) Other BDM Issues 10.24 Aesthetics (Assumed conventional design) 10.25 TCP/Staged Construction Requirements (N/A) 10.26 Constructability Requirements 10.27 Abutment Slope/Wall Evaluation (N/A) 10.28 Quantity and Cost Estimates 10.29 Quantity and Cost Estimates - Movable Span (Not applicable for this project) 10.30 Wall Type Justification (N/A) Report Preparation 10.31 Exhibits 10.32 Exhibits - Movable Span (Not applicable for this project) 10.33 Report Preparation 10.34 Report Preparation - Movable Span (Not applicable for this project) 10.35 BDR Submittal Package (N/A) 10.36 - 10.48 (Not applicable for this project) 11 STRUCTURES - TEMPORARY BRIDGE (Not applicable for this project) 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE The CONSULTANT shall prepare plans for Short Span Concrete Bridge(s) at the location(s) specified in Section 2.5. A-34 General Layout Design and Plans 12.1 Overall Bridge Final Geometry 12.2 Expansion/Contraction Analysis 12.3 General Plan and Elevation 12.4 Construction Staging (Not applicable for this project) 12.5 Approach Slab Plan and Details 12.6 Miscellaneous Details End Bent Design and Plans 12.7 End Bent Geometry 12.8 End Bent Structural Design 12.9 End Bent Plan and Elevation 12.10 End Bent Details Intermediate End Bent Design and Plans 12.11 Bent Geometry 12.12 Bent Stability Analysis 12.13 Bent Structural Design 12.14 Bent Plan and Elevation 12.15 Bent Details Miscellaneous Substructure Design and Plans 12.16 Foundation Layout Superstructure Design and Plans 12.17 Finish Grade Elevation Calculation 12.18 Finish Grade Elevations Cast -in-place Slab Bridges 12.19 Bridge Deck Design 12.20 Superstructure Plan : 12.21 Superstructure Section and Details Prestressed Slab Unit Bridges 12.22-12.26 (Not applicable for this project) A-35 Reinforcing Bar Lists 12.27 Reinforcing Bar List Load Rating 12.28 Load Ratings (Not Included as part of the scope) 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE (Tasks 13.1 —13.53 are not applicable for this project) 14 STRUCTURES - STRUCTURAL STEEL BRIDGE (Tasks 14.1 — 14. 61 are not applicable for this project) 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE (Tasks 15.1 — 15.78 are not applicable for this project) 16 STRUCTURES - MOVABLE SPAN (Tasks 16.1 — 16.102 are not applicable for this project) - 17 STRUCTURES - RETAINING WALL (Tasks 17.1- 17.21 are not applicable for this project) 18 STRUCTURES - MISCELLANEOUS The ENGINEER shall prepare plans for Miscellaneous Structure(s) as specified in Section 2.5. Concrete Box Culverts 18.1-18.2 (Not applicable for this project). Strain Poles 18.3 -18.4 (Not applicable for this project) Mast Arms 18.5 Mast Arms Overhead/Cantilever Sign Structure 18.6-18.10 (Not applicable for this project) 18.11 High Mast Light Foundations (Not applicable for this project) A-36 Sound Barrier Walls (Ground Mount) The ENGINEER will provide appropriate FDOT designs for the sound walls identified in Section 2.5. 18.12 Horizontal Wall Geometry 18.13 Vertical Wall Geometry 18.14 Semi -Standard Drawings 18.15 Control Drawings 18.16 Design for Wall Height Covered by Standards 18.17 Design for Wall Height not Covered by Standards (Not applicable for this project) 18.18 Aesthetic Details (Not applicable for this project) Special Structures 18.19 Wildlife Crossing (Not applicable for this project) 18.20 Other Structures — (Not applicable for this project) 19 SIGNING AND PAVEMENT MARKING ANALYSIS The ENGINEER shall analyze and document Signing and Pavement Markings Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 19.1 Traffic Data Analysis The ENGINEER shall review the available traffic data, approved typical section package, available traffic technical memorandum(s) and proposed geometric design alignment to identify proposed sign placements and roadway markings. The ENGINEER will perform queue analyses using available traffic data. 19.2 No Passing Zone Study (Not applicable for this project) 19.3 Reference and Master Design File The ENGINEER shall prepare the Signing & Marking Design file to include all necessary design elements and all associated reference files. A-37 19.4 Multi -Post Sign Support Calculations The ENGINEER shall determine the appropriate column size from the FDOT Multi -Post Sign Program(s). 19.5 Sign Panel Design Analysis Establish sign layout, letter size and series for non-standard signs. 19.6 Sign Lighting/Electrical Calculations (Not applicable for this project) 19.7 Quantities Includes all work required to determine the quantities of each plan sheet. 19.8 Computation Book The ENGINEER shall prepare the Computation Book. This includes all efforts required to develop the Computation Book and the supporting documentation. 19.9 Cost Estimates The ENGINEER shall prepare the Engineer's Estimate of Probable Cost and provide with the 30% submittal. The Engineer's Estimate of Probable Cost shall be adjusted at each submittal to be maintained until final submittal. 19.10 Technical Special Provisions None are anticipated with the project. If it is determined that a Technical Special Provision is required, the ENGINEER 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 absolutely necessary to control project specific requirements. The first nine sections of the standard specifications, recurring special provisions and supplemental specifications shall not be modified without 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. These provisions shall be submitted on 8-1/2"x11" sheets and shall not have holes punched or be bound in any way that would create a problem for high volume reproduction. A-38 19.11 Field Reviews Includes all trips required to obtain necessary data for all elements of the signing and pavement marking analysis. 19.12 Technical Meetings Includes meetings with the COUNTY and/or Agency staff, between disciplines and subconsultants, such as access management meetings, pavement design meetings, progress review meetings (phase review), and miscellaneous meetings necessary for all elements of the signing and pavement marking analysis. Two meetings are anticipated for these efforts. 19.13 Quality Assurance/Quality Control The ENGINEER shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the ENGINEER under this contract. 19.14 Independent Peer Review (Not applicable to this project) 19.15 Supervision Includes all efforts required to supervise all technical design activities. 19.16 Coordination Includes all efforts to coordinate elements of the Signing and Pavement Marking analysis of the project to produce a final set of construction documents. 20 SIGNING AND PAVEMENT MARKING PLANS The ENGINEER shall prepare a set of Signing and Pavement Marking Plans in accordance with the Plans Preparation Manual that includes the following. 20.1 Key Sheet 20.2 Summary of Pay Items 20.3 Tabulation of Quantities 20.4 General Notes/Pay Item Notes 20.5 Project Layout (Not applicable for this project) 20.6 Plan Sheet 20.7 Typical Details 20.8 Guide Sign Work Sheet(s) 20.9 Traffic Monitoring Site (Not applicable for this project) 20.10 Cross Sections (Not applicable for this project) 20.11 Special Service Point Details (Not applicable for this project) 20.12 Special Details (Not applicable for this project) 20.13 Interim Standards (Not applicable for this project) A-39 20.14 Quality Assurance/Quality Control 20.15 Supervision 21 SIGNALIZATION ANALYSIS The ENGINEER shall analyze and document Signalization Analysis Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandum(s). 21.1 Traffic Data Collection The ENGINEER shall collect all available traffic data, including crash reports, 24 hr. machine counts, 8 hr. turning movement counts, 7 day machine counts, and speed & delay studies from the COUNTY for assistance in developing the signal plans. 21.2 Traffic Data Analysis The ENGINEER shall determine signal operation plan and intersection geometry. 21.3 Signal Warrant Study The Engineer shall perform two (2) Signal Warrant Studies for the Intersections of VBR and 13tH and VBR and 15th for a potential future signal. 21.4 Systems Timings (Not applicable for this project) The COUNTY shall provide all Signal Timings. 21.5 Reference and Master Signalization Design File The ENGINEER shall prepare the Signalization Design file to include all necessary design elements and all associated reference files. 21.6 Reference and Master Interconnect Communication Design File There are no Signal Interconnect Plans anticipated for this project. 21.7 Overhead Street Name Sign Design The ENGINEER shall design Signal Mounted Overhead Street Name signs. 21.8 Pole Elevation Analysis 21.9 Traffic Signal Operation Report 21.10 Quantities Includes all work required to determine the quantities of each plan sheet. A-40 21.11 Cost Estimate The ENGINEER shall prepare the Engineer's Estimate of Probable Cost and provide with the 30% submittal. The Engineer's Estimate of Probable Cost shall be adjusted at each subsequent submittal be maintained until final submittal 21.12 Technical Special Provisions None are anticipated with the project. If it is determined that a Technical Special Provision is required, the ENGINEER 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 absolutely necessary to control project specific requirements. The first nine sections of the standard specifications, recurring special provisions and supplemental specifications shall not be modified without 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. These provisions shall be submitted on 8-1/2"x11" sheets and shall not have holes punched or be bound in any way that would create a problem for high volume reproduction. 21.13 Field Reviews The ENGINEER 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 The effort for this field review shall be combined with the Signing and Marking field review to maximize efficiency and minimize staff time in the field. A-41 21.14 Technical Meetings The ENGINEER will attend meetings with the County and/or Agency staff, between disciplines and subconsultants, and miscellaneous meetings necessary for elements of the signalization analysis. Two meeting are included to address these efforts 21.15 Quality Assurance/Quality Control The ENGINEER shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the ENGINEER under this contract. 21.16 Independent Peer Review (Not applicable to this project) 2.17 Supervision Includes all efforts required to supervise all technical design activities. 21.18 Coordination Includes all efforts to coordinate elements of the signalization analysis of the project to produce a final set of construction documents. 22 SIGNALIZATION PLANS The ENGINEER shall prepare a set of Signalization Plans in accordance with the Plans Preparation Manual, which includes the following. 22.1 Key Sheet 22.2 Summary of Pay Items 22.3 Tabulation of Quantities 22.4 General Notes/Pay Item Notes 22.5 Plan Sheet 22.6 Interconnect Plans There are no Signal Interconnect Plans anticipated for this project. The addition of a Signal Interconnect System will be considered an Additional Service. 22.7 Traffic Monitoring Site (Not applicable for this project) 22.8 Guide Sign Worksheet (Not applicable for this project) 22.9 Special Details 22.10 Special Service Point Details 22.11 Mast Arm/Monotube Tabulation Sheet 22.12 Strain Pole Schedule (Not applicable for this project) A-42 22.13 TCP Signal (Temporary) (Not applicable for this project) 22.14 Temporary Detection Sheet (Not applicable for this project) 22.15 Utility Conflict Sheet 22.16 Interim Standards 22.17 Quality Assurance/Quality Control 22.18 Supervision 23 LIGHTING ANALYSIS The ENGINEER shall analyze and document Lighting Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The extent of lighting for the project is outlined in Section 2.8. 23.1 Lighting Justification Report (Not applicable for this project) 23.2 Lighting Design Analysis Report The ENGINEER will prepare 1 report that encompasses both project sections. 23.3 Aeronautical Evaluation (Not applicable for this project) 23.4 Voltage Drop. Calculations The ENGINEER 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 an appropriate manner. Load analysis calculations shall be submitted for each branch circuit breaker and main breaker. 23.5 FDEP Coordination and Report (Not applicable for this project) 23.6 Reference and Master Design Files The ENGINEER shall prepare the Lighting Design file to include all necessary design elements and all associated reference files. A-43 23.7 Temporary Lighting (Not applicable for this project) 23.8 Design Documentation The ENGINEER shall submit a Roadway Lighting Design Documentation Book with each lighting plans submittal under a separate cover and not part of the roadway documentation . book. At a minimum, the design documentation book shall include: Lighting Calculations. Back up sheet for each bid item quantity total on each lighting plan sheet (Phase III and Phase IV submittals). Structural calculations for special conventional pole concrete foundations. Structural calculations for the high mast pole foundations. (Not Applicable) Letter to the power company requesting service. Power company confirmation letter on the requested services (Phase III and Phase IV submittals). Voltage drop calculations (Phase III and Phase IV submittals). Load analysis calculations (Phase III and Phase IV submittals). 23.9 Quantities 23.10 Cost Estimate 23.11 Technical Special Provisions 23.12 Field Reviews The ENGINEER 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) 23.13 Technical Meetings The ENGINEER will coordinate lighting designs with the COUNTY. Two meetings are anticipated for these efforts. A-44 23.14 Quality Assurance/Quality Control 23.15 Independent Peer Review 23.16 Supervision 23.17 Coordination 24 LIGHTING PLANS The ENGINEER shall prepare a set of Lighting Plans for the areas define in Section 2.8 in accordance with the Plans Preparation Manual, which includes the following: 24.1 Key Sheet 24.2 Summary of Pay Item Sheet 24.3 Tabulation of Quantities 24.4 General Notes/Pay Item Notes 24.5 Pole Data and Legend & Criteria 24.6 Service Point Details 24.7 Project Layout 24.8 Plan Sheet 24.9 Special Details 24.10 Temporary Lighting Data and Details (Not applicable for this project) 24.11 Traffic Control Plan Sheets (Not applicable for this project) 24.12 Interim Standards 24.13 Quality Assurance/Quality Control 24.14 Supervision 25 LANDSCAPE ARCHITECTURE ANALYSIS (Not Applicable for this project) 26 LANDSCAPE ARCHITECTURE PLANS (Not Applicable for this project) 27 SURVEY Tasks 27.1 -27.35 not applicable to this project. Please see RWA, Inc. and Wilson Miller Scope of Services 28 PHOTOGRAMMETRY Please see RWA, Inc. Scope of Services A-45 29 MAPPING Please see RWA, Inc. Scope of Services 30 GEOTECHNICAL Please see Ardaman & Associates Scope of Services 31 ARCHITECTURE DEVELOPMENT and tasks 31.1 — 31.155 are not applicable for this project. 32 PROJECT REQUIREMENTS 32.1 Liaison Office The COUNTY and the ENGINEER will designate a Project Manager who shall be the representative of their respective organizations for the Project. The final direction on all matters of this project remain with the COUNTY Project Manager. 32.2 Key Personnel The ENGINEER's work shall be performed and directed by the key personnel identified at the beginning of the project. Any changes in the indicated personnel shall be subject to review and approval by COUNTY. 32.3 Progress Reporting The ENGINEER shall meet with the COUNTY as required and shall provide a written progress and schedule status reports that describe the work performed. Progress and schedule status reports shall be delivered to the COUNTY concurrently with the monthly invoice. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percent complete against actual work accomplished. 32.4 Correspondence Copies of all written correspondence between the ENGINEER 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. 32.5 Professional Endorsement The ENGINEER shall have a Registered Professional Engineer in the State of Florida sign and seal all reports, documents, and plans as required. A-46 32.6 Computer Automation The project will be developed utilizing Computer Aided Drafting and Design (CADD) systems. 32.7 Coordination with Other Consultants The ENGINEER 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. 32.8 Optional Services At the COUNTY's option, the ENGINEER may be requested to provide services including but not limited to those shown in Section 2.2.1 of this Scope of Services. The fee for these services shall be negotiated in accordance with the terms detailed in Exhibit B, Method of Compensation, for a fair, competitive and reasonable cost, considering the scope and complexity of the project(s). A supplemental agreement adding the additional services shall be executed in accordance with paragraph 2.00 of the Standard Consultant Agreement. The additional services may include Bridge Load Rating(s), or other Post Design Services including complete Construction Engineering and Inspection Services as required. 33 ADDITIONAL TERMS OPINIONS OF COST In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, ENGINEER makes no warranty that COUNTY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from ENGINEER's opinions, analyses, projections, or estimates. PERSONNEL DURING CONSTRUCTION A47 The presence or duties of ENGINEER's personnel at a construction site, whether as onsite representatives or otherwise, do not make ENGINEER or ENGINEER's personnel in any way responsible for those duties that belong to COUNTY and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. ENGINEER and ENGINEER's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except ENGINEER's own personnel. The presence of ENGINEER's personnel at a construction site is for the purpose of providing to COUNTY a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). ENGINEER neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. SUBSURFACE INVESTIGATIONS In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of ENGINEER. A-48 34 INVOICING PERIOD OF SERVICE The period of services of this Scope of Services is to be twenty four (24) months beginning on the effective date of the written authorization (NTP) established herein. PAYMENT FOR SERVICES TO THE ENGINEER Payment for the work accomplished will be in accordance with Method of Compensation of this contract (See Attachment B). A-49 Attachment "A" RWA - Minimum Survey Requirements Vanderbilt Beach Road Project SurveyinLy Limits Project Profile: Provide a detail topographic and control survey of the Vanderbilt Beach Road Extension Project 200 feet north and south of the proposed centerline of right-of-way as depicted on the CH2M Hill Exhibit 1. All work shall be certified by a professionally registered surveyor in the State of Florida. The main corridor for the new 200 foot wide road alignment runs from 150' west of Weber Blvd. and extends east to Desoto Blvd. as shown in red on (Exhibit 1). Mapping bandwidth for this main route will be 400'. A summary of all routes to be mapped are described as follows: • Main Corridor- As described above. Total length is 56,000 L.F. Mapping bandwidth will be 400' centered on the baseline as provided by RWA and Wilson Miller. • RWA will provide the supplemental topographic data and control survey for phase one of the project that begins 150' west of Weber Blvd. and ends 750' east of Wilson Blvd. Wilson Miller will be responsible for the supplemental topographic data and control survey for phase two of the project that begins 750' east of Wilson Blvd. and ends at the east right-of-way of Desoto Blvd. For Wilson, Everglades and Desoto Boulevards, mapping will extend 700'north and south of the Main Corridor. Mapping bandwidth on these streets will be 200' centered on each road. Secondary Side Streets- Mapping will extend 700' south of the Main Corridor for the following Streets: Weber, 31st, 29th, 27th, 25th, 23rd, 21st, 19th, 17th, 15th, and 13th. For Massey St. mapping will extend 750' north. For the two easements east and west of N. Regional Water Treatment Plant, the mapping will extend 600' north. On 8th and 16th Streets, mapping will extend 700' north and south of the Main Corridor. Bandwidth on all of these will be 150' centered on the right of way. Specifications of Work All land survey activities shall be performed under the direct supervision of a Professional Surveyor & Mapper licensed and in good standing with the State of Florida and shall adhere to State of Florida Minimum Technical Standards in 61 G17-6, FAC. All work shall be conducted using equipment, personnel, and procedures that will insure compliance with the accuracy standards as defined below. It is the responsibility of the supervising Surveyor & Mapper to ensure that all work under this agreement complies with all state and local regulations. All documents submitted shall bear the surveyor's seal, signature, and a certificate that all work was done under the surveyor's supervision and that all information contained in the document is true and is accurately shown. Horizontal Control work can be done using either standard surveying techniques or Global Positioning System (GPS) techniques meeting the specification requirements outlined in this scope. At a minimum, horizontal and vertical survey work shall comply with Third Order — Class H, as outlined in the FGDC Geospatial Positioning Accuracy Standards, Part 4: Standards for Architecture, Engineering, Construction (A/E/C) and Facility Management. Horizontal control shall be based on the North American Datum of 1983 (NAD 83) latest adjustment. Vertical control shall be based on the North American Vertical Datum 1988 (NAVD 88). The units of measurement for this project shall be provided in US Survey Feet. 1.0 Control Survey 1.1 Reproduce all recorded right-of-way and baseline information. Right-of-way shall include all intersecting roads within the project limits. All right-of-way information shall be labeled, including, date, bearings and distances. In addition the following information shall be noted: a. Horizontal datum — tied into the Florida State Plan Coordinate System, NAD 1983/1999 Adjustment. RWA will provide project control network sheets for the survey baseline control points instead of setting reference points. b. Physical ties to each benchmark — permanent benchmarks shall be established at 500 -foot intervals along the roadway. c. Vertical datum (benchmarks) —1988 (NAVD 88) d. Locate visible boundary monuments. e. Existing layout shall be tied to the existing right-of-way. f. Locate existing visible property markers (e.g. — iron pipe, stone bound) g. Tie buildings located within the proposed limits of the project to the existing right-of-way. 1.2 Property ownership shall be determined from Collier County records and incorporated into the plan drawings and files. Property lines do not need to be surveyed, but shall be verified utilizing any visible property markers, C-`Doeuments and Setting,§\boramer CF12MH1LL`.iNr-ly Document;` iaiAO[ Temp attachments\RVA Scope VB E-ctension.doc teYa:r4� -2- wherever possible. The County's right-of-way section will provide the surveyor the identifying property owner information upon request. 2.0 Topographic Survey 2.1 Detail information - Survey shall include all physical features which accurately depict the existing condition of the project area. The information shall include, but is not limited to, the following a. Roadway Pavement b. Driveways, and Parking Areas — note the limits within survey coverage and type of pavement or surface. c. Curbing, edging, medians, and barriers — note limits and type. d. Sidewalks, walkways, and handicap ramps — note limits and type. e. Wall information (type, height and thickness), step/stair information (type, top step elevation, bottom elevation and number of rises.) f. Top of slope and toe of slope. g. Guard rail — note limits and type. h. The surveyor will show all above -ground utility structures and will coordinate with Sunshine One Call and local utility providers to flag the existing under ground utilities located within the limits of the project. Note that the utility providers are not obligated to flag their existing facilities for design purposes. The surveyor or project engineer can request a design locate for the project area. The utility providers have thirty days to respond to this request. They can either agree to locate the facilities for free, charge a fee for their services or not locate at all. Any fees related to the flagging of the existing under ground utilities are the responsibility of the client. • Sanitary sewer ➢ Manholes - rims, inverts, and condition (collapsed, plugged, etc..) ➢ Pipes - size, type, and direction of flow ➢ Force mains and pump stations • Drain System ➢ Catch Basins - grate elevation, inverts and condition (collapsed, plugged, etc...). ➢ Manholes - rims, inverts and condition (collapsed, plugged, etc...) C'Documents and Settinrr''baramer CH'i4.1HIL t \blv Document_.1i\.-1ai1\OL Temp lttachments\RWA Scope VBR Extension.doc^ 2nnr' nrn1 1 n nn on nFsa ' 11000 Desigps t'c c'1t Sri. ➢ Pipes - size, type and direction of flow. ➢ Existing drainage outlets with invert and headwall information located within 50 feet of the project limits in any direction. ➢ Utility lines — size, type, for water, reclaimed water, gas, telephone, sewer, electric and CATV. ➢ Hydrants and water valves. ➢ Hand holes and pull boxes. ➢ Gas Valves. ➢ Telephone and electric manholes. ➢ Utility and light poles and guy wires, including overhead wires. ➢ Any other public or private utility structure or casting located within the defined limits of survey. Collect spot elevations at 300' intervals consistent with the baseline stations and at critical locations including top and bottom of curb, centerline grades, back of sidewalks and at changes in slope. Elevations to be given up the center of the existing driveways. Collect cross sections at the center of the proposed six (6) bridges, then on 50 foot intervals for the next 100 feet, then on 100 foot intervals for the next 200 feet for a total of 8 cross sections at each bridge. j. Existing contours will be show at one -foot intervals. k. Pavement markings, including lane use and shoulder width, crosswalks and stop bars. 1. Traffic/road signs — note direction in which sign face, material type (wood or aluminum) legend and wording, including those mounted on utility poles, signal posts, and bridges. in. Traffic signal equipment. Include if applicable: • Control cabinets • Mast arms • Span wires • Signal posts • Pedestrian signals, push buttons, cross walks, pull boxes. n. Existing Buildings • Collect the finish floor elevations and garage openings for the existing buildings and structures located within 50 feet of the proposed right-of-way lines. 3.0 Jurisdictional Flagging C' Documents and Settinvs`b¢ramer CH'MEllL I'%Mv Document:A­-1ai1 OL Temp Attachments%Rlk'A Scone VBR Extension.doc pe'�k) ■M 3.1 Locate an estimated 15,000 L.F. of SFWMD/ACOE jurisdictional wetland line ribbon as flagged by the environmental consultant within the proposed construction limits for phase one. 3.2 Field locate 20 hydrological seasonal water indicators with in phase one of the project limits as established by the environmental consultant. 3.3 Produce an electronic file for the client to use as needed for site planning and the environmental agencies jurisdictional wetland line documentation process. 3.4 Provide a signed and sealed survey delineating the boundaries of the wetlands that will be witnessed to the proposed right-of-way limits as required by the Florida Administration Code 62-343.040. 4.0 Geotechnical Borings 4.1 Locate an estimated 50 test boring with elevation as marked by the geotechnical sub -consultant with in phase one. 4.2 Stake out 200' stations along the survey baseline for borings with a four foot lathe. 5.0 2.5 -Acre Pond Sites (9) 5.1 Prepare a boundary and topographic survey for nine (9) two and half (2.5) acre parcels to be determined by the engineering design team. Spot elevations will be collected on a 200' +/- grid and extend 100' beyond the parcel external boundary lines. 6.0 Sketch and Description 6.1 Prepare a sketch and legal description for the real property (acquisition), permanent and temporary easements. All sketch and descriptions will be prepared accordance to the Collier County Transportation Division in Structural Memorandum dated June 8, 2005. 6.2 It is anticipated that there will be 550 sketch and descriptions required for phase one and two. 7.0 Right of way Map 7.1 Prepare right-of-way maps (2) of the real property rights that are to be acquired for the development of the project. The right-of-way maps (2) will be prepared in accordance with the standards set by the Collier County transportation division dated February 13, 2006. C 'Doeuments and Settings\hgramer.CH2NlYllLL.bly Document `AlaiAOL TempAttachments.RWA Scope VB 04 06 Eztension.doc 1511 7.2 The final control survey shall include a detailed and accurate compilation of control points established by a closed traverse loop through the primary control points or with a Global Positioning System -based network, to assure an error -free or closed control network. Relative error or loop closure will conform to requirements of subsection 61G17-6.003(1) (e), FAC. All control points will be referenced to the Florida State Plan Coordinate System, NAD 1983/1999 Adjustment. 8.0 Photogrammetric Mapping 8.1. Refer to Southern Resource Mapping Scope of Services. 9.0 Deliverables 9.1 The final products (topographic and control surveys) shall be delivered in AutoCAD (Version 2006).DWG Format, with attached surveyors reports. The survey control points will be provided in an ASCII file format and shall have a point number, elevation, and description. 9.2 The control survey and right-of-way plan shall be set up at a scale of 1:200. All relevant text and symbol sizes for existing information shall conform to this scale. The topographic survey shall be set up at a scale of 1:40. All relevant text and symbol sizes for existing information shall conform to the requirements of the design engineer. 9.3 The final surveys shall include a detailed and accurate compilation of control points established by a closed traverse loop through the primary control points or with a Global Positioning System -based network, to assure an error -free or closed control network. Relative error or loop closure will conform to requirements of subsection 61G17-6.003(1) (e), FAC. All control points will be referenced to the Florida State Plan Coordinate System, NAD 1983/1999 Adjustment. 9.4 Up to 10 copies of the final control survey will be provided in hard copy print, signed and sealed by a Florida registered Surveyor and Mapper. The digital base plan shall be burned onto a compact disc (CD) and delivered to Collier County. The CD shall contain the drawing (with individual, unlocked layers) and all project files with appropriate directories. PROJECT ASSUMPTIONS: 1.) The County's right -of way section will provide the surveyor the identifying property owner information upon request. C' Documents and Setting `baramer CH"'hiFlILL'%.h9v Documeptc\Mail\OL Temp Attachnlents'RNVA Scope VBR Eztension.doc rev 4. iE* -A Southern Resource Mapping, Inc. February 15, 2007 Mr. Roger Carter, P.L.S. RWA, Inc. 3050 North Horseshoe Drive Suite 270 Naples, FL 34104 Subject: Photogrammetric Mapping of Vanderbilt Beach Road Extension Collier Boulevard to Desoto Blvd., Golden Gate, FL SRM Estimate Number: 06-0082R5 Dear Roger, Southern Resource Mapping (SRM) is pleased to submit this revised proposal to RWA to provide new aerial photography and digital imaging for the above referenced project. The main corridor for the new road alignment runs from 150' west of Weber Blvd. and extends east to Desoto Blvd. as shown in green on the attached .pdf files Van -1 thru Van -3. Mapping bandwidth for this main route will be 400'. SRM requests RWA provide the baseline alignment prior to the start of the stereo compilation. A summary of all routes to be mapped are described as follows: • Main Corridor- As described above. Total length is 56.000 L.F. Mapping bandwidth will be 400' centered on the baseline as provided by RWA. • Main Side Streets For Wilson, Everglades and Desoto Blvd's, mapping will extend 700' north and south of the Main Corridor. Mapping bandwidth on these streets will be 200' centered on each road. Secondary Side Streets Mapping will extend 700' south of the Main Corridor for the following Streets:Weber, 31st, 29th, 27th, 25th, 23rd, 21st, 19th, 17th, 15th, and 13th. For Massey St. mapping will extend 750' north. For the two easements east and west of N. Regional Water Treatment Plant, the mapping will extend 600' north. On 8th and 16th Streets, mapping will extend 700' north and south of the Main Corridor. Bandwidth on all of these will be 150' centered on the right of way. 701 N. Oceanshore Blvd., Flagler Beach, FL 32136 voice 386.439.4848 fax 386.439.1553 web www.mapres.com Page 2 of 5 SRM Est. 06-0082R5 February 15, 2007 SCOPE OF WORK Aerial Photoaraph For the topographic mapping, SRM will obtain new black and white vertical photography the project corridors described with a precision calibrated gyro -stabilized, Zeiss RMK Top. 15 aerial camera equipped with a 9" x 9" format, a 6" focal length lens cone and forward motion compensation. This camera was calibrated by USGS in October 2006 and has an AWAR of 101. This photography will be flown at 1000' above mean terrain, resulting in a contact negative scale of 1 "=167'. For the portion of the Main Corridor that is east of the Curry Canal, the negative scale will be 1 "=185'. Additional photography will be taken at 1"=400' for us in the production of digital orthophotos. All mapping photography will be flown with a 60% forward overlap and will not contain excessive tip, tilt, crab or cloud cover. One 9" x 9" contact prints of all photography will be made for SRM's internal use. Control Surveys The horizontal and vertical ground control locations required for the mapping are depicted with red dots on the attached enclosures. These stations should be targeted prior to acquisition of the aerial photography. Targets should contrast to the ground and be in the shape of a "+" with each leg 18" in length and 8-10" in width. A total of 78 control points are required. SRM requests the control survey data be accompanied by a signed and sealed report certified to Florida Minimum Technical Standards under Chapter 61G17-6. The control information and datum supplied will be the basis for controlling the photography for the digital mapping. It is our understanding that RWA and Wilson Miller will be responsible for supplying the control survey information to SRM at no charge. Analytical Triangulation SRM will densify and supplement the ground control surveys by performing analytical triangulation of the new black and white photography using our Wild BC -2 instrument, Wild PUG 4 point transfer device and JFK software. A soft copy triangulation will be performed on scans of the 1 "=400' photography for orthophoto production. Page 3 of 5 SRM Est. 06-0082R5 February 15, 2007 Digital Mapping Using our first order analytical stereo plotting stations, SRM will provide topographic digital mapping of the project area. Mapping will be produced in two Phases as follows: • Phase I -To expedite the collection of terrain data necessary for preliminary design, RWA and Wilson Miller will use GPS to survey the control locations. After the triangulation has been completed, SRM will collect a 200' grid of spots elevations centered on the Baseline of the Main Corridor baseline alignment along with other significant breaks in grade that will better define high and low areas within the 400' wide corridor. The Main Side Streets (as described on page 1) will also be included in this phase. • Phase II -RWA and Wilson Miller will tighten the vertical component of the control surveys by running levels to each control point. This "tightening" is necessary to assure SRM's mapping will meet accuracy requirements. Most or all of the data collected in Phase I will be remapped. Map scale will be 1"=40'. Visible planimetric features collected will include but not be limited to the following: Roof outlines of buildings and other major structures, edge of pavement for all paved surfaces including curbs, parking lots, drives and shoulders, dirt roads and drives, trails, sidewalks, concrete pads, tanks, railroads, fences and walls, athletic fields, signs, utility poles, manholes, CATV and telephone boxes, storm drainage structures, valves, flagpoles, meters, fire hydrants, and visible indications of other utility systems, shorelines, ditches, trees, bushes, hedges, bridges and other features including visible pavement markings including lane use and shoulder width, crosswalks, stop bars and gore areas. Spot elevations and breaklines collected by SRM will be "married" with supplemental field survey terrain data consisting of canal cross sections and supplemental elevations in dense treed areas as supplied by RWA and Wilson Miller. Once this data has been merged together, Contours at a 1' interval will be generated from the digital terrain model. Because of the low flight height, vertical accuracy on well- defined features collected by SRM is expected to be +/- 0.1'. The stationing on the baseline supplied by RWA will be used for cutting cross-sections at 100' intervals for the 400' mapping bandwidth along the Main Corridor only. Elevations on the cross-sections will be shown at all breaks in grade including top and bottom of curb, centerline grades, edges of pavement and other changes in slope. Page 4 of 5 SRM Est. 06-0082R5 February 15, 2007 Elevations will also be collected on all visible catch basins, inlets and manholes as well as the center of all visible driveways. A preliminary file containing polygons outlining obscured areas and the terrain data will be delivered as soon as the stereo compilation phase is completed. RWA and Wilson Miller will then supply supplemental field survey data of the obscured areas and canal cross sections that SRM will incorporate into the final mapping. A CAD Edit will be performed to verify and confirm the database contents and layering structure. Selected spot elevations will be stored in a separate layer and published to accurately depict changes in relief on tops, bottoms, saddles, flat areas and depressions. Index contours will be labeled. To assure completeness a final quality control review will be performed by our Florida Registered Surveyor and Mapper. In the area to be contoured, if the ground is obscured by dense vegetation or shadow the contours will be dashed to indicate they do not meet the accuracy standards for the mapping contour interval. Translation and delivery of the database will be on CD ROM in MicroStation V8. All layering and symbology will conform to FDOT Specifications. All vertical data will be 3 dimensional. Black and White Digital Orthophotos SRM will produce a black and white digital orthophoto mosiac of the project area using the terrain data, control and triangulation points. This rectified image mosaic will be at a scale of 1 "=40' with a .2' pixel resolution. Delivery will be on DVD Rom in .tif format with associated .tfw file for geo-referencing on CD Rom. Prior to producing the final ortho described above, SRM will deliver preliminary raster imagery of the corridor, which has been rectified to the control and analytical triangulation points. This imagery will have a .5' pixel resolution. Accuracy The mapping will meet or exceed the requirements of the State of Florida Minimum Technical Standards set forth in Chapter 61G17-6. A final signed and sealed map report by our Florida Registered Professional Surveyor and Mapper will be sent after the mapping has been completed. We will require a signed and sealed control survey report to reference in our report. The mapping will also meet or exceed ASPRS Class l Map Accuracy Standards Deliverables • One set of 9" x 9" contract prints • Preliminary Terrain Data (Phase 1) Mapping and Preliminary Orthophoto Page 5 of 5 SRM Est. 06-0082R5 February 15, 2007 • Digital Mapping (Phase II) at 1"=40' with 1' contours in MicroStation V8 on CD • Black and White Digital Orthophoto at 1"=40' • Signed and Sealed Survey and Map Report by a Florida licensed Professional Surveyor & Mapper employed by Southern Resources Mapping, Inc. Delivery Schedule Preliminary data will be delivered within 30-40 days after receipt of acceptable control surveys and the completion of aerial photography. The completed digital mapping will be delivered within 120 days as long as the supplemental field surveys to be incorporated into the final mapping have been provided to SRM within 45 days. Authorization SRM looks forward to working with the RWA on this project. If this proposal letter is acceptable, please have an authorized representative sign the acceptance block below. If it is not, please inform SRM of your desired revisions so that a revised proposal may be presented to you. Sincerely, Southern Resource Mapping Joseph Ricke, PSM President FIRM SIGNATURE NAME AND TITLE Date Wilson Miller Vanderbilt Beach Road Extension — Wilson Boulevard to Desoto Boulevard Surveying Scope Our understanding of the WilsonMiller portion of the scope of this project is that it is approximately 6.0 miles long from Wilson Boulevard to Desoto Boulevard with the alignment following rear lot lines at the mid block between 10P Avenue Northeast and 12th Avenue Northeast. It is also understood that the proposed right of way will be 200 feet wide centered on said rear lots. Additionally Everglades Boulevard, Desoto Boulevard, 8t'and 16th Street Northwest will be included in this scope for a distance of 700 feet North and South from the centerline of the proposed Vanderbilt Beach Road Extension Right of Way. Specifications of Work All land survey activities shall be performed under the direct supervision of a Professional Surveyor & Mapper licensed and in good standing with the State of Florida and shall adhere to State of Florida Minimum Technical Standards in 61 G17-6, FAC. All work shall be conducted using equipment, personnel, and procedures that will insure compliance with the accuracy standards as defined below. It is the responsibility of the supervising Surveyor & Mapper to ensure that all work under this agreement complies with all state and local regulations. All documents submitted shall bear the surveyor's seal, signature, and a certificate that all work was done under the surveyor's supervision and that all information contained in the document is true and is accurately shown. Horizontal Control work can be done using either standard surveying techniques or Global Positioning System (GPS) techniques meeting the specification requirements outlined in this scope. At a minimum, all horizontal and vertical survey work shall comply with Second Order — Class II standard of accuracy for geodetic control as established by the FGDC Geospatial Positioning Accuracy Standards, Part 4: Standards for Architecture, Engineering, Construction (A/E/C), and Facility Management. Horizontal control shall be based on the North American Datum of 1983 (NAD 83) latest adjustment. Vertical control shall be based on the North American Vertical Datum 1988 (NAVD 88). The units of measurement for this project shall be provided in US Survey Feet. 10/4/2008-178241 Ver.01!-OHYATT cnraa 00004-OON-SRV- - 0 WilsonMiller's scope of services will be limited to the following: 1. Establish Existing and Proposed Centerline Alignment WilsonMiller will establish the proposed right of way alignment throughout the limits of' the project. Existing right-of-way alignment of Desoto and Everglades Boulevard as well as 8th and 16th Street Northeast will also be established based on existing plats and field investigation. A centerline alignment of the proposed roadway will be established and provided based on this task. The alignment will be staked every 1000' with a pin and cap or nail and disk in paved surfaces, a wooden lath or paint mark on paved surfaces will be set every 200' with an identifying station number. 2. Control Survey WilsonMiller will prepare a Control Survey of the roadway corridor depicting the alignment, baseline references and benchmarks based upon found location of monumentation. 3. Roadway Topography WilsonMiller will perform a boundary survey of the project limits limited to the following: Main Corridor — Topographic data will be obtained from Wilson Boulevard to Desoto Boulevard within the proposed 200 foot right of way as well as within 100 foot of the proposed right of way on 300 foot cross sections. All above ground visible improvements as well as any break lines in ground contours within the proposed right -of. way will be located as well as within 75 feet of the proposed right of way. Finished floors will be obtained on floored structures within 75 feet of the proposed right of way. Main Side Streets — Topographic data will be obtained along Desoto and Everglades Boulevards within the existing 100 foot right of way as well as within 50 foot of the right of way on 300 foot cross sections. All above ground visible improvements as well as any break lines in ground contours within the right-of-way will be located as well as within 25 feet of the right of way. Finished floors will be obtained on floored structures within 75 feet of the proposed right of way. Secondary Side Streets - Topographic data will be obtained along 8th and 16th Street Northeast within the existing 100 foot right of way as well as within 50 foot of the right of way on 300 foot cross sections. All above ground visible improvements as well as any break lines in ground contours within the right-of-way will be located as well as within 25 feet of the right of way. Finished floors will be obtained on floored structures within 75 feet of the proposed right of way. 10/4/2008- 178241 Ver- 01!- DHYATT CN"43 00004-OON-SRV- - 0 4. Canal Cross Sections Cross sections at canal crossings (Corkscrew, Orangetree, Golden Gate and Faka Union Canals) will be obtained on 25 foot intervals from 50 feet north of the proposed right of way alignment to 50 feet south proposed right of way alignment. Additionally cross sections at the Golden Gate Main Canal's intersections with 6"' and 8t' Street Northeast will be obtained at 25 foot intervals from 50 foot east to 50 foot west of said rights of ways. 5. Pond Site Topography Boundary and topographic surveys will be performed for up to 8 pond sites of up to 5 Acres. Topography will be obtained on 100 foot grid and will also delineate any visible grade changes that may occur on the property. Topography will overlap 100 foot outside of proposed pond site. 6. Baseline References WilsonMiller will set survey references relative to the proposed centerline alignment at 1000 foot intervals. 7. Vertical Control WilsonMiller will set benchmarks along the project corridor at intervals not to exceed 500 feet. All elevations will be in NAVD 1988. 8. Jurisdictional Wetlands WilsonMiller will field locate and map up to 15,000 lineal feet of Jurisdictional wetland. 9. Soil Boring Locations After establishment of control, WilsonMiller will locate up to 50 soil borings with elevations (if required). 10. Aerial Targets 10/42006- 178241 Ver. 01!- DHYATT CM3 00004-OON-SRV- - 0 WilsonMiller will establish up to 60 aerial targets and provide to the client a GPS derived Northing, Easting and Elevation. After initial establishment of GPS derived elevations, conventional levels will be used to re-establish elevations on said targets. Total Fee Budget: $252,000 Deliverables Topographic Survey A surveyors report signed and sealed by a Florida registered Surveyor and Mapper and accompanying electronic file will be provided to the county. Control Survey Up to 10 copies of the Control Survey will be provided in hard copy print, signed and sealed by a Florida registered Surveyor and Mapper. Pond Site Boundary and Topographic Surveys Up to 10 copies of the boundary and topographic surveys of pond sites will be provided in hard copy print, signed and sealed by a Florida registered Surveyor and Mapper. Base Map A comprehensive electronic base map of all survey products will be provided to the client including a digital terrain model. Field All reference points and benchmarks set in conjunction with this job will be in accordance with the terms set forth in this scope. Items not included 1. Physical location of underground utilities (potholing, vacuum excavation, etc.). 2. Aerial photography 3. Aerial Targets 4. Vacuum excavation or location thereof 5. Soil borings or location thereof 6. Title work 7. Right of Way Maps 8. Sketch and Descriptions M412006-178241 Ver. 011- OHYATT CM3 00004 -00N -SRV-- 0 MWAV Ardaman & Associates, 'Inc. t` resrh 'r ,?t`dei`i.•'.s"Yi$^i F ?.(% S=Sazer:sis L.i' ns1z"ant5 TO: CH2 1 Hill 580E Pelican Bay Boulevard: Suite 505 Naples, Florida 34108 Attention: Mr. Bili Grainer, P.E. SUBJECT Proposal for Geotechnical Engineering Services Vanderbilt Beach Road Extension Collier Boulevard to DeSoto Boulevard Collier County, Florida CN #06-4000 Gentlemen: Ardaman Proposal No. 06-650 October 17, 2006 Ardaman & Associates, Inc. is pleased to submit the following proposal for geotechnical services for the Vanderbilt Beach Road Extension project in Collier County, Florida. We understand that the extension is from Collier Boulevard (CR 951) to DeSoto Boulevard, a distance of approximately 11 miles. The typical section will be six -lane divided with curb and gutter within a 200 -foot right-of-way. Vanderbilt Beach Road exists as a two-lane road from Collier Boulevard to the entrance to The Oide Florida Golf Course. Current plans are to curve north and continue the alignment easterly on the back property lines of the residential lots between 10th and 12th Avenue N.E_ Improvements are also planned for the intersecting streets described as follows: Wilson, Everglades and DeSoto Boulevards will be improved a distance of about 700 feet each direction mostly to accommodate turn lanes onto Vanderbilt Beach Parkway. Seven canal crossings are required for Vanderbilt Beach Road. The bridges will be 120 feet in width. rive bridges will be less than 200 -feet in length and Cypress Canal I crossing and Cypress Canal 11 crossing will be 800 to 900 feet in length. Two off-site bridges are planned at 13th and 15th Street NW. These tyro bridges will be about 90 feet wide and 70 feet in length. We believe that a box culvert will be used as a pedestrian underpass near Station 535. New signals are planned at three intersections. We are unaware of overhead signs or high mast lighting at this time_ A noise wall may be required near the northwest corner of Vanderbilt Beach Road and Massey Street. Ardarnan Proposal No. 06-550 October 17, 2006 Using the FDOT guidelines for minimum exploration as addressed in the Soils and Foundation }landbook (2006) coupled with our local experience, we have prepared a summary of anticipated services. ROADWAY AND -DRAINAGE SCOPE Hand auger borings will be performed on 200 foot centers and staggered left and right of the centerline of the proposed westbound and eastbound lanes. The nand auger borings will extend to a maximum of 5 feet below existing ground or to refusal on rock, whichever occurs first. Every third boring will be extended to a depth of 15 feet below the existing ground. Because rock is likely along most of the alignment, a Standard Penetration Test boring will be performed using rotary wash techniques so that the hole may be advanced through the rock. ror Wilson, Everglades and DeSoto Boulevards, 5 -foot deep hand auger borings on 200 -foot centers will be performed for turn lane improvements for a distance of 600 -feet north and south. Note that through the S-curve and down the back property lines between 10th and 12th Avenue NE., there will be no drill rig access until a 10 -foot wide path can be cut with a Hydro -Ax. We are presently scoping out this service with a sub -contractor ([have Foote Environmental Construction, Inc.) but the cost is not included in this proposal. Standard Penetration Test (SPT) borings will be performed in proposed pond areas at a frequency of two per pond. Boring depth will be 21 feet. In addition, one field permeability test will be performed per pond. We estimate that there will be 17 ponds. Dote that most of the pond sites appear to be heavily wooded and access will be €imited to open areas unless paths are cut for drill rig access. We have the in-house capability to provide this service and have included the cost. We will need property owner s permission to perform the clearing. • In areas where unsuitable material, such as muck, is found, probings will be taken to define the vertical and horizontal extent of the unsuitable material within the right-of-way. Soil samples will be tested to aid in soil classification and to determine the engineering properties of the soils at a frequency of 3 per m=ile per stratum. This includes obtaining samples of the existing soils for Lirnerock Bearing Ratio (LBR) to determine the soil support value and resilient modulus for pavement design. In addition, bulk samples will be obtained for environmental corrosion testing (pH, resistivity, chlorides and sulfates) at a frequency of 1 per 1,500 11 2 t..rG`-GmY `? YS AvJs.. t".SChiI-J'.ti: tnc. Ardaman Proposal leo. 06-550 October 17, 2006 • Standard FDO: reporting procedures will be followed consisting of a Preliminary Roadway Soil Survey Report and a Final Roadway Soil Survey Report. We will provide ASCII files for plotting of the boring data on your cross sections. As the data becomes available, we will also provide summary reports of the Seasonal High Groundwater Table (SHGWT), LBR data, Pond Soil Survey and other requested information. STRUCTURES SCO SPT borings will be performed for the canal crossings. For the five short Vanderbilt Beach Road bridges, and two off-site bridges at 13th and 15th Streets NW, two SPT borings are proposed. For the two 800 - foot plus lona bridges (Cypress Canal I and ll), four borings are proposed. Borings are proposed to be advanced to a depth of 90 feet. No borings are planned over water. Note that there is no access on both sides of the canal at some proposed bridge locations (east of Golden Gate Canalj, We may need to revisit these sites when the Hydro -Ax clearing is complete. We will be able to drill at least one boring at each bridge location to develop sufficient information for the BDR. • Box culvert locations will be explored with SPT borings advanced to a depth of 25 feet. Mote that there is no access to the pedestrian underpass proposed near Station 635. SPT borings will be performed for the sound walls at a frequency of 1 per 20b l.f. Each boring will be advanced to 30 feet. Total length of soundwall is estimated to be 1,200 Lf. • Signal poles and mast arm locations will be explored with SPT borings advanced to a depth of 25 feet. \Afe propose to perform four SPT borings at each signalized intersection near accessible corners. We are not aware of high utast lighting or overhead sign structures required for this project and no additional borings are planned. Soil samples will be collected from the SPT borings to aid in soil classification and to determine the engineering properties of the soils. Only soil index tests (moisture content, sieve analysis, organic content and Atterberg limits) are believed necessary. Soil corrosion tests will be performed for the bridge structures. and water samples collected from each canal for corrosion testing. 3 W ndama�' a Assoc»t=s. inc- Ardaman Proposal lNo. 06-550 October 17, 2006 Standard FDOT reporting procedures will be followed for the proposed structures consisting of a preliminary report and a final report. We plan to provide separate reports for each bridge structure. INFORMATION WE NEED For the Roadway Soil Survey, we will need the surveyor to locate the centerline of construction (or a baseline) with stakes at each Station. We will locate our borings by Station and off' set. The bridge borings and pond borings require ground elevation readings in addition to Station and off -set so the surveyor will need to locate our borings after they are drilled. They will be appropriately staked and labeled. We have the in-house capability to clear paths for drill rig access on the pond sites; however, we will need the owner's permission to do so. There may be wetlands or possible endangered/protected species issues as part of the vegetation removal permit and we will need aid from each consultant to address them as they arise. There is no drill rig access to the proposed alignment east of where Vanderbilt Beach Road presently terminates. This segment is heavily vegetated. We believe that the solution will be to use a Hydro -Ax to clear all the vegetation and then mulch all cuttings. We have been asked to provide this service and we are presently talking to a subcontractor (gave Foote Environmental Construction, Inc.) The cost for this service is not included in this proposal. As with the pond locations, there will be wetlands and/or possible endangered/protected species issues as part of the vegetation removal permit and we will need aid from each consultant to address this as they arise. Also, we will need the County to obtain permission from each property owner. ESTIMATED FEE We have prepared the attached summary of services and estimated costs based upon our understanding of the project needs. We propose to invoice in accordance with the unit fees and hourly rates for actual services rendered. The total cost of our services is estimated not to exceed $249,000. Please return a copy of our Project/Proposal Acceptance forret complete with client name and signature as our authorization to proceed. The party whose signature appears on the acceptance form, will be invoiced for our services. 4 .., s :amu 3_=s ,v. res, ter_ Ardaman Proposal No. 06-550 October 17, 20106 ROADWAY SOIL SURVEY SOIL AUGER BORINGS ALTERNATING LEFT AND RIGHT OF CIL Mobilization of Drilling Crew and Equipment $275.00 Hand Auger borings to 5 ft. or refusal on rock at 200 -ft- centers, 206 borings @$60,00%a. $12,360.00 94 SPT borings to 15 ft. on 600 -ft. centers; 1,410 ft. @$13.50/ft. $1,903.50 Install and Remove 4 -inch Casing (as needed); 470 fit. @$8.00/ft. $3,760.00 Test Boring Permits $3,740.00 Subtotal: $22,038.50 POND SITES (estimate 17 sites with 2 borings per site) Equipment (Front end loader) Rental at cost +12% $5,000.00 80 hrs. Equipment Operator @$64.00/hr. $5,120.00 Mobilization of Drilling Crew and Equipment $275.00 34 SPT borings to 20 feet; 714 ft, from 0 to 25 ft. @$13.50/ft. $9,639.00 Install and Remove 4 -inch Casing (as needed); 340 ft. @$8.00/ft. $2,720.00 17 Field Permeability Tests @$450.00/ea. $7,650.00 Test Boring Permits $3,300.0 Subtotal: $33,704.00 MUCK PROBES (eStimate 5 days) 40 hrs. Sr. Engineering Technician x@$64.00/hr. $2,560.00 LABORATORY TESTING 60 hrs. Senior Engineering Technician for Soil Classification @$64.00/hr. $3,840.00 100 Natural Moisture Content @$11.00/ea. $1,100.00 100 Sieve Analysis @$41.50/ea. $4,150.00 20 Organic Content @$28.00/ea. $560.00 20 Atterberg Limits @$94.00lea. $1,880.00 33 Lirmerock Bearing Ratio Vests @$325.00/ea. $10,725.00 50 Sail Corrosive Series (Soil pH, resistivity, chlorides, sulfates) @$140.001ea. $7,000.00 Subtotal. $29,255.00 Z Ard21rnan Proposal No. 06-550 October 17.2006 PROJECT COORDINATION ANALYSES AND REPORT PREPARATi N 140 hrs. Senior Project Engineer (P.E.) @$127.00/hr. $17,780.00 180 hrs. Project Engineer (P.E.) @$110.001hr. $19,800.00 100 hrs. Senior Engineering Technician @$64.00Fhr. $6,400.00 120 hrs. Technical Secretary @$42.00/hr. $5,040.00 72 tars. Senior T eehnieal Draftsman @$49.00/hr. $3,528.00 Subtotal: $52,548.€10 TOTAL ESTIMATED COST FOR ROADWAY SOIL SURVEY: $140,105.50 :fir= arnar, & STRUCTURES BRIDGES -FIELD OPERATIONS Mobilization of Drilling Crew and Equipment 22 Standard Penetration Test borings (includes grouting)., 550 ft. from 0 - 25 ft. @$13.50/ft. 550 ft. from 25 - 50 ft. @$15.50/ft. 880 ft. from 50 - 100 ft. @$17.501ft. Install and Remove 4 -inch Casing (as needed to maintain drilling fluid circulation) 550 ft. @$8.00/ft. Difficult Drilling Access and Borehole LocationlSet-up (estimate 114 -hour between boreholes) 5.5 hrs. Drilling Crew @$155.00/hr. Test Boring Permits BOX CULVERT - FIELD OPERATIONS Mobilization of Drilling Crew and Equipment 2 Standard Penetration Test borings 50 ft. from 0 - 25 ft. @$13.50/ft. Install and Remove 4 -inch Casing (as needed) 40 ft. @$8.00/it. Test Boring Permits SOUND WALLS - FIELD OPERATIONS Mobilization of Drilling Crew and Equipment 7 Standard Penetration Test borings 175 ft. from 0 - 25 ft. @$13.50/ft. 35 ft. from 25 - 50 ft. @$15.50/ft. Install and Remove 4 -inch Casing (as needed) 70 ft. @$8.001ft. Test Boring Permits Ardaman Proposal No. 06-550 October 17, 2006 $275.00 $7,425.00 $8,525.00 $15,400.00 $4,400.00 $852.50 $2,100.00 Subtotal: $38,977.50 $275.00 $575.00 $320.00 $3.00.00 Subtotal: $1,570.00 $275.00 $2,362.50 $542.50 $550.00 300.00 Subtotal: $4,040.00 8 SIGNALS --FIELD OPERATIONS Mobilization of Drilling Grew and Equipment 12 Standard Penetration Test borings 300 ft from 0 - 25 ft. @$13.50/ft. Install. and Remove 4 -inch Casing (as needed) 180 ft. @$8.00/fL Test Boring Permits Ardaman Proposal leo. 06-550 October 17, 2006 $275.00 $4,050.00 $1,440.00 $900.00 Subtotal: $5,665.00 LABORATORY TESTING 26 hrs. Senior Engineering Technician for Soil Classification @$64.00/hr 50 Natural Moisture Content @$11.00/ea. 35 Sieve Analysis @$41.50/ea. 20 Percent Fines @$27.50/ea. 10 Organic Content @$28.00/ea. 15 Atterberg Limits @$94.00%a. 26 Soil Corrosion Series (Soil pH, resistivity, chlorides, sulfates) @$140.00/ea. 9 Water Corrosion Series @$120.00/ea. ENGINEERING COORDINATION ANALYSIS AND REPORT PREPARATION 180 hrs. Senior Project Engineer (P.E.) @$127.00/hr. 120 hrs. Project Engineer (P.E.) @$110.001hr, 27 hrs. Geologist @$82.00/hr. 32 hrs. Senior Engineering Technician @$64.00/hr. 66 hrs. Senior Technical Draftsperson @$49.00/hr. 72 hrs. Technical Secretary @$42.00/hr. $1:664.00 $550.00 $1,411.00 $550.00 $280.00 $1,410.00 $3,640.00 11,080.00 Subtotal: $110,585.00 $22,860.00 $13,200.00 $2,214.00 $2,048.00 $3,234.00 3 0$ 24.00 Subtotal: $46,580.00 TOTAL ESTIMATE COST FOR STRUCTURES: $108,417.50 TOTAL ESTIMATED COST FOR PROJECT.- $248,523.00 VJ SCHEDULE B BASIS OF COMPENSATION LUMP SUM AND TIME AND MATERIALS 1. MONTHLY STATUS REPORTS B.1.1 As a condition precedent to payment, CONSULTANT shall submit to OWNER as part of its monthly invoice a progress report reflecting the Project design and construction status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any then -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. B1.1.1 All monthly status reports and invoices shall be mailed to the attention of Joe Delate, ASLA, Senior Project Manager, Transportation Engineering and Construction Management Department, 2885 South Horseshoe Drive, Naples, Florida 34104 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, OWNER agrees to make the lump sum 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 all services associated with any such line item have been completed to OWNER'S reasonable satisfaction. ITEM LUMP SUM FEE FOR: FEE PAYMENT SCHEDULE 1. Task 1 — 30% Submittal, Project 1 $1,170,200.00 Upon Completion of Task I 2. Task II — 60% Submittal, Project 1 $1,051,400.00 Upon Completion of Task II 3. Task III — 90% Submittal, Project 1 $ 532,000.00 Upon Completion of Task III 4. Task IV — 100% Submittal, Project 1 $ 239,600.00 Upon Completion of Task IV 5. Task V — Post Design Services, Project 1 $ 104,000.00 Based Upon Time and Materials. 6. Task VI — 30% Submittal, Project 2 $ 957,400.00 Upon Completion of Task VI 7. Task VII — 60% Submittal, Project 2 $ 860,200.00 Upon Completion of Task VII 8. Task VIII — 90% Submittal, Project 2 $ 435,200.00 Upon Completion of Task VIII 9. Task IX — 100% Submittal, Project 2 $ 196,000.00 Upon Completion of Task IX 10. Task X — Post Design Services, Project 2 $ 104,000.00 Based Upon Time and Materials TOTAL FEE Total Items 1-10) $ 5,650,000.00 RN B.2.2. The fees noted in Section 2.1., 1-4 and 6-9 shall constitute the lump sum amount of Five million four hundred forty two thousand dollars ($5,442,000.00) to be paid to CONSULTANT for the performance of the Basic Design Services. The fees noted in Section 2.1, 5 and 10 shall constitute the fees based upon time and material in the amount of Two hundred eight thousand dollars ($208,000.00) to be paid to CONSULTANT for the performance of Post Design Services. B.2.3. For Additional Services provided pursuant to Article 2 of the Agreement, if any, OWNER 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 OWNER'S prior written approval. B.2.4. The compensation provided for under Sections 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.2.5 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 OWNER, pending resolution of the dispute provided that OWNER continues to pay to CONSULTANT all amounts that OWNER.does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS: B.3.1. CONSULTANT shall submit, with each of the monthly status reports provided for under Section 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. 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 Owner. Additionally, the number of the purchase order granting approval for such services shall appear on all invoices. 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 subcontractorAtg be utilized by CONSULTANT for Additional Services, CONSULTANT shall be limited to a maximum markup of 5% on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses associated with Additional Services must comply with section 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 OWNER. Such expenses, if approved by OWNER, may include coach airfare, standard accommodations and meals, all in accordance with section 112.061, F.S. Further, such expenses, if approved by OWNER, 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 OWNER. B.3.4.1.5 Expense of models for the County's use. B.3.4.1.6 Other items on request and approved in writing by the OWNER. B.3.4.2 Should a conflict exist between the dollar amounts set forth in Section 112.061, F.S., and the Agreement, the terms of the Agreement shall prevail. A-3 SCHEDULE B ATTACHMENT A BASIS OF COMPENSATION 1. TASK 11— 30% SUBMITTAL - Proiect No. 1. Collier to Wilson Project General Tasks Roadway Analysis and Reports Roadway Plans Drainage Analysis Data Collection and Coordination Permits Bridge Hydraulics Report Bridge Development Report Survey and Mapping Geotechnical Archaeological Task I - Lump Sum: $1,170,200.00 2. TASK II — 60% SUBMITTAL - Proiect No. 1. Collier to Wilson Project General Tasks Roadway Plans Drainage Plans Utility Adjustment Plans Permits Bridge Design Plans Signing & Marking Plans Signalization Plans Lighting Plans Traffic Control Plans Survey, ROW Plans, Sketch and Descriptions Geotechnical Noise Analysis Task II - Lump Sum: $1,051,400.00 3. TASK III.- 90% SUBMITTAL - Proiect No. 1, Collier to Wilson Project General Tasks Roadway Plans Drainage Plans Utility Adjustment Plans Permits Bridge Design Plans Signing & Marking Plans Signalization Plans Lighting Plans A-4 Traffic Control Plans Noise Wall Plans ROW Plans, Sketch and Descriptions Task III - Lump Sum: $532,000.00 4. TASK IV —100% SUBMITTAL - Proiect No. 1, Collier to Wilson Project General Tasks Roadway Plans Drainage Plans Utility Adjustment Plans Permits Bridge Design Plans Signing & Marking Plans Signalization Plans Lighting Plans Traffic Control Plans Noise Wall Plans ROW Plans, Sketch and Descriptions Specifications Task IV - Lump Sum: $239,600.00 5. TASK V — POST DESIGN SERVICES - Project No. 1, Collier to Wilson 1. Bidding Services $1,500.00 Participate in Pre -Bid Meetings Respond to bidder inquiries (if necessary) 2. Construction Services $101,500.00 Participate in Construction Meetings Participate in Field Reviews Respond to Requests for Information (RFI) Evaluate Proposed Revisions Review Shop Drawings Coordinate with Adjacent Development Revise Plan Drawings SFWMD Certification 3. Expenses $1,000.00 Copies Mailing, shipping and delivery Task V - Time and Materials Not to Exceed $104,000.00 6. TASK VI — 30% SUBMITTAL - Proiect No. 2, Wilson to Desoto Project General Tasks Roadway Analysis and Reports A-5 Roadway Plans Drainage Analysis Data Collection and Coordination Permits Bridge Hydraulics Report Bridge Development Report Survey and Mapping Geotechnical Archaeological Task VI - Lump Sum: $957,400.00 7. TASK VII — 60% SUBMITTAL - Prosect No. 2, Wilson to Desoto Project General Tasks Roadway Plans Drainage Plans Utility Adjustment Plans Permits Bridge Design Plans Signing & Marking Plans Signalization Plans Lighting Plans Traffic Control Plans Survey, ROW Plans, Sketch and Descriptions Geotechnical Noise Analysis Task VII -Lump Sum: $860,200.00 8. TASK VIII — 90% SUBMITTAL - Proiect No. 2, Wilson to Desoto Project General Tasks Roadway Plans Drainage Plans Utility Adjustment Plans Permits Bridge Design Plans Signing & Marking Plans Signalization Plans Lighting Plans Traffic Control Plans Noise Wall Plans ROW Plans, Sketch and Descriptions Task VIII -Lump Sum: $435,200.00 9. TASK IX —100% SUBMITTAL - Proiect No. 2, Wilson to Desoto Project General Tasks Roadway Plans A-6 Drainage Plans Utility Adjustment Plans Permits Bridge Design Plans Signing & Marking Plans Signalization Plans Lighting Plans Traffic Control Plans Noise Wall Plans ROW Plans, Sketch and Descriptions Specifications Task IX - Lump Sum: $196,000.00 10. TASK X — POST DESIGN SERVICES - Project No. 2, Wilson to Desoto 1. Bidding Services $1,500.00 Participate in Pre -Bid Meetings Respond to bidder inquiries (if necessary) 2. Construction Services $101,500.00 Participate in Construction Meetings Participate in Field Reviews Respond to Requests for Information (RFI) Evaluate Proposed Revisions Review Shop Drawings Coordinate with Adjacent Development Revise Plan Drawings SFWMD Certification 3. Expenses $1,000.00 Copies Mailing, shipping and delivery Task X - Time and Materials: $104,000.00 Total Lump Sum Cost: $5,442,000.00 Total Time and Materials Cost: $ 208,000.00 Total Project Cost: $5,650,000.00 A-7 SCHEDULE B ATTACHMENT B CONSULTANT'S EMPLOYEE HOURLY RATE SCHEDULE Principal $180.00 Chief Engineer/Senior PM $160.00 Project Manager $140.00 Lead Engineer/Scientist $130.00 Project Engineer $115.00 Senior Designer $115.00 Senior Technician/Biologist $90.00 Engineer $85.00 Technician $70.00 Administrative Assistant $55.00 Clerical $48.00 END OF SCHEDULE B. SCHEDULE C PROJECT MILESTONE SCHEDULE Schedule is based on the number of calendar days from issuance of Notice to Proceed. Project No. 1, Collier to Wilson 1. TASK I — 30% SUBMITTAL: 210 Days 2. TASK II - 60% SUBMITTAL: 360 Days 3. TASK III — 90% SUBMITTAL: 570 Days 4. TASK IV — 100% SUBMITTAL: 720 Days 5. TASK V — POST DESIGN SERVICES — Project No. 1: TBD* Project No. 2. Wilson to Desoto 6. TASK VI — 30% SUBMITTAL: 210 Days 7. TASK VII - 60% SUBMITTAL: 360 Days 8. TASK VIII — 90% SUBMITTAL: 570 Days 9. TASK IX — 100% SUBMITTAL: 720 Days 10. TASK X —POST DESIGN SERVICES —Project No. 2: TBD* * Construction Schedule will be based on date of Bid Letting and is assumed to be approximately 3 years for each project and timelines are concurrent. C-1 -`- CERTIFICATE NUMBER _ SEA -000999459-01 . PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS MARSH USA, INC. NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE 1225 17TH STREET, SUITE 2100 POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE DENVER, CO 80202-5534 AFFORDED BY THE POLICIES DESCRIBED HEREIN. COMPANIES AFFORDING COVERAGE COMPANY 5114 -00124-ALL- SWF 999459 A ZURICH AMERICAN INSURANCE COMPANY INSURED COMPANY CH2M HILL, INC. B AMERICAN ZURICH INSURANCE CO. 5801 PELICAN BLVD., SUITE 505 NAPLES, FL 34108 COMPANY C COMPANY D [�.. THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE (MM/DDIYY) DATE (MMIDD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ 5,000,000 PRODUCTS - COMP/OP AGG $ 5,000,000 A X COMMERCIAL GENERAL LIABILITY GL03784726-02 05/01/06 05/01/07 CLAIMS MADE a OCCUR PERSONAL & ADV INJURY $ 1,500,000 EACH OCCURRENCE $ 1,500,000 OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) $ 1,500,000 X MED EXP (Any oneperson) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 2,000,000 A X ANY AUTO BAP8378516-11 05/01/06 05/01/07 BODILY INJURY $ ALL OWNED AUTOS SCHEDULED AUTOS (Per person) BODILY INJURY $ HIRED AUTOS - NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: r"' - .,, ANY AUTO EACHACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ UMBRELLA FORM $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND t �r ;� WC STATU- OTH x-" -1-0 EMPLOYERS' LIABILITY X TORYLIMITS ER 3m,'., '.';�,F.',,,.k:.. B WC8378566-12 (AOS) 05/01/06 05/01/07 EL EACH ACCIDENT $ 1,000,000 A THE PROPRIETOR/ X INCL WC8378565-11 (WI & MA) 05/01/06 05/01/07 EL DISEASE -POLICY LIMIT $ 1,000,000 A PARTNERS/EXECUTIVE OFFICERS ARE: EXCL HI & ID) WC3784761- ( ) 05/01/06 05/01/07 EL DISEASE -EACH EMPLOYEE $ 1,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS PROJECT: VANDERBILT BEACH ROAD EXTENSION. PM: BILL GRAMER CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR TO THE AUTOMOBILE LIABILITY AND AS PER THE BLANKET ENDORSEMENT TO THE GENERAL LIABILITY POLICY. r6EiT1CC T LDER�a aANGEI t TIO "m",, FOR SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE COLLIER COUNTY ATTN:STEPHEN CARNELL CERTIFICATE HOLDER NAMED HEREIN, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR PURCHASING/GENERAL SERVICES DIRECTOR LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE, ITS AGENTS OR REPRESENTATIVES, OR THE 3301 EAST TAM IAM I TRAIL NAPLES, FL 34112 ISSUER OF THIS CERTIFICATE. MARSH USA INC. BY: Dorothy A. Stevens � ID AS OF 0/07 M1(3 2j VAL. 2/01 0 � w H n CERTIFICATE NUMBER Y , SEA -000999462-01 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS MARSH USA, INC. NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE 1225 17TH STREET, SUITE 2100 POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE DENVER, CO 80202-5534 AFFORDED BY THE POLICIES DESCRIBED HEREIN. COMPANIES AFFORDING COVERAGE COMPANY 5114 -00005-ALL1-2000 SWF 999462 A ZURICH AMERICAN INSURANCE COMPANY INSURED COMPANY CH2M HILL, INC. B 5801 PELICAN BLVD., SUITE 505 NAPLES, FL 34108 COMPANY C COMPANY D THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DDIYY) POLICY EXPIRATION DATE (MMIDDIYY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ PRODUCTS -COMP/OP AGG COMMERCIAL GENERAL LIABILITY CLAIMS MADE FlOCCUR PERSONAL & ADV INJURY $ EACH OCCURRENCE $ OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) $ MED EXP Any oneperson) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY $ (Per person) ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY $ (Per accident) HIRED AUTOS NON -OWNED AUTOS PROPERTYDAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO i as, OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ UMBRELLA FORM $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION ANDWC EMPLOYERS' LIABILITY STATU- OTH - TORY LIMITS ER" nsaa,,... W,xu...,s,al,4r.iuJwk2i EL EACH ACCIDENT $ EL DISEASE -POLICY LIMIT $ THE PROPRIETOR/ INCL PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE -EACH EMPLOYEE $ OTHER A PROFESSIONAL LIABILITY* EOC3829621-04 05/01/06 05/01/07 $1,000,000 EACH CLAIM AND TOTAL FOR ALL CLAIMS DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS PROJECT: VANDERBILT BEACH ROAD EXTENSION. PM: BILL GRAMER *FOR PROFESSIONAL LIABILITY COVERAGE, THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY PERIOD FOR ALL OPERATIONS OF THE INSURED. THE LIMITWILL BE REDUCED BY PAYMENTS OF INDEMNITY AND EXPENSE. CE TE k#O Eft x ti gib. Ra < . �_.,. .. �v �:���.,A.-x 1I ANCEE 'All- fF X `s: ix .. ,.>,.._ SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL -'I()_ DAYS WRITTEN NOTICE TO THE COLLIER COUNTY ATTN:STEPHEN CARNELL CERTIFICATE HOLDER NAMED HEREIN, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR PURCHASING/GENERAL SERVICES DIRECTOR LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE, ITS AGENTS OR REPRESENTATIVES, OR THE 3301 EAST TAMIAMI TRAIL NAPLES, FL 34112 ISSUER OF THIS CERTIFICATE. MARSH USA INC. BY: Dorothy A. Stevens qty .< .a � 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 OWNER or as specified in this Agreement, whichever is longer. (4) Certificates of insurance (3 copies) acceptable to the OWNER shall be filed with the OWNER 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 polices required shall be provided to OWNER, on a timely basis, if requested by OWNER. 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 OWNER. CONSULTANT shall also notify OWNER, 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 D-1 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 OWNER applicable to this Project. (6) The acceptance by OWNER of any Certificate of Insurance does not constitute approval or agreement by the OWNER 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 subconsultanfs 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 OWNER. (8) Should at any time the CONSULTANT not maintain the insurance coverages required herein, the OWNER 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 OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between OWNER and CONSULTANT. The OWNER shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the OWNER 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 OWNER, in triplicate, renewal or replacement Certifiqple(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the OWNER with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and OWNER may terminate the Agreement for cause. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Required by this Agreement? X Yes No (1) 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 (check one) $100,000 Each Accident $500,000 Disease Aggregate $100,000 Disease Each Employee X $1,000,000 Each Accident $1,000,000 Disease Aggregate $1,000,000 Disease Each Employee (2) The insurance company shall waive all claims rights against the OWNER and the policy shall be so endorsed. (3) United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. Applicable X_ Not Applicable (4) Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Applicable _X Not Applicable D-3 COMMERCIAL GENERAL LIABILITY Required by this Agreement? X Yes No (1) 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 OWNER of the work under this Agreement. Limits of Liability shall not be less than the following: General Aggregate $300,000 Products/Completed Operations Aggregate $300,000 Personal and Advertising Injury $300,000 Each Occurrence $300,000 Fire Damage $ 50,000 General Aggregate $500,000 Products/Completed Operations Aggregate $500,000 Personal and Advertising Injury $500,000 Each Occurrence $500,000 Fire Damage $ 50,000 —X—General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence $1,000,000 Fire Damage $ 50,000 (2) 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 DA 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. (3) The OWNER shall be named as an Additional Insured and the policy shall be endorsed that such coverage shall be primary to any similar coverage carried by the OWNER. claims. (4) Coverage shall be included for explosion, collapse or underground property damage (5) Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. Applicable X Not Applicable (7) Aircraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Applicable X Not Applicable AUTOMOBILE LIABILITY INSURANCE Required by this Agreement? X Yes No (1) Automobile Liability Insurance shall be maintained by the CONSULTANT for the ownership, maintenance or use of any owned, non -owned or hired vehicle with limits of not less than: X Bodily Injury & Property Damage $ 500,000 Bodily Injury & Property Damage - $1,000,000 D-5 UMBRELLA LIABILITY (1) Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. (2) The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. PROFESSIONAL LIABILITY INSURANCE Required by this Agreement? X Yes No (1) Professional Liability Insurance shall be maintained by the CONSULTANT to insure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recover against OWNER as to any claims under this insurance. Such insurance shall have limits of not less than: $ 500,000 each claim and in the aggregate X $1,000,000 each claim and in the aggregate $2,000,000 each claim and in the aggregate _ $5,000,000 each claim and in the aggregate (2) Any deductible applicable to any claim shall be the sole responsibility of the .CONSULTANT. Deductible amounts are subject to the approval of the OWNER. (3) 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 OWNER. D-6 (4) The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or OWNER, 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 Insurance providing for an unqualified written notice to OWNER of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify OWNER 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 OWNER. VALUABLE PAPERS INSURANCE (1) 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. PROJECT PROFESSIONAL LIABILITY (1) If OWNER notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with OWNER and OWNER'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 OWNER. Should no credit accrue to OWNER, OWNER and CONSULTANT, agree to negotiate in good faith a credit on behalf of OWN�1 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. (2) CONSULTANT agrees to provide the following information when requested by OWNER or OWNER'S Project Manager: a. The date the professional liability insurance renews. b. Current policy limits. C. Current deductibles/self-insured retention. d. Current underwriter. e. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. f. Cost of professional insurance as a percent of revenue. g. Affirmation that the design firm will complete a timely project errors and omissions application. (3) If OWNER elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and OWNER will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D D-8 SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, CH2M Hill 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 Professional Design and Related Services for Vanderbilt Beach Road Extension from Collier Boulevard to Desoto Boulevard are accurate, complete and current as of the time of contracting. CH2M Hill BY: sj&�= TITLE: ,4tcEy- Vzk-5L0 rCj-r DATE: Z -e Fi:-ao : • Zac> j —a- TPAN i 953637.9 PSA E-1 SCHEDULE F KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS Allocation of Time to Project Jeff Oestreich/CH2M HILL Jason Mosely/WM Dan Kushnar/CH2M HILL Asfaq Khan/CH2M HILL Randy Mason/WM Sem Etienne/CH2M HILL Carolina Matiz/CH2M HILL Frank Scerbo/CH2M HILL Wayne Hartt/WM Randy Mock/CH2M HILL Bushan Godbole/CH2M HILL Paul Hahn/WM Kevin Heldorfer/CH2M HILL Jason Harkless/CH2M HILL Kathy Fernandez/CH2M HILL Gerry Delrio/CH2M HILL Ronna Edwards/WM Suzanne Chason/CH2M HILL Sachin Menon/CH2M HILL Adam Ahmad/CH2M HILL William Gramer/CH2M HILL Gavin Jones/WM Pramod Choudhary/CH2M HILL Niel Postlewait/CH2M HILL Tunch Orsoy/CH2M HILL Angela Gable/CH2M HILL Scott Bear/CH2M HILL Bill Beddow/CH2M HILL Ardaman and Associates ASH Engineering ESA Gulfshore Engineering RWA Wilson Miller (WM) TPA# 195363 7.9 60% 60% 35% 35% 30% 30% 25% 25% 25% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 10% 10% 10% 5% 5% 2% 2% Geotechnical SUE Investigation Noise Analysis Drainage/Permitting Survey Design/Survey PSA F-1 AMENDMENT #1 TO AGREEMENT #06-4000 BETWEEN COLLIER COUNTY I:►Zi7 CH2M HILL 1211].1 "Professional Design and Related Services for the Vanderbilt Beach Road Extension from Collier Boulevard to Desoto Boulevard,"' Pro'ect #60168" THIS AMENDMENT, made and entered into on this day of 2017, by and between CH2M Hill Inc,, authorized to do business in the State of Florida, whose business address is 5804 Pelican Bay Boulevard, Suite 505, Naples, Florida 34108 (the "Consultant") and Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida, (the "County"): WHEREAS, on December 12, 2006, (Agenda Item. # l0A) the County entered an Agreement with Consultant for design services related to the Vanderbilt Beach Road Extension Project, consisting of Project 1 — Collier Boulevard (CR951) to Wilson Boulevard and Project 2 -- Wilson Boulevard to DeSoto Boulevard; WHEREAS, on April 11, 2012 the Parties approved Change Order 1 to allow an extension of time of 90 days; WHEREAS, on May 9, 2012 the Parties approved Change Order 2 to allow additional time to Task lI (60% design plans submittal for Project 1, Collier County to Wilson Blvd,) and Task VII (60% Design Plans Submittal — Project 2 Wilson to Desoto Blvd.) to close out and finalize the project. WHEREAS, the Parties agree services were rendered through 60% design plans for Projects 1 and 2. WHEREAS, on April 25, 2017, (Agenda Item #10D) the Board approved Staff's recommendation to advertise a Notice of Intent to resume Vanderbilt Beach Road Extension Project, and amend the Professional Service Agreement #06-4000; WHEREAS, the parties desire to amend the Professional Service Agreement #06-4000 to add additional services and scope to update the already delivered plans at 60% stage and to modify the project limits by combining Project 1 and the portion of Project 2 from Wilson Boulevard to 10h Street NE; WHEREAS, all other terms and conditions of the Agreement shall remain the same. NOW, THEREFORE, in consideration of the mutual promises and covenants herein, the parties agree as follows: Paget of 3 1. The Project is to be known as Vanderbilt Beach Road Extension from Collier Boulevard (CR 95 1) to 16th Street N.E. 2. The additional services shall be provided in accordance with the attached Schedule Al -1 Scope of Services for the Vanderbilt Beach Road Extension from Collier County Boulevard (CR 951) 16th Street N.E., which is hereby incorporated into the Agreement. 3. The fees for additional services outlined in Schedule Al -1 shall be in accordance with Schedule B1-1, attached hereto and incorporated into the Agreement. 4. Schedule C1-1 Project Milestone Schedule, is attached hereto and incorporated into the Agreement. 5. Schedule Fl -1 Key Personnel, Subconsultants and Subcontractors is attached hereto and incorporated into the Agreement. 6. Section 1.5 is hereby amended to replace the qualified licensed professional, John W. Mogge, Jr., PhD, RA, with Neil Postlethwait, P.E.. 7. Section 16.1 is hereby amended to replace the Owner's address of record as: Board of County Commissioners Collier County, Florida c/o Transportation Engineering Division 2885 South Horseshoe Drive Naples, Florida 34104 Telephone: 239-252-5828 Attn: Andrew Miller, PE, Senior Project Manager Section 16.2 is hereby amended to replace the Consultant's address of record as CH2M Hill, Inc. 5801 Pelican Bay Boulevard, Suite 505 Naples, Florida 34108 Telephone: 239- 431-9222 Fax: 239-596-2579 Attn: Bill Gramer, P.E., AICP "Remainder of this page left blank intentionally" Page 2 of 3 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By. Dated: Penny Taylor, Chairman (SEAL) witness name Second Witness TType/print witness names Approved as to Form and Legality: Assistant County Attorney Print Name Page 3 of 3 CH2M Hill Inc. Contractor By: r "`-` ellw—TIV4 Signature ISL- V. �o d i L�il� 4.31 1 T opeW6-i14145 N- I -ke-F- - TType/print signature and titleT SCHEDULE AW SCOPE OF SERVICES TO AMENDMENT #1 ENGINEERING AND PERMITTING SERVICES FOR CAPACITY IMPROVEMENTS FOR VANDERBILT BEACH ROAD EXTENSION FROM COLLIER BOULEVARD (CR 951) TO 16th Street N.E. All previous references to "Project I" and "Project 2" as described in the original Scope of Services for Contract #06-4000 are removed for this scope. The "Project" will now consist of a single project and a single set of construction plan documents. All Plans will be based on the current design standards at the time of this Contract. • Permitting Plans (60%) and Permits will be prepared showing a "Project" whose Project Limits begin at Collier Boulevard and end at 16th Street NE as a 6 -Lane Facility to the School 1 Park properties, and either a 6 -Lane or 4 -Lane facility to 16`h Street NE, depending on traffic analysis results. • Construction Plans (30% Conceptual, 60%, 90%, 100%, Bid Plans) will be prepared showing a "Project" whose Project Limits begin at Collier Boulevard and end at 16`h Street NE with a lane configuration that will be determined as part of the traffic analysis. The Fees for the required services listed below will replace in entirety, any and all fees remaining in Contract 06-4000. This Schedule A 1-1 forms an integral part of the agreement between Collier County (hereinafter referred to as the COUNTY) and CH2M HILL (hereinafter referred to as the CONSULTANT) relative to the transportation facility described as follows: Vanderbilt Beach Road Extension from Collier Boulevard (CR 95 1) to 161h Street N.E., a distance of approximately TO miles. The project will be designed as one (1) project for design, bidding and construction services: This Scope of Services addresses the permitting, preparation of construction plans and specifications for the Vanderbilt Beach Road Extension improvements. PURPOSE The purpose of this Schedule Al -1 is to describe the scope of work and the responsibilities of the CONSULTANT and the COUNTY in connection with the design and preparation of complete construction contract plans and special provisions for the Project. The primary work efforts include: Roadway improvements to the transportation facility described above. Bridge/Structural improvements associated with the above described roadway improvements as identified herein. Drainage Analysis and Resign and Environmental Permitting in support of the roadway improvements. Schedule AM Amendment # 1 to Agreement #06-4000 Signing and Marking, Signalization and Lighting improvements associated with the roadway improvements. The general objective is for the CONSULTANT to prepare a set of plans to be used by Collier County to bid and construct the project, Elements of work shall include roadways, structures, intersection improvements, geotechnical investigation, surveys, drainage, signing and pavement markings, signalization, lighting, utility plans (identify all existing utilities, no new utility designs are included, relocations will be limited to perpendicular crossing impacts. Exception: Well RO-4 Waste Line -154 LF), right-of-way maps and legal descriptions, maintenance of traffic (basic phasing), cost estimates, environmental permits, quantity computation books, (4) public meetings and all necessary incidental items as listed and estimated in this scope of work. The Scope of Services establishes which items of work described in the Florida Department of Transportation (FDOT) Plans Preparation Manual, Collier County Land Development Code and other pertinent manuals to accomplish the work are specifically included in this contract, and also which of the items of work will be the responsibility of the CONSULTANT or the COUNTY. 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 life of the project a contract file documenting project progress and any changes. The COUNTY will provide contract administration, management services, and cursory technical reviews of all work associated with the plans development and documentation. The COUNTY will provide job specific information and correspondence as well as plans and details of other site development improvements as outlined in this Amendment. 2 PROJECT DESCRIPTION The CONSULTANT shall investigate the existing conditions and status of any projects in the corridor area and become familiar with concepts and commitments (typical sections, alignments, etc.) developed from previous Collier County design projects. The CONSULTANT shall incorporate the following into the design of this facility: 2.1 Roadway: Plan Type: P1an\Profile —1 "=60' full plan views, 1 "=60' Horiz, I"= 6' Vert full profile views. Permit Plans Typical Sections: Design will provide for a six -lane urban roadway. Refer to typical section discussion below. Project Typical Sections: Design will reflect the findings of the Traffic Modeling and Evaluation as well as Project Construction Phasing. It is anticipated that the Project will be Phased. Limits: Project— Vanderbilt Beach Road from Collier Boulevard (CR 951) to 16th Street N.E. (approximately 7,00 miles). Schedule Al -I Amendment # 1 to Agreement #06-4000 Permit Plans: The improvements will reflect a six -lane divided urban improvement within 200 feet of right-of-way, Construction Plans: The improvements will reflect the findings of the Traffic Modeling and Evaluation as well as Project Construction Phasing. It is anticipated that the Project will be Phased. Included in the Project is the improvement of the Massey Street, 27th, 23rd, 21 s`, 19t'', and 17`h Street NW Intersections for a maximum distance of 500 feet from Vanderbilt Beach Road Extension and the Wilson Boulevard intersections for a maximum distance of 1400 feet (700 feet North and 700 feet South) from Vanderbilt Beach Road Extension. Included in this section is the improvement of 8`h and 16`h Street NE (1000 ft each — 500 feet north and 500 feet south from Vanderbilt Beach Road Extension), Any required improvements to 8" Street N.E. will be coordinated with the FDOT's current Design -Build Project which is currently making improvements to 8`h Street N.E. Note: Roundabouts should be considered for the 81h Street N.E. and 16`h Street N.E. Intersections. These intersections will be modified to tie Vanderbilt Beach Road Extension into the existing streets. The ultimate VBR/Wilson Boulevard Intersection will be designed as a 6 -lane (VBR) by 4 -lane (Wilson) intersection. The proposed future intersection of VBR and 13th Street NW and 15th Street NW will be considered in the Conceptual Design (6 -lane by 3 -lane, pair direction to be provided by COUNTY) but will not be included in the Final Plans. The proposed future bridges at 1P Street NW and 15'h Street NW will not be included in the Final Plans, The demolition of the existing 13th Street NW over Cypress Canal Bridge will not be included as part of the VBR Plans. This current connection will not be maintained. The detailed project limits for Survey and Design are shown in Table 1. The majority of Survey Luta shown below has been previously obtained and is supplemented as part of Amendment No. 1. TABLE 1 Street Name Project Comment Length LF VBR 36,960 Survey shall Begin 150' west of Webber and end 150' east of 16`h Street N.E. Webber 100 Return connections Sta 452+00 100 Return connections Sta 464+00 100 Return connections Massey Rd 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. Douglas St 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 27" St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 25th St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR, 23rd St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. Schedule A l -1 Amendment #1 to Agreement 406-4000 21 ' St N W 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 14" St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 17'" St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 15" St N W 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 13" St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. 1 I" St NW 500 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR. Wilson Blvd 1400 Survey for Wilson Blvd, Everglades Blvd and Desoto Blvd shall begin 700 feet south of the centerline of ROW for VBR and end 700 feet north. Design Limits — 700 feet NIS of Intersection Bch St NE 1000 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR (each side of the centerline). 8th Street N.E. Improvements will be coordinated with the FDOT Project currently under Design -Build Contract. 16`'' St NE 1000 Secondary roads shall be surveyed to a minimum distance of 500 feet from the intersection with VBR each side of the centerline Intersections: Minor improvements to the above-mentioned intersections are included within this scope of services. Intersection delay studies, capacity analyses and modeling are not included in this scope of services, except as described in Amendment 1. Traffic Control Plans: Typical Sections, Detail Sheets and Basic Conceptual Phasing Plan Sheets are included in this scope of services. Final Design or improvements to: • Massey Street from Vanderbilt Beach Road to Tree Farm Road — a distance of approximately 1.0 mile, may be added to this Scope of Services as Additional Services at the discretion of the COUNTY. 13`h Street from Vanderbilt Beach Road to Golden Gate Boulevard — a distance of approximately 1.0 mile, along with a new bridge over the Cypress Canal at 13'h Street may be added to this Scope of Services as Additional Services at the discretion of the COUNTY. • 15'h Street from Vanderbilt Beach Road to Golden Gate Boulevard — a distance of approximately 1.0 mile, may be added to this Scope of Services as Additional Services at the discretion of the COUNTY. 16th Street from 12'h Ave NE to south of the Golden Gate Canal — a distance of approximately 0.75 mile, may be added to this Scope of Services as Additional Services at the discretion of the COUNTY. 4 Schedule A 1-1 Amendment #1 to Agreement #06-4400 + Limits of improvements on Wilson Boulevard and 16`h Street N.E. may be increased and added to this Scope of Services as Additional Services at the discretion of the COUNTY. • The Design of New County Utilities (Potable Water, Raw Water -Fresh, Raw Water -Brackish, Sewer, IQ, Waste) along the Project Corridor may be added to this Scope of Services as Additional Services at the discretion of the COUNTY. 2.2 Drainage The stormwater system will be designed to meet the permitting requirements of all applicable permitting agencies. Stormwater system design will consider best management practices, open and closed systems, ditches, ponds, etc. or a combination thereof, within and outside the existing right of way. The design of 13 off-site ponds appear to be the most practical treatment method for the Project and are part of this Scope of Services. Modifications to ponds to accommodate newly adopted Collier County allowable discharge rates is included in this task. Preparation of Bridge Hydraulics Reports for the proposed bridges (to be designed) over controlled flow canals is included in this scope. 2.3 Utility Coordination The CONSULTANT will identify and accurately depict all existing utilities (public and private) within the project limits based on Record information provided by the COUNTY and local utility agency owners (UAO). Survey tasks will locate above ground utilities and facilities such as manholes, valve boxes, etc. A limited amount (S17,500) of Physical underground locates (Pot -holing) of existing utilities is included as a service in this scope of work. If it is determined that those services need to be expanded, they will be considered Additional Services. Coordinate with all existing utility owners (public and private) on this Project. Identify needs to relocate, modify and/or leave in place. Design or modifications/relocations of Collier County utilities (except as noted in Section I — Purpose), such as water, sanitary sewer, reclaimed water, etc. is not anticipated or included in this scope of services and will be considered Additional Services. Other local agency utility relocation/modification is not included in this Scope of Services and will be considered Additional Services. CONSULTANT will coordinate the need for additional COUNTY facilities during the design process. Design of new County facilities is not included in this Scope of Services and will be considered Additional Services. CONSULTANT shall be made aware of anticipated additional COUNTY facilities to be incorporated into the plans within 30 days of the 30% Conceptual Plans Submittal. Revision of design documents after this time to accommodate any new facilities will be considered as Additional Services. 2.4 Pen -nits The CONSULTANT will: Schedule Al -1 Amendment #] to Agreement #064004 • Identify all needed permits. ■ Obtain COUNTY approval on decisions regarding, or modifications to, permits. ■ Obtain COUNTY review prior to submittal of applications and designs to the permitting agency. • The CONSULTANT will be responsible for ensuring that environmental assessments for wetland systems, wildlife and habitat surveys (available data and field reviews), and historical/archaeological surveys are performed. • Phase II Surveys (Environmental) and Specific Species (T&E) Surveys will be considered Additional Services. • Extraordinary environmental efforts including, but not limitcL, contamination testing, wildlife tracking/telemetry studies and coordination of significant historic/archaeological resources will be considered Additional Services. ■ Apply for and coordinate for approval all necessary permits including, but not limited to: Environmental Resource Permit from the South Florida Water Management District; Army Corps of Engineers; BCB ROW Permit. A COUNTY representative will be present (invited to) at all meetings with regulatory agencies. The Consultants shall further provide the tasks outlined in the Scope of Services Tasks Summary, No. 1 and 2 at the end of this Amendment, 2.5 Structures The CONSULTANT will analyze and design structures as follows: Shall be assumed that only conventional FDOT bridge type structures, more specifically pile supported, cast -in-place Flat Slab, FIB, or AASHTO beam bridges will be evaluated as part of the Bridge Development Report (SDA). CONSPAN will be considered but is not anticipated to be utilized. Project: Collier Boulevard to 16th Street N.E. Bridges: This section of the project consists of 5 new bridge structures (as defined in the Scope of Services Tasks Summary), as described below. Canal relocations (including BCB Permitting) to reduce the span length for Bridge 1 and Bridge 2 is anticipated and included in this scope of services. Note: It is anticipated that the Bridges will be designed to be constructed in Phases (112 at a time) Walls: Soundwalls: Anticipated at Intersection of VBR and Massey Street, approximately 1000 ft long. Maximum Height = 9 ft. If warranted, the wall will be required to be constructed on owner ROW. The 6 Schedule AM Amendment #1 to Agreement #06-4404 ROW and TCE will be provided by the property owner at no additional cost to the County. Note: If project is Phased, wall will not be designed nor constructed as part of Phase I Plans. Retaining Walls: Retaining Wall Design for a maximum of 2,544 LF has been included in this Scope of Services. Box Culverts: None anticipated Pedestrian Underpass — None anticipated Miscellaneous Other Structures Signal: Standard Mast Arms = 4 total for Wilson Blvd. {Intersections with 8`h Street N.E. and 10h Street N.E. are anticipated to be "Roundabouts" Any additional Signal Design will be considered Additional Services. Sign Structures. None. The design of new box culverts, box culvert extensions, miscellaneous foundations, special lighting foundations, and retaining walls is not included in this Scope of Services. Table 2 Section Name Approx Width Description 2.6 Signing and Pavement Markings The CONSULTANT will analyze and design signing and pavement markings. Signing and pavement markings shall be determined during the design process. 2.7 Signals This Scope of Services includes the following signalized intersections: Vanderbilt Beach Road at Collier Boulevard (CR 95 1) — Modify existing signal Vanderbilt Beach Road at Wilson Boulevard — New signal Note; If Project is Phased, Span Wire as opposed to Mast Arms may be considered. CONSULTANT will request direction (in writing) from Traffic Operations prior to beginning design. Signal Warrants and Signal Designs (in addition to those mentioned above) will be considered Additional Services. Schedule Al -3 Amendment # 1 to Agreement #06-4000 B-1 6 Lane — 119 ft Over Cypress Canal — Sta 496+00 (approx B-2 6 Lane — 119 ft Over Cypress Canal — Sta 594+00 (approx B-3 6 Lane — 119 ft Over Curry Canal B-4 6 Lane — 119 ft Over Corkscrew Canal B-5 16 Lane — 119 ft Over Orange Tree Canal 2.6 Signing and Pavement Markings The CONSULTANT will analyze and design signing and pavement markings. Signing and pavement markings shall be determined during the design process. 2.7 Signals This Scope of Services includes the following signalized intersections: Vanderbilt Beach Road at Collier Boulevard (CR 95 1) — Modify existing signal Vanderbilt Beach Road at Wilson Boulevard — New signal Note; If Project is Phased, Span Wire as opposed to Mast Arms may be considered. CONSULTANT will request direction (in writing) from Traffic Operations prior to beginning design. Signal Warrants and Signal Designs (in addition to those mentioned above) will be considered Additional Services. Schedule Al -3 Amendment # 1 to Agreement #06-4000 2.8 Lighting The CONSULTANT will design lighting ONLY for the Intersections along Vanderbilt Beach Road (Estimated 2 to 4 Lights per Intersections dependent on Phasing). Lighting design will NOT be prepared for the side streets. at Wilson Boulevard, Everglades Boulevard, and DeSoto Boulevard, The Engineer will prepare one lighting report based on the chosen roadway footprint. 2.9 Landscape Architecture (Not Applicable to this project) 2.10 Survey Survey data obtained during the initial Project Design shall be supplemented to provide sufficient data for Final Design Pians. (Sub -Consultant RWA) 2.11 Photogrammetry See Subconsultant RWA, Inc. Scope of Services 2.12 Mapping ROW Maps will be prepared to assist Collier County with ROW Acquisition. Sketch and Descriptions will be Prepared for required ROW and TCE parcels. (Sub Consultant RWA). Collier County will provide Title Searches for the impacted parcels. 2.I3 Geotechnical Geotechnical data obtained during the initial Project Design shall be supplemented to provide sufficient data for Final Design Plans. (Sub -Consultant Ardaman & Associates, Inc.) 2.14 Architecture (Not applicable to this project) 2.15 Archaeological Survey The CONSULTANT will provide the COUNTY with the results of the previous Archeological Survey and include the recommendations in the project design and permitting. No new surveys are anticipated. If new surveys are required they will be considered Additional Services. 2.16 Noise Analysis The CONSULTANT will perform a noise analysis and prepare a noise analysis report - Noise Study (Sub -Consultant ESA). 2.17 Joint Project Agreements (Not applicable to this project) 2.18 Specifications Package The CONSULTANT shall prepare, sign and seal the project specifications package. COUNTY will provide the CONSULTANT with the latest Collier County specification package and the CONSULTANT will prepare the bid tabulations and Exhibit 1, Supplemental Terms and Conditions. Revisions to Division 1 of the Collier County specifications package will be considered Additional Services, Schedule A i -1 Amendment #I to Agreement #05-4000 2.19 Project Schedule The CONSULTANT shall provide a detailed project activity/event schedule for COUNTY and CONSULTANT activities required to meet the completion date for design. The schedule shall indicate, at a minimum, submission dates for 30%, 60%, 90%andl00%, and all other required submittals. The schedule shall allow 14 calendar days for the COUNTY's review of the plans. Periodically, throughout the life of the project, the schedule shall be reviewed and, with the approval of the COUNTY, adjusted as necessary to incorporate changes in the work concept and progress to date. 2.20 Submittals The CONSULTANT shall furnish plans and documents as required by the COUNTY to adequately control, coordinate, and construct the plans, The plans shall be consistent with FDOT PPM (With exception of Phase I — Concepts ONLY). The CONSULTANT shall provide the COUNTY sets of 1 1" x 17" design plans as well as electronic versions (PDF's) for distribution, as follows: Phase 1: 30% 4 sets Phase 2: 60% 4 sets Phase 3: 90% 4 sets Phase 4: 100% 4 sets The CONSULTANT shall furnish a copy -ready set of plans and specifications to the COUNTY at 100% completion. The size of the final plans shall be 11" x 17". All electronic (digital) files of final plans and specifications will be submitted to the COUNTY on a compact disk (CD) or other media approved by the COUNTY. Drawings files shall be provided in an Adobe Acrobat (.pdf) format. 2.21 Provisions for Work All maps, plans and designs are to be prepared with English values in accordance with all applicable current Collier County and FDOT manuals, memorandums, and guidelines. 2.22 Services to be performed by the COUNTY When appropriate the COUNTY will provide those services and materials as set forth below: Regarding Environmental Permitting Services: a) Provide general philosophies and guidelines of the COUNTY to be used in the fulfillment of the contract; b) Provide the appropriate signatures on application forms; c) All required Permit Fees Schedule Al -i Amendment # 1 to Agreement #06-4000 Provide the appropriate letters of authorization designating the CONSULTANT as an agent of the COUNTY. The COUNTY will provide design traffic for the corridor to be used by the CONSULTANT for alternatives analysis, signalization and queue length determinations. Provide plan reviews during the various stages of development 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. This includes all submitted new PUD's and DRI's. Project data currently on file. All available information in the possession of the COUNTY pertaining to utility companies whose facilities may be affected by the proposed construction. All future information that may come to the COUNTY pertaining to subdivision plans so that the CONSULTANT may take advantage of additional areas that can be utilized as part of the existing right- of-way. Existing right-of-way maps. Title Searches. Property values for parcels designated by the CONSULTANT for potential acquisition. 3 PROJECT GENERAL TASKS Project General Tasks are applicable to the project as a whole and are described in Sections 3.1 through 3.6 of this Scope of Services. Project Common Tasks These tasks are applicable to most activities of the project included in this Scope of Work as identified in Sections 4 through 25. Project Research: The CONSULTANT shall perform research of existing PUD and DRI documents for developments adjacent to the project for commitments regarding Right of Way, Stormwater Management, Roadway Improvements or any other commitments involving the interests of the COUNTY. The CONSULTANT shall coordinate the alignment within the CC School Board's and Parks & Recreation's parcels according to the Scope of Services Tasks Summary, No. 4. at the end of this Amendment No. 1. Cost Estimates: The CONSULTANT shall be responsible for producing a construction cost estimate (at 30%) and reviewing and updating the cost estimate at project milestones — 60%, 90%, and 100%. 10 Schedule A!-1 Amendment #1 to Agreement #06-4000 Technical Special Provisions: The CONSULTANT shall provide Technical Special Provisions for all items of work not covered by the latest (at the time of execution of Contract) Collier County or 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 absolutely necessary to control project specific requirements. The first nine sections of the standard specifications, recurring special provisions and supplemental specifications shall not be modified without written approval of the COUNTY. All modifications to other sections must be justified to the COUNTY to be included in the project's specifications package as Technical Special Provisions. The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment. These provisions shall be submitted on 8-112"x 11 " sheets and shall not have holes punched or be bound in any way that would create a problem for high volume reproduction. Field Reviews: Includes all trips required to obtain necessary data for all elements of the project. Technical Meetings: Includes meetings with the COUNTY; between disciplines and subconsultants, such as access management meetings, pavement design meetings, local governments, progress review meetings (phase review); and miscellaneous meetings. Quality Assurance/Quality Control: It is the intention of the COUNTY that design CONSULTANT'S are held responsible for their work, including plans review. The purpose of CONSULTANT plan reviews is to verify that the CONSULTANT's plans follow the plan preparation procedures outlined in the FDOT Plans Preparation Manual; that State and Federal design criteria are followed consistent with the COUNTY concepts; and that the CONSULTANT submittals are complete. The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services famished by the CONSULTANT under this contract. The CONSULTANT shall, without additional compensation, correct all errors or deficiencies in the designs, maps, drawings, specifications and/or other services through all stages of design and project construction. Post -Design services such as responding to Requests for Information (BFI's) from the COUNTY or the project's construction contractor regarding plan or specification deficiencies, ambiguities or conflicts; shop drawing reviews, etc. shall be resolved to the satisfaction of the COUNTY. Independent Peer Review: The COUNTY will provide for an independent Peer Review by another consultant. The CONSULTANT shall allow 4 weeks from the date of the 90% plans submittal for the Independent Peer Review. Supervision: Includes all efforts required to supervise all technical design activities. Coordination: Includes all efforts to coordinate with all disciplines of the project to produce a final set of construction documents. Schedule A 1-1 Amendment # 1 to Agreement #06-4000 3.1 Public involvement The Consultant shall further provide the tasks outlined in the Scope of Services Tasks Summary No. 10 at the end of this Amendment No. 1. 3.2 Joint Project Agreements (Not applicable to this project) 3.3 Specifications Package Preparation The CONSULTANT shall prepare the bid tabulations and Exhibit I and provide a complete specifications package, including applicable Technical Special Provisions, for all items and areas of work. The CONSULTANT will provide the necessary workbook and electronic files, in latest (At the time of execution of the Amendment) Microsoft Word format, for proper completion of the specifications preparation task. The actual work effort may entail utilization of the supplied electronic files and inclusion of new files issued as mandatory special provisions or supplemental specifications. The specification package shall be based on the latest (At the time of execution of the Amendment) edition of FDOT's Standard Specifications for Road and Bridge Construction as modified by the COUNTY specification requirements. The specification package may include Special Provisions or Supplemental Specifications as directed by the COUNTY. The COUNTY will provide the completed front-end contract document sections. The FDOT Standard Specifications, Special Provision or Supplemental Specifications may not be modified unless absolutely necessary to control project specific requirements. Proposed modifications to these listed documents shall be coordinated with the COUNTY prior to inclusion in the final project specifications package. Proposed Technical Special Provisions will be submitted to the COUNTY for initial review at the time of the 90% plan review submission. This submittal does not require signing and sealing. Submittal shall include an electronic version (Microsoft Word) of the specifications package. All comments will be returned to the CONSULTANT for correction and resolution. The Final submittal shall be signed, dated and sealed in accordance with applicable Florida Statutes. The submittal materials shall consist of the same as those submitted for the initial review by the COUNTY. 3.4 Contract Maintenance Includes project management effort for complete setup and maintenance of files, developing monthly progress reports, monthly invoices, schedule updates, work effort to develop and execute subconsultant agreements, etc. 3.5 Value Engineering (Multi -disciplined Team) Review (Not Applicable to this project) 3.6 Prime Project Manager Meetings Includes Prime CONSULTANT Project Manager staff hours for phase review, progress review, all technical meetings, and other coordination activities, including any travel time. Meetings required for each Activity are included in the meetings section for that specific Activity. Meetings will be held as necessary. 12 Schedule A3-1 Amendment # 1 to Agreement #06-4000 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 an approved Typical Section Package prior to the 30% plans submittal date. The package will be provided for COUNTY review and approval. 4.2 Pavement Design Package The CONSULTANT will prepare a Pavement Design Report. The CONSULTANT shall provide a Pavement Design Package prior to the 60% plans submittal date for COUNTY review and approval. 4.3 Access Management The CONSULTANT shall incorporate access management standards for the project in coordination with COUNTY staff. The CONSULTANT shall review adopted access management standards and the existing access conditions (signalized intersection spacing, median opening spacing, and connection spacing). Driveways that will be closed, relocated, or substantially altered shall be shown on plan sheets and submitted with supporting documentation for review with the 30% Conceptual Plans submittal. The COUNTY shall provide access management classification information to be used by the CONSULTANT immediately following Notice to Proceed. Access Management will adhere to Collier County Resolution No. 13-257, Access Class 2 wherever possible but will adhere to Access Class 3 as a minimum requirement. Any changes to Access Management (specific to new streets and median openings) after approval of the Phase I (30%) Conceptual Plans will be considered Additional Services. 4.4 Horizontal/Vertical Master Design Files The CONSULTANT shall design the geometrics using the design standards that are most appropriate with proper consideration given to the design traffic volumes, design speed, capacity and levels of service, functional classification, adjacent land use, design consistency and driver expectancy, aesthetics, pedestrian and bicycle concerns, ADA requirements, elder road user policy, access management, PD&E study documents and scope of work. It is anticipated that the geometry will remain as shown in the previous 60% Plans Submittal with the exception of the Park/School Area (1.0 Mile +1-). The Consultant shall further provide the tasks outlined in the Scope of Services Tasks Summary No. 4 at the end of this Amendment No. 1. 4.5 Cross Section Design Files The CONSULTANT shall establish and develop cross section design files in accordance with the FDOT CADD manual. The drawing scale shall be 1"=20' Horizontal and 1"-10' Vertical. 4.6 Traffic Control Analysis The CONSULTANT shall design a Traffic Control Plan to move vehicular and pedestrian traffic during all phases of construction. The design shall include construction phasing of roadways ingress and egress to existing property owners and businesses, routing, signing and pavement markings, and detours. Special consideration shall be given to the construction of the drainage system when developing the 13 Schedule Al -1 Amendment #1 to Agreement #06-4000 construction phases. Positive drainage must be maintained at all times. This will be the responsibility of the Contractor and will be noted in the Specifications. The CONSULTANT shall investigate the need for temporary traffic signals, temporary lighting, and alternate detour roads. The Traffic Control Plan shall be prepared by a certified designer who has completed training as required by the FDOT. Prior to proceeding with the Traffic Control Plan, the CONSULTANT shall meet with the appropriate COUNTY personnel. The purpose of this meeting is to provide information to the CONSULTANT that will better coordinate the Preliminary and Final Traffic Control Plan efforts. The plans will be detailed sufficient enough for the Contractor to bid the project and maintain traffic during construction. 4.7 Master TCF Design Files The CONSULTANT shall prepare Basic Conceptual Traffic Control Plans to be utilized as a planning tool by the Contractor for maintaining traffic during construction. The Contractor will be responsible for providing a full Traffic Control Plan per FDOT Standards, Signed and Sealed by a Florida Professional Engineer 30 Days prior to Constriction which reflects their preferred methods and means of construction. 4.8 Design Variations and Exceptions. Not anticipated. 4.9 Design Report The CONSULTANT shall prepare all applicable report(s) as listed in the Project Description section of this scope. The CONSULTANT shall submit design notes, data, and calculations to document the design conclusions reached during the development of the contract plans. The design notes, data, and computations shall be recorded on size 8�/z"xl i" sheets, fully titled, numbered, dated, indexed and signed by the designer and the checker. Computer output forms and other oversized sheets shall be folded to 8'/z"x11" size. The data shall be in a hardback folder for submittal to the COUNTY for review. 4.10 Computation Book and Quantities The CONSULTANT shall prepare the Computation Book and various summary of quantities sheets. This includes all efforts required to develop the Computation Book and the supporting documentation, including conceptual opinion construction days when required. 4.11 Cost Estimate The CONSULTANT shall prepare the Engineer's Estimate of Probable Cost and provide with the 30% submittal. The Engineer's Estimate of Probable Construction Cost shall be adjusted at each subsequent submittal and be maintained (updated at the 60%, 90%, and100%Milestones) until final submittal. 4.12 Technical Special Provisions None are anticipated with the project. If it is determined that a Technical Special Provision is required, 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. 14 Schedule AM Amendment #1 to Agreement #06-4000 Standard Specifications, recurring special provisions and supplemental specifications should not be modified unless absolutely necessary to control project specific requirements. The first nine sections of the standard specifications, recurring special provisions and supplemental specifications shall not be modified without written approval of the Collier County. The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment. These provisions shall be submitted on 8-112"x11" sheets and shall not have holes punched or be bound in any way that would create a problem for high volume reproduction. 4.13 Field Reviews Includes all trips required to obtain necessary data for all elements of the roadway analysis. 4.14 Technical Meetings Includes meetings with the COUNTY, Collier County and/or Agency staff, between disciplines and subconsultants, such as access management meetings, pavement design meetings, progress review meetings (phase review), and miscellaneous meetings necessary for all elements of the roadway analysis. A total of 18 meetings have been included for these efforts. 4.15 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 4.15 Independent Peer Review (Not Applicable to this project) 4.17 Supervision Includes all efforts required to supervise all technical design activities. 4.18 Coordination The CONSULTANT will coordinate with appropriate parties regarding elements of the roadway design. 5 ROADWAY PLANS The CONSULTANT shall prepare Roadway, Drainage, Traffic Control, Utility Adjustment Sheets (limited locations), 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 unless noted as not applicable to this project. 5.1 Key Sheet 5.2 Summary of Pay Items Including Quantity Input (Not applicable to this project) 5.3 Drainage Map 5.4 Interchange Drainage Map (Not applicable to this project) 5.5 Typical Section Sheets 5.6 General Notes/Pay Item Notes 5.7 Summary of Quantities (Not applicable to this project) 15 Schedule Al -1 Amendment #1 to Agreement #05-4000 5.8 Box Culvert Data Sheet (Not applicable to this project) 5.9 Bridge Hydraulics Recommendation Sheets 5.10 Summary of Drainage Structures 5.11 Optional Pipe/Culvert Material (Not applicable to this project) 5.12 Project Layout 5.13 Plan/Profile Sheet 5.14 Profile Sheet (Not applicable to this project) 5.15 Plan Sheet (Not applicable to this project) 5.16 Special Profile (Not applicable to this project) 5.17 Back of Sidewalk Profile Sheet (Not applicable to this project) 5.18 Interchange Layout Sheet (Not applicable to this project) 5.19 Ramp Terminal Details (Plan View) (Not applicable to this project) 5.20 Intersection Layout Details 5.21 Miscellaneous Detail Sheets 5.22 Drainage Structure Sheet 5.23 Miscellaneous Drainage Detail Sheets 5.24 Lateral Ditch Plan/Profile (included in the Plan 1 Profile sheets) 5.25 Lateral Ditch Cross Sections (included in the Cross Sections) 5.26 Retention/Detention Ponds Detail Sheet 5.27 Retention Pond Cross Sections 5.28 Cross Section Pattern Sheet (Not applicable to this project) 5.29 Roadway Soil Survey Sheet 5.30 Cross Sections 5.31 Traffic Control Pian Sheets 5.32 Traffic Control Cross Section Sheets 5.33 Traffic Control Detail Sheets 5.34 Utility Adjustment Sheets (Limited locations for Project 1, Not applicable on Project 2 (Exception: Intersections of Wilson, Everglades, Desoto) 5.35 Selective Clearing and Grubbing (Not applicable to this project) 5.36 Erosion Control Plan 5.37 SWPPP 5.38 Project Control Network Sheet 5.39 Interim Standards (Not applicable to this project) 5.40 Utility Verification Sheet (SUE Data) (Information shown on other sheets) 5.41 Quality Assurance/Quality Control 5.42 Supervision 6 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's Drainage Manual. Once the drainage system is accepted and approved by the COUNTY and the 16 Schedule A I -I Amendment # 1 to Agreement #06-4000 ERP Permit is submitted to the SFWMD, any changes to the system, requested by the COUNTY, shall be considered as Additional Services. The CONSULTANT shall coordinate fully with the appropriate permitting agencies and COUNTY and/or County staff. All activities and submittals should be coordinated through the COUNTY and coordinated with the County's Project Manager. The work will include the engineering analyses for any or all of the following: 6.1 Determine Base Clearance Water Elevation Analyze, determine, and document high water elevations which will be used to set roadway profile grade. Determine surface water elevations at cross drains, floodplains, outfalls and adjacent stormwater ponds. Determine groundwater elevations at intervals between the above-mentioned surface waters. 6.2 Pond Siting Analysis and Report Evaluate pond sites using a preliminary hydrologic analysis. Document the reconunendations, results and coordination for all of the project's pond site analyses. Evaluation will be prepared for 2 pond site alternatives per pond and per stormwater basin. The analysis will be presented in the form of a Technical Memorandum and the Drainage Manual provides specific documentation requirements. Joint Use Ponds will be considered for the Park/School Sites subject to project schedule. The CONSULTANT shall incorporate all changes to drainage design and pond site modifications previously defined for ROW modifications. 6.3 Design of Cross Drains Analyze the hydraulic design of cross drains. Check existing cross drains to determine if they are structurally sound and can be extended. Document the design as required. Determine and provide flood data as required. 6.4 Design of Roadway Ditches Evaluate the existing conditions for all existing ditches. Ditches to convey off-site flow through the project will be provided to mimic (not improve or change) existing conditions. 6.5 Design of Outfalls Analyze and document the design of ditch or piped outfalls. (Pond outlet structure included in task 6.6) 6.6 Design of Stormwater Management Facility (Offsite Pond) Design stormwater management facilities to meet requirements for stormwater quality treatment and attenuation. Develop proposed pond layout (shape, contours, slopes, etc.), perform routing calculations, and design the outlet control structure. 6.7 Design of Stormwater Management Facility (Roadside Ditch as Linear Pond) (Not applicable to this project) 6.8 Design of Flood Plain Compensation Area Determine flood plain encroachments, coordinate with regulatory agencies, and develop proposed compensation area layout (shape, contours, slopes, etc.). Document the design following requirements of the regulatory agency. (Not applicable to this project) 17 Schedule AM Amendment # 1 to Agreement #06-4000 6.9 Design of Storm Drains Deveiop a "working drainage map", 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. Design of storm drains is to include ultimate conditions of the roadway as defined in by the Typical Sections. 6.10 Optional Culvert Material (Not applicable to this project) 6.11 French Drain Design (Not applicable to this project) 6.12 Drainage Wells (Not applicable to this project) 6.13 Drainage Design Documentation Report Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and decisions, except the Pond Siting Analysis Report and Bridge Hydraulics Report. 6.14 Bridge Hydraulic Report Calculate hydrology, hydraulics, scour, and deck drainage. Prepare report and the information for the Bridge Hydraulics Recommendation Sheet for 5 bridges. Effort included for structures identified in Section 2.5. 6.15 Cost Estimate The CONSULTANT shall prepare the Engineer's Estimate of Probable Cost and provide with first submittal. The Engineer's Estimate of Probable Construction Cost shall be adjusted at each submittal to be maintained until final submittal. 6.16 Technical Special Provisions None are anticipated with the project. if it is determined that a Technical Special Provision is required, 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 absolutely necessary to control project specific requirements. The first nine sections of the standard specifications, recurring special provisions and supplemental specifications shall not be modified without 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. These provisions shall be submitted on 8-112"x 11" sheets and shall not have holes punched or be bound in any way that would create a problem for high volume reproduction. 6.17 Field Reviews Includes all trips required to obtain necessary data for all elements of the drainage analysis. 6.18 Technical Meetings Includes meetings with the COUNTY, Collier County and/or Agency staff, between disciplines and subconsultants, such as Pond Siting Review, pre -application submittal, drainage design review, progress is Schedule Al -1 Amendment #I to Agreement #06-4004 review meetings (phase review), and miscellaneous meetings necessary for all elements of the drainage analysis. Meetings will be held as necessary. 6.19 Quality AssurancelQuahty 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. 6.20 Independent Peer Review (Not applicable to this project) 6.21 Supervision Includes all efforts required to supervise all technical design activities. 6.22 Coordination The CONSULTANT will coordinate with appropriate parties regarding elements of the drainage design. 7 UTILITIES The CONSULTANT shall identify utility facilities and secure agreements, utility work schedules, and plans from the Utility Agency Owners (UAO) ensuring no conflicts exist between utility facilities and the C011NTY's construction project. CONSULTANT will coordinate with all existing utilities within the proposed corridor. It is assumed at this time that there are no new County (Potable Water, Raw Water - Fresh, Raw Water - Brackish, Sewer, Waste, IQ) utilities proposed in this corridor, The CONSULTANT will coordinate with Collier County Utilities (PUED) to identify any potential new utilities. Any new utility design, relocation of existing utilities (except as noted in Section 1 — Purpose) or DEP Permitting will be considered Additional Services. 7.1 Kickoff Meeting Prior to any contact with the UAO(s), the CONSULTANT shall meet with the COUNTY Public Utilities to receive guidance, as may be required, to assure that all necessary coordination will be accomplished in accordance with Collier County procedures. CONSULTANT shall bring a copy of the design project work schedule reflecting utility activities. 7.2 Identify Existing UAO(s) Identify all utilities in the corridor; check with FDOT Maintenance for Permits, Sunshine State One Call, Design Location Survey, and Existing Plans. 7.3 Make Utility Contacts First Contact: Send letters and two sets of plans to each utility (Phase I Plans). Includes contact by phone for meeting coordination. Request type, size, location, easements, cost for compensable relocation, and justification for any utility exceptions. Include the meeting schedule (if applicable) and the design schedule. Include typical meeting agenda. Second Contact: At a minimum of 4 weeks prior to the meeting, the CONSULTANT shall transmit two complete sets of Phase II Plans to each UAO having facilities located within the project limits, and one set to the Collier County Public Utilities. 19 Schedule Al -1 Amendment #I to Agreement #064000 Third Contact: At a minimum of 2 weeks prior to the Phase IV - Final Plans submittal, the CONSULTANT shall transmit one set of plans to each UAO having facilities located within the project limits and one set to the COUNTY Public Utilities. Final Utility Relocation Schedules will be coordinated at this time. 7.4 Exception Coordination (Not applicable to this project) 7.5 Preliminary Utility Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a preliminary utility meeting with all affected UAO(s) for the purpose of presenting the project, review the current design schedule, evaluate the utility information collected, provide follow-up information on compensable interest requests, 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. 7.6 Individual/Field Meetings The CONSULTANT shall meet, as necessary, with UAO separately throughout the project design duration to provide guidance in the interpretation of plans, review changes to the pians and schedules, optional clearing and grubbing work, and assist in the development of the UAO(s) plans and work schedules. The CONSULTANT is responsible for coordinating with the UAO to complete and return the necessary documents after each Utility Contact or Meeting. It is anticipated that a maximum of one field meeting will be required with this effort. 7.7 Collect and Review Plans and Data from UAO(s) Make Determinations (Compensable Interest, Easements, Coordinate, Analyze). Verify information (utility type, material and size) is sent to the designer for inclusion in the plans. Coordinate programming of funds with PUED. 7.8 Subordination of Easements Coordination The CONSULTANT shall research and determine if any easements exist in the corridor. Subordination of the easement shall be coordinated thru COUNTY staff as part of the Right -of -Way acquisition process. 7.9 Utility Design Meeting At a minimum of 3 weeks prior to the meeting, the CONSULTANT shall transmit two complete sets of 60% pians to each UAO having facilities located within the project limits, and one set to the COUNTY Public Utilities Office. 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 drainage, traffic signaiization, maintenance of traffic (construction phasing), review the current design schedule and letting date, evaluate the utility information collected, provide follow-up information on compensable interest requests, discuss the utility work by highway contractor option with each utility, 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 maintenance of traffic with each UAO. The intent of this meeting shall be to identify and resolve conflicts between utilities and 20 Schedule AM Amendment O to Agreement #06-4000 proposed construction prior to completion of the plans, including utility adjustment details. Also recommend resolution between known utility conflicts with proposed construction plans as practical. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees. 7.10 Review Utility Markups and Work Schedules and Processing of Schedules and Agreements Review utility marked up plans individually as they are received for content and coordinate review with the designer. Send color markups and schedules to the appropriate COUNTY office(s) for review and comment if required by the COUNTY. 7.11 Utility Coordination/Follow up This includes follow-up, interpreting plans, and assisting with coordinating the completion of the UAO(s) work schedule and agreements. Includes phone calls, face-to-face meetings, etc., to coordinate and verify the UAO(s) complete and return the required documents in accordance with the project schedule. Verify the resolution of all known conflicts. This task can be applied to all phases of the project. 7.12 Utility Constructabiiity Review Review utility schedules against construction contract time, and phasing for compatibility. Coordinate with COUNTY construction office. 7.13 Additional Utility Services (Not applicable to this project) 7.14 Processing Utility Work by Highway Contractor (UWHQ (Not applicable to this project) 7.15 Contract Plans to UAO(s) This includes transmittal of the contract plans as processed for letting. Transmittals to UAO(s) are by certified mail, return receipt requested. 7.16 Certification/Close-Out (Not applicable for this project) S ENVIRONMENTAL PERMITS The CONSULTANT shall notify the COUNTY Project Manager, Environmental Permit Coordinator and/or other appropriate personnel in advance of all scheduled meetings with the regulatory agencies to allow a representative to attend. The CONSULTANT shall copy all applicable staff on all permit related correspondence and meetings. The permitting effort will include impacts to South Florida Water Management District (SFWMD) and U.S. Army Corps of Engineers (Corps) jurisdictional wetlands. An additional effort will be required for coordinating a Biological Opinion from U.S. Fish and Wildlife Service. 8.1 Wetland Delineation Jurisdictional wetland boundaries within the project area will be determined in accordance with the routine methodology described in the U.S. Army Corps of Engineers' (USACE's) `1987 Corps of Engineers Wetlands Delineation Manual" (Environmental Laboratory, 1987), Including Regional Supplements) and the state methodology as authorized by Subsection 373.421, Florida Statutes. The boundaries of jurisdictional wetlands within the alignment right-of-way and within retention pond sites will be documented on aerials in the field by experienced wetland scientists. The documentation of project wetlands will extend approximately 50 feet outside the alignment right-of-way and boundaries 21 Schedule AM Amendment # 1 to Agreement #06-4000 of pond sites. Field determinations of jurisdictional wetland boundaries will be conducted based on the dominance of hydrophytic vegetation, the presence of hydric soils, and evidence of hydrology. It is anticipated a total of 25,000 linear feet of wetlands (maximum) will be flagged if required by Permitting Agencies. USACE wetland data sheets will be completed for each wetland. Data that will be collected on project wetlands will include type, size, quality, vegetation, hydrology, soils, existing impacts, and surrounding land use. The data will be used to assess mitigation requirements and prepare the Environmental Resource Permit (ERP) application. Post field wetland mapping and wetland evaluations and impact analyses will be conducted following the field investigation. 8.2 Threatened & Endangered (T&E) Species Surveys Applicable T&E species surveys will be conducted for the project alignment and pond sites. A Florida Natural Areas Inventory (FNAI) database search will be conducted to determine if any T&E species sightings have been documented within or in the vicinity of the project area. Other desktop analyses will include accessing the bald eagle and wood stork colony databases and evaluating the habitat types with the project area. The project will also be coordinated with the U.S. Fish & Wildlife Service (USFWS) and Florida Fish & Wildlife Conservation Commission (FFWCC). Based on the findings of the desktop analyses and the regulatory agency coordination, the species for which surveys need to be conducted will be determined. Based on preliminary analyses, the species-specific surveys are expected to include the red -cockaded woodpecker (RCW), fox squirrel, gopher tortoise, Florida Bonneted Bat and wading birds. Specific surveys for T&E plant species will be conducted if necessary. The RCW survey will be conducted out to '/z mile from the alignment and pond sites in all accessible areas containing pine trees having diameters at breast height (DBH) of six inches or greater unless the areas are densely covered with bald cypress and/or melaleuca. Standard RCW survey methods utilizing transect walks and binocular searches for cavity trees will be utilized. The gopher tortoise and fox squirrel surveys will be conducted out to 50 feet from the proposed road right -of --way and boundaries of the pond sites. The wading bird surveys will involve seeking evidence of wading bird utilization throughout the project area. Post field mapping and T&E species evaluations and impact analyses will be conducted following the field investigation. 8.3 Florida Panther Biological Opinion USFWS will issue a Biological Opinion for potential effects of the project on the Florida panther. To streamline the issuance of the Biological Opinion, CH2M HILL will assist USFWS in preparing the Biological Opinion. The primary components of this task include agency coordination, land use mapping and area estimations, and preparation of the Biological Opinion document. Preparation of the Biological Opinion document will include evaluations of project impacts on panther habitat, accessing and presenting pertinent GIS data and mapping, accessing regional federal and non-federal permit data, evaluating potential cumulative impacts, and determining mitigation requirements for panther habitat impacts. If USFWS seeks to issue a Biological Opinion for any other species, those required tasks will be considered Additional Services. 8.4 Meetings The following meetings will be held to manage the environmental aspects of the project: Pre -application meeting, meeting with the South Florida Water Management District (SFWMD), meeting with USACOE, meeting with USFWS, and meeting with FFWCC. 22 Schedule Al -1 Amendment # 1 to Agreement #06-4040 9.5 Incorporate Report of Core Borings 9.6 Existing Bridge Plans (Not applicable to this project) 9.7 Computation Book and Quantities 9.8 Cost Estimate 9.9 Technical Special Provisions 9.10 Field Reviews 9.11 Technical Meetings. No meetings are included for these efforts at this time. 9,12 Quality Assurance/Quality Control 9.13 Independent Peer Review The CONSULTANT shall provide constructability reviews by in-house staff familiar with construction procedures and practices. Additional Geotechnical data reviews shall be performed by in-house staff. Any concerns raised during the reviews shall be noted and/or incorporated into the plans. 9.14 Supervision 9.15 Coordination The CONSULTANT will coordinate with appropriate parties regarding all elements of the structures design. 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT The CONSULTANT shall prepare a Bridge Development Report (BDR). The BDR shall be submitted as part of the 30% Roadway Submittal, General Requirements. The CONSULTANT will evaluate conventional FDOT type bridges, more specifically pile supported cast -in-place Flat Slab or AASHTO beam bridges for all locations as described in Section 2.5. Any other structure types (exception: CONSPAN) will be considered part of additional services and the required effort will have to be negotiated separately. General Requirements 10.1 Bridge Geometry 10.2 Ship Impact Data Collection (Not applicable for this project) 10.3 Ship Impact Criteria (Not applicable for this project) Superstructure Alternatives 10.4 Short Span Concrete The CONSULTANT shall assume Cast -in-place Flat Slab bridges for development of alternatives. 10.5 Medium -Span Concrete The CONSULTANT shall assume AASHTO beam bridges for development of alternatives. 10.6 Long Span Concrete (Not applicable for this project) 10.7 Structural Steel (Not applicable for this project) Foundation and Substructure Alternatives 10.8 Pier/Bent Type (Bents Only) 10.9 Shallow Foundation (Not applicable for this project) 10.10 Deep Foundations (Prestressed Concrete Piles Only) Movable Span 24 Schedule Al -1 Amendment # 1 to Agreement #06-4000 10.11-10.23 (Not applicable to this project) Other BDM Issues 10.24 Aesthetics (Assumed conventional design) 10.25 TCP/Staged Construction Requirements (NIA) 14.26 Constructability Requirements 10.27 Abutment Slope/Wall Evaluation (NIA) 14.28 Quantity and Cost Estimates 10.29 Quantity and Cost Estimates -Movable Span (Not applicable to this project) 10.30 Wall Type Justification (N/A) Re ort Pre aration 10.31 Exhibits 10.32 Exhibits -Movable Span (Not applicable to this project) 10.33 Report Preparation 14.34 Report Preparation -Movable Span (Not applicable to this project) 10.35 BDR Submittal Package (NIA) 10.36-10.48 (Not applicable to this project) 11 STRUCTURES - TEMPORARY BRIDGE (Not applicable to this project) 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE The CONSULTANT shall prepare plans for Short Span Concrete Bridge(s) at the location(s) specified in Section 2.5. General Layout Design and Plans 12.1 Overall Bridge Final Geometry 12.2 Expansion/Contraction Analysis 12.3 General Plan and Elevation 12.4 Construction Staging (Not applicable for this project) 12.5 Approach Slab Plan and Details 12.6 Miscellaneous Details End Bent Design and Plans 12.7 End Bent Geometry 12.8 End Bent Structural Design 12.9 End Bent Plan and Elevation 12.10 End Bent Details Intermediate End Bent Design and Plans 12.11 Bent Geometry 12.12 Bent Stability Analysis 12.13 Bent Structural Design 12.14 Bent Plan and Elevation 12.15 Bent Details Miscellaneous Substructure Design and Plans 12.16 Foundation Layout Superstructure Design and Plans 12. 17 Finish Grade Elevation Calculation 25 Schedule A[-1 Amendment # 1 to Agreement #06-4000 12.18 Finish Grade Elevations Cast -in-place Slab Bridges 12.19 Bridge Deck Design 12.20 Superstructure Plan 12.21 Superstructure Section and Details Prestressed Slab Unit Bridges 12,22-12.26 (Not applicable to this project) Reinforcing Bar Lists 12,27 Reinforcing Bar List Load Rating 12.28 Load Ratings (Not Included as part of the scope) 13 STRUCTURES — MEDIUM SPAN CONCRETE BRIDGE (Tasks 13.1 — 13.53 are not applicable for this project) 14 STRUCTURES — STRUCTURAL STEEL BRIDGE (Tasks 14.1 —14.61 are not applicable for this project) 15 STRUCTURES — SEGMENTAL CONCRETE BRIDGE (Tasks 15.1 — 15.78 are not applicable for this project) 16 STRUCTURES — MOVEABLE SPAN (Tasks 16,1 —16,102. are not applicable for this project) 17 STRUCTURES — RETAINING WALL (Tasks 17.1 — 17.21 are not applicable for this project) 18 STRUCTURES — MISCELLANEOUS The CONSULTANT shall prepare plans for Miscellaneous Structure(s) as specified in Section 2.5. Concrete Box Culverts. 18.1-18.2 (Not applicable for this project) Strain Poles 18.3-18.4 Strain Poles may be utilized for Wilson Blvd depending on Project Phasing, COUNTY to provide direction, 18.5 Mast Arms Overhead/Cantilever Sign Structure 18.6-18.10 (Not applicable for this project) 18.11 High Mast Light Foundations (Not applicable for this project) Sound Barrier Walls (Ground Mount) The CONSULTANT will provide appropriate FDOT designs for the sound walls identified in Section 2.5. 18.12 Horizontal Wall Geometry 18.13 Vertical Wall Geometry 18.14 Semi -Standard Drawings 18.15 Control Drawings 18.16 Design for Wall Height Covered by Standards 18.17 Design for Wall Height not Covered by Standards (Not applicable for this project) 26 Schedule A 1-1 Amendment #1 to Agreement #06-4000 18.18 Aesthetic Details (Not applicable for this project) Special Structures 18.19 Wildlife Crossing (Not applicable for this project) 18.20 Other Structures (Not applicable for this project) 19 SIGNING AND PAVEMENT MARKING ANALYSIS The CONSULTANT shall analyze and document Signing and Pavement Markings Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 19.1 Traffic Data Analysis The CONSULTANT shall review the available traffic data, approved typical section package, available traffic technical memorandum(s) and proposed geometric design alignment to identify proposed sign placements and roadway markings. The CONSULTANT will perform queue analyses using available traffic data. 19.2 No Passing Zone Study (Not applicable for this project) 19.3 Reference and Master Design File The CONSULTANT shall prepare the Signing & Marking Design file to include all necessary design elements and all associated reference files. 19.4 Multi -Post Sign Support Calculations The CONSULTANT shall determine the appropriate column size from the FDOT Multi -Post Sign Programs). 19.5 Sign Panel Design Analysis Establish sign layout, letter size and series for non-standard signs. 19.6 Sign Lighting/Electrical Calculations (Not applicable for this project) 19.7 Quantities Includes all work required to determine the quantities of each plan sheet. 19.8 Computation Book The CONSULTANT shall prepare the Computation Book. This includes all efforts required to develop the Computation Book and the supporting documentation. 19.9 Cost Estimates The CONSULTANT shall prepare the Engineer's Estimate of Probable Cost and provide with the 30% submittal. The Engineer's Estimate of Probable Cost shall be adjusted at each submittal to be maintained until final submittal. All estimates of probable construction cost used for the project will be developed using the appropriate estimate class for completion of the design and consistent with Industry Standards, Association for the Advancement of Cost Engineering adjusted for local site conditions. 27 Schedule Al -1 Amendment #i to Agreement #06-4000 19.10 Technical Special Provisions None are anticipated with the project. If it is determined that a Technical Special Provision is required, the CONSULTANT shall provide Technical Special Provisions for all items of work not covered by the FOOT Standard Specifications for Road and Bridge Construction and recurring special provisions. Standard Specifications, recurring special provisions and supplemental specifications should not be modified unless absolutely necessary to control project specific requirements. The first nine sections of the standard specifications, recurring special provisions and supplemental specifications shall not be modified without 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. These provisions shall be submitted on 8-112"x11" sheets and shall not have holes punched or be bound in any way that would create a problem for high volume reproduction. 19.11 Field Reviews Includes all trips required to obtain necessary data for all elements of the signing and pavement marking analysis. 19.12 Technical Meetings Includes meetings with the COUNTY and/or Agency staff, between disciplines and subconsultants, such as access management meetings, pavement design meetings, progress review meetings (phase review), and miscellaneous meetings necessary for all elements of the signing and pavement marking analysis. Two meetings are anticipated for these efforts. 19.13 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. 19.14 independent Peer Review (Not applicable for this project) 19.15 Supervision Includes all efforts required to supervise all technical design activities. 19.16 Coordination Includes all efforts to coordinate elements of the Signing and Pavement Marking analysis of the project to produce a final set of construction documents. 24 SIGNING ANIS PAVEMENT MARKING PLANS The CONSULTANT shall prepare a set of Signing and Pavement Marking Plans in accordance with the Plans Preparation Manual that includes the following. 20.1 Key Sheet 20.2 Summary of Pay Items 28 Schedule A 1-1 Amendment # t to Agreement #06-4000 20.3 Tabulation of Quantities 20.4 General Notes/Pay Item Notes 20.5 Project Layout (Not applicable for this project) 20.6 Pian Sheet 20.7 Typical Details 20.8 Guide Sign Work Sheet(s) 20.9 Traffic Monitoring Site (Not applicable for this project) 20.10 Cross Sections (Not applicable for this project) 20.11 Special Service Po8int Details (Not applicable for this project) 20.12 Special Details (Not applicable for this project) 20.13 Interim Standards (Not applicable for this project) 20.14 Quality Assurance/Quality Control 20.15 Supervision 21 SIGNALIZATION ANALYSIS The CONSULTANT shall analyze and document Signalization Analysis Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandum(s). 21.1 Traffic Data Collection The CONSULTANT shall collect all available traffic data, including crash reports, 24 hr. machine counts, 8 hr, turning movement counts, 7 day machine counts, and speed & delay studies from the COUNTY for assistance in developing the signal plans. 21.2 Traffic Data Analysis The CONSULTANT shall determine signal operation plan and intersection geometry. 21.3 Signal Warrant Study The Engineer shall perform two (2) Signal Warrant Studies for the Intersections of VBR and 13"' and VBR and 15`h for a potential future signal, 21.4 Systems Timings (Not applicable for this project) 21.5 Reference and Master Signalization Design File The CONSULTANT shall prepare the Signalization Design file to include all necessary design elements and all associated reference files. 21.6 Reference and Master Interconnect Communication Design File There are no Signal Interconnect Plans anticipated for this project. 2I.7 Overhead Street Name Sign Design The CONSULTANT shall design Signal Mounted Overhead Street Name signs. 21.8 Pole Elevation Analysis 29 Schedule AIA Amendment # l to Agreement #06-4000 21.9 Traffic Signal Operation Report 21.10 Quantities Includes all work required to determine the quantities of each plan sheet. 21.11 Cost Estimate The CONSULTANT shall prepare the Engineer's Estimate of Probable Cost and provide with the 30% submittal. The Engineer's Estimate of Probable Cost shall be adjusted at each subsequent submittal be maintained until final submittal. All estimates of probable construction cost used for the project will be developed using the appropriate estimate class for completion of the design and consistent with Industry Standards, Association for the Advancement of Cost Engineering adjusted for local site conditions. 21.12 Technical Special Provisions None are anticipated with the project. If it is determined that a Technical Special Provision is required, the CONSULTANT shall provide Technical Special Provisions for all items of work not covered by the FDOT Standard Specifications for Road and Bridge Constriction and recurring special provisions. Standard Specifications, recurring special provisions and supplemental specifications should not be modified unless absolutely necessary to control project specific requirements. The first nine sections of the standard specifications, recurring special provisions and supplemental specifications shall not be modified without 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. These provisions shall be submitted on 8-112"x 11" sheets and shall not have holes punched or be bound in any way that would create a problem for high volume reproduction. 21.13 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 The effort for this field review shall be combined with the Signing and Marking field review to maximize efficiency and minimize staff time in the field. 21.14 Technical Meetings The CONSULTANT will attend meetings with the County and/or Agency staff, between disciplines and subconsultants, and miscellaneous meetings necessary for elements of the signalization analysis. Two meeting are included to address these efforts 34 Schedule Al -1 Amendment # l to Agreement #06-4000 21.15 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. 21.16 Independent Peer Review (Not applicable for this project) 21.17 Supervision Includes all efforts required to supervise all technical design activities. 21.18 Coordination Includes all efforts to coordinate elements of the signalization analysis of the project to produce a final set of construction documents. 22 SIGNALIZATION PLANS The CONSULTANT shall prepare a set of Signalization Plans in accordance with the Plans Preparation Manual, which includes the following. 22.1 Key Sheet 22.2 Summary of Pay Items 22.3 Tabulation of Quantities 22.4 General Notes/Pay Item Notes 22.5 Plan Sheet 22.6 Interconnect Plans There are no Signal Interconnect Plans anticipated for this project. The addition of a Signal Interconnect System will be considered an Additional Service, 22.7 Traffic Monitoring Site (Not applicable for this project) 22.8 Guide Sign Worksheet (Not applicable for this project) 22.9 Special Details 22.10 Special Service Point Details 22.11 Mast Arm/Monotube Tabulation Sheet 22.12 Strain Pole Schedule (Not applicable for this project ) 22.13 TCP Signal (Temporary) (Not applicable for this project) 22.14 Temporary Detection Sheet (Not applicable for this project) 22.15 Utility Conflict Sheet 22.16 Interim Standards 22.17 Quality Assurance/Quality Control 22.18 Supervision 23 LIGHTING ANALYSIS The CONSULTANT shall analyze and document Lighting Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The extent of lighting for the project is outlined in Section 2.8. 23.1 Lighting Justification Report (Not applicable for this project) 31 Schedule A I A Amendment #1 to Agreement #06-4000 23.2 Lighting Design Analysis Report The CONSULTANT will prepare 1 report that encompasses both project sections. 23.3 Aeronautical Evaluation (Not applicable for this project) 23.4 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 an appropriate manner. Load analysis calculations shall be submitted for each branch circuit breaker and main breaker. 23.5 FDEP Coordination and Report (Not applicable for this project) 23.6 Reference and Master Design Files The CONSULTANT shall prepare the Lighting Design file to include all necessary design elements and all associated reference files. 23.7 Temporary Lighting (Not applicable for this project) 23.8 Design Documentation The CONSULTANT shall submit a Roadway Lighting Design Documentation Book with each lighting plans submittal under a separate cover and not part of the roadway documentation book. At a minimum, the design documentation book shall include: Lighting Calculations. Back up sheet for each bid item quantity total on each lighting plan sheet (Phase III and Phase IV submittals), Structural calculations for special conventional pole concrete foundations. Letter to the power company requesting service. Power company confirmation letter on the requested services (Phase III and Phase IV submittals), Voltage drop calculations (Phase III and Phase IV submittals). Load analysis calculations (Phase III and Phase IV submittals). 23.9 Quantities 23.10 Cost Estimate 23.11 Technical Special Provisions 23.12 Field Reviews The CONSULTANT shall collect information from the maintaining agencies and conduct a field review. The review should include but is not limited to the following: Existing Lighting Equipment Load Center, Capabilities and Condition/Age Condition of Lighting Structure(s) 32 Schedule Al -1 Amendment #I to Agreement #06-4400 23.13 Technical Meetings The CONSULTANT will coordinate lighting designs with the COUNTY. Two meetings are anticipated for these efforts. 23.14 Quality Assurance/Quality Control 23.15 Independent Peer Review 23.16 Supervision 23.17 Coordination 24 LIGHTING PLANS The CONSULTANT shall prepare a set of Lighting Plans for the areas define in Section 2.8 in accordance with the Plans Preparation Manual, which includes the following: 24.1 Key Sheet 24.2 Summary of Pay Item Sheet 24.3 Tabulation of Quantities 24.4 General Notes/Pay Item Notes 24.5 Pole Data and Legend & Criteria 24.5 Service Point Details 24.7 Project Layout 24.8 Plan Sheet 24.9 Special Details 24.10 Temporary Lighting Data and Details (Not applicable for this project) 24.11 Traffic Control Plan Sheets (Not applicable for this project) 24.12 Interim Standards 24.I3 Quality Assurance/Quality Control 24.14 Supervision 25 LANDSCAPE ARCHITECTURE ANALYSIS (Not applicable for this project) 26 LANDSCAPE ARCHITECTURE PLANS (Not applicable for this project) 27 SURVEY Tasks 27.1-27.35 (Not applicable for this project). Please see RWA, Inc. and Wilson Miller Scope of Services. CONSULTANT will provide Supplemental Survey as required for Final Design and update previous survey performed. 28 PHOTOGRAMMETRY Please see RWA, Inc. and Scope of Services. (Not applicable for this project) 33 Schedule AM Amendment #1 to Agreement #06-4000 29 MAPPING CONSULTANT will update ROW Maps, provide Sketch and Descriptions for ROW Parcels and TCE Parcels. 30 GEOTECHNICAL Ardaman & Associates sub -CONSULTANT will provide Supplemental Geotechnical survey as required for Final Design and update previous geotechnical survey perfonned. 31 ARCHITECTURE DEVELOPMENT (Tasks 31.1 — 31.155 are not applicable for this project.) 32 PROJECT REQUIREMENTS 32.1 Liaison Office The COUNTY and the CONSULTANT will designate a Project Manager who shall be the representative of their respective organizations for the Project. The final direction on all matters of this project remain with the COUNTY Project Manager. 32.2 Key Personnel The CONSULTANT's work shall be performed and directed by the key personnel identified at the beginning of the project. Any changes in the indicated personnel shall be subject to review and approval by COUNTY. 32.3 Progress Reporting The CONSULTANT shall meet with the COUNTY as required and shall provide a written progress and schedule status reports that describe the work performed. Progress and schedule status reports shall be delivered to the COUNTY concurrently with the monthly invoice. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percent complete against actual work accomplished. 32.4 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. 32.5 Professional Endorsement The CONSULTANT shall have a Registered Professional Engineer in the State of Florida sign and seal all reports, documents, and plans as required. 32.6 Computer Automation The project will be developed utilizing Computer Aided Drafting and Design (CADD) systems. 32.7 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. 34 Schedule Al -1 Amendment #1 to Agreement #05-4000 32.8 Optional Services At the COUNTY's option, the CONSULTANT may be requested to provide services including but not limited to those shown in Section 2.2.1 of this Scope of Services. The fee for these services shall be negotiated in accordance with the terms detailed in Schedule B, Method of Compensation, for a fair, competitive and reasonable cost, considering the scope and complexity of the project(s). A supplemental agreement adding the additional services shall be executed in accordance with Article Two of the Agreement. The additional services may include Bridge Load Rating(s), or other Post Design Services including complete Construction Engineering and Inspection Services as required. 33 ADDITIONAL TERMS OPINIONS OF COST In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, CONSULTANT makes no warranty that COUNTY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. PERSONNEL DURING CONSTRUCTION The presence or duties of CONSULTANT's personnel at a construction site, whether as onsite representatives or otherwise, do not make CONSULTANT or CONSULTANT's personnel in any way responsible for those duties that belong to COUNTY and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. CONSULTANT and CONSULTANT's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except CONSULTANT's own personnel. The presence of CONSULTANT's personnel at a construction site is for the purpose of providing to COUNTY a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). CONSULTANT neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. 35 Schedule At -i Amendment # 1 to Agreement #06-4000 SUBSURFACE INVESTIGATIONS In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of CONSULTANT. 34 INVOICING PERIOD OF SERVICE The period of Design services of this Scope of Services is to be twenty-four (24) months beginning on the effective date of the written authorization (NTP) established herein. Services During Construction is estimated to extend sixty months beginning on the effective date of the written authorization (NTP) established herein. The CONSULTANT shall submit timely monthly invoices for the term of the contract. SCOPE OF SERVICES TASKS SUMMARY: The Scope of Services outlined below is intended to include all work required by the CONSULTANT to provide to OWNER an initial design for the purposes of permitting the ultimate buildout 1 footprint of the VBRX corridor, and a second design primarily based on the permit set, but being a fully developed set of construction documents suitable for bidding and construction. The construction documents may be a design which depicts a phased buildout of the ultimate footprint necessary to address near term capacity requirements while adhering to current funding restraints. Change Orders will only be considered for material (major) changes to project scope. Task 1.0 -- Permit Plans The CONSULTANT will be required to prepare and update a set of Permitting Plans (Approximate 60% Design) previously submitted to County to reflect new project limits, new design criteria, geometric modifications, access management revisions, drainage modifications, updated wetland boundaries and updated Right -of -Way. Services required include: - Modify Roadway Plans - Modify Drainage Plans - Modify Typical Sections - Modify Pond Details - Modify Drainage Details - Modify Cross Sections - Modify Drainage Report(s) - Calculations (Routings, etc.) 36 Schedule Al -1 Amendment #1 to Agreement #06-4000 Task 2.0 — Environmental Permits The CONSULTANT will be required to prepare and update Environmental Permits previously submitted to County to reflect new project limits, geometric modifications, drainage/pond site modifications (updated to reflect ROW acquisition), updated wetland boundaries, updated threatened and endangered (T&E) species surveys and recent additions/revisions to permitting agency requirements. Project Limits: Collier Boulevard to 16"' Street NE. Project Description: A 6 -Lane Facility including bike lanes, pathway and sidewalk Permits will incorporate provisions for potential roundabout intersection configurations at the $th Street and 16th Street Intersections. Note: Army Corp of Engineers Permit Process is now separate (as of Oct 1, 2017) from the SFWMD (ERP) Permit Process and will require a separate submittal. ■ Prepare South Florida Water Management District (SFWMD) Permit (ERP) • Prepare Army Corp of Engineers (ACOE) Permit Task 3.0 - Traffic Projections/ModelinglReport The CONSULTANT will be required to prepare and update the traffic projections and modeling to determine the required immediate and future lane configurations. The traffic projections will consider current and future growth potential within the project boundary area which will likely contribute traffic to the corridor. Results of study will be used to determine the validity of the current design with respect to the ultimate lane capacity requirements of the corridor and make recommendations for modifications where appropriate. The CONSULTANT will use model derived capacity data to recommend near term and long term project phasing I lane requirements. Additional modeling of connection scenarios to side streets from 27`h Street NW to 13'h Street NW is included in the Scope of Services as described below: • Traffic Modeling Effort to install 8 Roads into Model and split traffic for multiple scenarios (Direct Connect, No Connect, Frontage Roads (1-3) with Connections (1-3) o Crosses 4 Zones (Webber to Wilson) Break up the 7 impacted Zones into NIS Distributions a Evaluate traffic split scenarios o Consideration of Future Park/Schools included) o Consideration of Project Phasing ■ Attendance of Traffic Modeler (Jerry Graham/Traf O -Data) at Public Meeting(s) - TWO ■ Concepts for Intersections, Frontage Road(s) (1-3), Connections (1-3) • Preliminary Evaluation of Impacts - ROW, Traffic Circulation, Stormwater, Environmental • Evaluate required Improvements to certain Side Streets (Typical Sections only) ■ Evaluate Required Ponds • Cost Estimates for multiple scenarios described above Task 4.0 - School/Park Property Coordination 4.1 - The CONSULTANT shall coordinate with Collier County School Board and Collier Parks and Recreation and their consultants to establish the final alignment of the project through the School/Park 37 Schedule AM Amendment # l to Agreement #06-4000 properties located immediately west of Curry Canal, This work shall include all time and effort required for meetings, drawings/renderings, cost estimates and any other items necessary to reach an agreement from the parties as to the final alignment of the project through the School/Park properties. This task includes preparation of parcel maps and legal descriptions adequate for the legal transfer of properties between the two entities. 4.2 - The CONSULTANT shall modify (if required) the current project plans (plans, profiles, storm drainage, ponds, cross sections, quantities etc.) to reflect the decisions made as part of Task 4.1. The CONSULTANT may utilize equalities at either end of the alignment change to minimize changes to the remaining 6 miles of roadway plans. Task 5.0 - Cost Estimates for Budgeting and Phasing The CONSULTANT shall complete the plan revisions and updates resulting from Amendment Tasks 1 through 4 to a level sufficient to prepare project cost estimates. These estimates will be utilized for the purposes of budgeting and phasing of the desired lane configuration(s) and establishing final construction project limits. Task 6.0 - 30% Conceptual Plans/Exhibits The CONSULTANT shall prepare Conceptual Plans and Exhibits of a sufficient level to convey project intent to OWNER. These Conceptual Plans and Exhibits shall reflect the decisions made based on data evaluated as part of Tasks 1-5. Concepts shall show project limits, typical sections, geometry, lane configurations/widths, cross sections, intersection configurations and access management. These Plans and Exhibits will be utilized for preliminary construction cost estimates (See Task 5.0) and public involvement (See Task 11.0). The services include: • Project General Tasks • Roadway Plans (For use during Public Meeting) o Typical sections o Plan o Profile o Cross Sections • Conceptual Exhibits (Showing Pavement Markings) o Exhibit will reflect "Access Management" Task 7.0 - 60% Plans The CONSULTANT shall prepare 60% Design Plans based on the comments received as part of the 30% Conceptual Plan review by the OWNER. Plan content shall be consistent with a FDOT Phase II Submittal. The services include: • Project General Tasks ■ Roadway Plans • Drainage Plans 38 Schedule AI -1 Amendment #I to Agreement #06-4000 • Utility Adjustment Plans ■ Bridge Design Plans (Phased - Updated per new Standards) • Signing & Marking Plans • Signalization Plans • Lighting Plans (Intersections Only) Traffic Control PIans ■ Survey, ROW Pians, Sketch and Descriptions • Geotechnical • Noise Analysis Task 8.0 - 90% Plans The CONSULTANT shall prepare 90% Design Plans based on the comments received as part of the 60% Plan review by the OWNER. Plan content shall be consistent with a FDOT Phase III Submittal. The services include: • Project General Tasks • Roadway Plans • Drainage Plans • Utility Adjustment Plans • Bridge Design Plans (Phased - Updated per new Standards) • Signing & Marking Plans ■ Signalization Plans ■ Lighting Plans (Intersections Only) • Traffic Control Plans ■ Survey, ROW Plans, Sketch and Descriptions ■ Geotechnical Task 9.0 -100% Plans The CONSULTANT shall prepare 100% Design Plans based on the comments received as part of the 90% Plan review by the OWNER. Plan content shall be consistent with a FDOT Phase IV Submittal. All documents to be included in the bid package shall be signed and sealed by the Engineer of Record. The services include: • Project General Tasks • Roadway Plans • Drainage Plans • Utility Adjustment Plans ■ Bridge Design Plans (Phased - Updated per new Standards) ■ Signing & Marking Plans • Signalization Plans • Lighting Plans (Intersections Only) • Traffic Control Plans 39 Schedule AM Amendment #1 to Agreement #06-4000 • ROW Plans, Sketch and Descriptions • Technical Specifications • Preparation of Final Quantities • Preparation of Final Engineers Estimate • Preparation of Bid Tabs ■ Preparation of Exhibit l • Compilation of Utility Work Schedules • Compilation of Permits (SFWMD, ACOE, FDEP) Task 10.0 — Public Involvement Section 3.1 Public Involvement of Contract 06-4000 shall be amended to include the following: The CONSULTANT shall provide all support necessary for the COUNTY to hold or participate in various public meetings, which may include but not limited to: Coordination Meetings with Local Officials and Agencies - These meetings shall be held just prior to the Public Workshops to apprise local officials and agencies of the project status, present them with project information and specific corridor alternatives, and receive their feedback. The Consultant should provide the Local Officials at least two (2) weeks notification. The Public Involvement Report should show evidence of coordination with the local officials. Such meetings shall document and address each agency's future plans and concerns. Special emphasis should be given to coordination meetings with the following agencies or including these agencies in all public outreach efforts: o District School Board of Collier County ❑ Collier County Emergency Medical Services (EMS) o Fire Districts of Collier County a Collier County Parks and Recreation Department a Collier County Planning Services Department ❑ Collier County Public Utilities Division ❑ Collier Metropolitan Planning Organization, Technical & Citizens Advisory Committees D Local civic associations • Public Informational MeedngslWorkshops — Three (3) Public Meetings will be conducted by the County as informational meetings/workshops. The Consultant shall attend these meetings and prepare all necessary displays, maps, etc, The Consultant will be required to actively participate in any portion of the presentation. The purpose of the first meeting is to present to the public existing and future travel demand, and re -introduce the project to the community; it is assumed the project will be at a major study milestone, possibly at the 30% design phase. The second public meeting will be held at a major study milestone, possibly at the 60% design phase. The third public meeting will be held at a major study milestone and is anticipated when the project is at the 90% design phase. 40 Schedule Al -t Amendment #1 to Agreement #06-4000 All presentations, media releases and if appropriate legal and display advertisements shall be prepared by the Consultant and reviewed and authorized by the County. Advertisements announcing each meeting shall be prepared and submitted to the County for approval. Exact size, type, and number of times to be published in the newspaper will be discussed and agreed to by the County prior to the preparation. The Consultant shall publish the advertisement in the area newspaper which has the largest daily circulation at minimum 7 days prior to the meeting. Advertising/publishing costs are the responsibility of the Consultant. Notification shall be made by the Consultant to elected and appointed officials and other interested persons by letter no later than ten (10) calendar days prior to the meetings. News releases shall be prepared and submitted for publication by the Consultant during the week prior to each meeting. The meeting format(s) shall be developed by the Consultant and will be reviewed and approved by the County. The Consultant shall prepare appropriate displays or wall graphics and/or electronic projections and survey material for use during the meetings. These include aerial photographs, renderings, charts, and graphs, as needed. o The Consultant shall prepare project hand-outs for distribution at the meetings. ❑ The Consultant shall brief the County's staff (who will be on hand during the meetings) prior to the meeting to make sure the staff is up to date on the project and understands the study well enough to discuss it with the public and answer questions. An Anticipated Frequently Asked Questions handout will be prepared by the Consultant for the County Staff members in attendance. Meeting setup and take down shall be handled by Consultant staff members familiar with the equipment and the facilities available at the meeting site, o Conducting the meetings will involve knowledgeable staff and shall require enough staff members to handle the crowd anticipated for the meeting. Although the meetings may be scheduled for a certain time period, staff shall be available for some time before and/or after those set hours in order to maintain public contact, availability for media interviews, etc. The identification of issues brought up at the meetings is an integral part of the meeting debriefing process, which shall be attended by all staff members taking part in the meeting process and interacting with the public. Once issues from the meeting have been identified, their significance shall be determined by the Consultant and reviewed by the County (i.e., are the issues valid enough for further consideration or do they have elements that may require further consideration.) Addressing the issues and responding to them is also an integral part of the meeting process. This task involves letter writing, the placement of an advertisement, distribution of new releases, or any other appropriate techniques. ❑ For all meetings/workshops (including those listed above and kick-off meetings, elected official/agency coordination meetings and project meetings), the CONSULTANT shall prepare and/or provide as appropriate: ■ Scripts or Agenda for presentation ■ Handouts ■ Graphics for presentation. ■ Meeting equipment set-up and tear -down. ■ Legal and/or display advertisements, as determined appropriate by the County. (The CONSULTANT will pay the cost of publishing.) ■ News releases, for use 7 days prior to meeting. 41 Schedule AM Amendment # E to Agreement 406-4000 ■ Summary notes of meetings to be provided to the COUNTY no later than 5 business days after the meeting. ■ Briefing and debriefing of Department staff. ■ Newsletters - The CONSULTANT shall prepare newsletters at various key points during the project. The newsletters shall be mailed by the Consultant to elected officials and interested persons included on the mailing list compiled by the Consultant. The County's review and approval is required prior to mailing. A maximum of two (2) newsletters are anticipated and should have English and Spanish translations. ■ Website - The Project Website shall be hosted by COUNTY, All website pages, documents and articles shall be written and prepared by the CONSULTANT. The COUNTY shall post the approved pages, documents, appropriate information to the website. o For Letters of Notification to elected and appointed officials, property owners and other interested parties. The CONSULTANT to: • Identify the impacted and/or benefited property owners ■ Identify the renters and non -residing property owners (for a property that may be rented) ■ Prepare the mailing list (property owners, renters and non -residing property owners) • Assemble the mailing ■ Pay the cost of first class postage ■ Tally results of any survey or inquiry • Respond to inquiry requests. ■ Compile, track and respond to comments, survey, inquiries and requests with county approval • Other (Unscheduled) Public and Azenev Meetines In addition to scheduled public meetings, the CONSULTANT may be required to participate in other meetings with the public, elected officials, special interest groups or public agencies. The CONSULTANT'S participation will be limited to participation during the meeting, note taking, and summarizing the meeting in a memo to the file. It is estimated for this project there will be eight (8) meetings during the study. The Consultant and their staff shall be available with no more than a five (5) workday notice to attend meetings or make presentations at the request of the County. Such meetings and presentations may be held at any hour between 7:00 a.m. and 11:00 p.m. on any day of the week. The Consultant may be called upon to provide maps, press releases, advertisements, audiovisual displays and similar materials for such meetings. No more than 5 such meetings are anticipated. Task 11.0 — B id d ine Services and Services Du rine Construction The CONSULTANT shall perform the following services during the Bidding/Construction Phase(s): 11.1 Blddin2 Services ■ Review of OWNER Construction Project Solicitation • Attendance at Pre -Bid Meeting 42 Schedule A 1- ] Amendment # 1 to Agreement #06-4000 • Response to Contractors Questions • Preparation of Addendums (if necessary) • Review of Bids • Recommendation of Low Bidder Award Letter 11.2. Services During Construction The OWNER will provide field inspector(s) during construction to review and document Contractors methods and means and daily performance. CONSULTANT will provide limited services during construction during the construction of the project. The services include: • Provide contract document interpretation and assistance in addressing requests for information and unforeseen conditions when requested by the COUNTY and/or CONTRACTOR. ■ Periodic Construction Meeting Attendance • Periodic Field Visits to Review Conformance to Project Plans/Intent • Review of Shop Drawings ■ Coordination with Project Stakeholders • Review and assist in field changes which include minor redesign as requested by the COUNTY and/or CONTRACTOR. • Attend one substantial completion walk through meeting in the field, ■ Attend one final completion walk through meeting in the field. • CONSULTANT will review CONTRACTOR Pay Requests (if requested) along with COUNTY and COUNTY CEI and provide rejection/approval • CONTRACTOR will be responsible to provide Signed and Sealed Record Drawings based upon the contractor's markups, visual observations, and record survey, CONSULTANT will provide files {PDF format} to CONTRACTOR for use. ■ CONSULTANT will prepare and submit Project Certification to SFWMD • CONSULTANT will prepare and submit Project Certification to ACOE • CONSULTANT will prepare and submit Project Certification to FDEP (as required) Task 12.0 - A ternate 1.0 — Extend Project Limits to 16th Street NE. If requested/required by the OWNER, the CONSULTANT shall extend the project limits of the 60%, 90%, 100%, and Bid Plan Submittals to include the design from 8th Street NE to 16`h Street NE. This shall include a Bridge crossing of the Orange Tree Canal. 43 Schedule Al -1 Amendment # 1 to Agreement #06-4000 SCHEDULE B1-1 BASIS OF COMPENSATION LUMP SUM AND TIME AND MATERIALS 1. MONTHLY STATUS REPORTS B. I.1. As a condition precedent to payment, CONSULTANT shall submit to OWNER 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, OWNER agrees to make the Lump Sum and Time and Material 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 OWNER'S reasonable satisfaction. Task Description Lump Sum Time and Material Payment Schedule Not -To -Exceed I . Permit Plans $361,400 Monthly Upon Percent Complete of Task 2. Permitting (SFWMD, ACOE) $426,500 Monthly Upon Percent Complete of Task 3. Traffic $149,92.0 Monthly Upon Percent Projections/Modeling/Report Complete of Task 4. 4.1 School/Park Property $9,600 Monthly Upon Percent Coordination Complete of Task 4,2 Design Revisions (if $214,740 required) 5. Cost Estimates for $60,600 Monthly Upon Percent Bud etin/Phasing Complete of Task 6. 30% Conceptual Plans $137,393 Monthly Upon Percent Complete of Task 7. 60% Phase $1,104,565 Monthly Upon Percent Complete of Task 8. 90% Phase $755,764 Monthly Upon Percent -Complete of Task 9. 100% Phase $402,308 Monthly Upon Percent Complete of Task 10. Public Involvement $102,600 Monthly Upon Percent Complete of Task 11. Post Design Services $176,450 TOTAL FEE $3,901,854 Total Tasks 1-11 Schedule B1-1 Amendment # 1 to Agreement #06-4000 B.2.2. 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 I to this Schedule B. 13.2.3. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by OWNER, regarding CONSULTANT'S Direct Labor Costs incurred at the time of billing, to be reviewed and approved by OWNER. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, OWNER 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 B.3.4.1 below. There shall be no overtime pay on Additional Services without OWNER'S prior written approval. B.2.5. The compensation provided for under Section 13.2.1 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 OWNER, pending resolution of the dispute provided that OWNER continues to pay to CONSULTANT all amounts that OWNER does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3. L 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. 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 Owner, Additionally, the number of the purchase order granting approval for such services shall appear on all invoices. 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 Schedule B1 -I Amendment #I to Agreement #064000 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 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 section 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 OWNER. Such expenses, if approved by OWNER, may include coach airfare, standard accommodations and meals, all in accordance with section 112.061, F.S. Further, such expenses, if approved by OWNER, 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 OWNER. B.3.4. L5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the OWNER. 3 Schedule BI -1 Amendment #I to Agreement #06-4000 Attachment 1 SCHEDULE B CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Principal $180.00 Chief Engineer/Senior PM $150.00 Project Manager $140.00 Lead Engineer/Scientist $130.00 Project Engineer $115.00 Senior Designer $115.00 Senior Technician/Biologist $90.00 Engineer $85.00 Technician $70.00 Administrative Assistant $55.00 Clerical $48.00 The above hourly rates are applicable to Time and Materials tasks only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added upon agreement in advance and in writing by the Project Manager and the Consultant, without further Board approval. Schedule B1-1 Amendment O to Agreement 406-4000 SCHEDULE C1-1 PROJECT MILESTONE SCHEDULE Schedule is based on the number of calendar days from issuance of Notice to Proceed. Proiect - Collier to 16th Street N.E. 1. TASK 1— 30% SUBMITTAL: 270 Days 2. TASK II - 60% SUBMITTAL: 450 Days 3. TASK III — 90% SUBMITTAL: 630 Days 4. TASK IV —100% SUBMITTAL: 720 Days 5. TASK V —POST DESIGN SERVICES: 1,825 Days Schedule CI -1 Amendment #1 to Agreement #06-4000 SCHEDULE F-1 CH2M HILL KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS Allocation of Time to Project Aaron Johnson 30% Nick DiCiccio 50% Dan Kushnar 30% Ken Wooten 25% Chris Jubran 25% Frank Scerbo 2% Pete Winkler 25% Randy Mock 20% Bushan Godbole 25% Evan Gunderson 40% Kevin Heldorfer 50% Ken Wooten 20% Adam Ahmad 25% William Gramer 25% Neil Postlethwait 2% Tunch Orsoy 15% Scott Bear 2% Bill Beddow 2% Ardaman and Associates Geotechnical ESA Noise Analysis RWA Survey/SUE Traf-O-Data Traffic Modeling and Analysis Schedule F1-1 Amendment # l to Agreement #06-4000