Loading...
Backup Documents 09/11/2018 Item #16F1B (08/28/2018 In Absentia) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 16 F 1 B THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s)(List in routing order) Office Initials Date 1. Risk Risk Management qir 2. County Attorney Office County Attorney Office 4. BCC Office Board of County k.-c - MW:/`b\ Commissioners \\2\ 4. Minutes and Records Clerk of Court's Office n 5 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,max,need to contact staff for additional or missing information. Name of Primary Staff STEPHANIE CALES 9 / . Contact Information 239-252-8950 Contact/ Department l Agenda Date Item was AUGUST 28,2018 in 4 c,_ G' Agenda Item Number 16..r,4. 10\ Approved by the BCC Type of Document CONTRACT Number of Original "4-'2 Attached Documents Attached PO number or account N/A 17-7213 Q.GRADY Q.GRADD✓GR& number if document is MINOR& ASSOCI ,P.A to be recorded ASSOCIATES,P.A INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. Applicable) 1. Does the document require the chairman's original signature STAMP OK ) I 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be SC signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the SC document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's SC signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on.A34412017 anges made during ;�of the meeting have been incorporated in the attached docuifieti7the County + a Attorney's Office has reviewed the changes,if applicable. `. 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready fort Chairman's signature. AUG 28 2018 Risk Management 16F1B MEMORANDUM Date: September 17, 2018 To: Stephanie Cales, Purchasing Tech Procurement Services From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #17-7213, Goodland Drive Rehabilitation Project Management Removal and Disposal Services Contractor: Q. Grady Minor & Associates, P.A. Attached is an original copy of the contract referenced above, (Item #16F1B) approved August 28, 2018 In Absentia and ratified by the Board of County Commissioners on Tuesday, September 11, 2018. The second original contract has been held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 16F1L PROFESSIONAL SERVICES AGREEMENT Contract# 17-7213 for Goodland Drive Rehabilitation Project n CCNA ❑ NON-CCNA THIS AGREEMENT is made and entered into this\\-ITN-,day of -N- , 20 \9 by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY") and Q. Grady Minor & Associates, P.A. , authorized to do business in the State of Florida, whose business address is 3800 Via Del Rey, Bonita Springs FL 34134 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning Goodland Drive Rehabilitation Project (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; WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and; WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to COUNTY professional services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the COUNTY for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other Page 1 of 32 PSA Single Project Agreement 2017 010 Ver.1 , i6F1B 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 the COUNTY. 1.5. CONSULTANT designates Daniel Flynn, P.E. a qualified licensed professional to serve as the CONSULTANT's project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without the COUNTY's prior written approval, and if so removed must be immediately replaced with a person acceptable to the COUNTY. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from the COUNTY to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to the COUNTY. 1.7. The CONSULTANT represents to the COUNTY that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the COUNTY's review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Page 2 of 32 PSA Single Project Agreement 2017 010 Ver.l 16F18 Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 1.8. In the event of any conflicts in these requirements, the CONSULTANT shall notify the COUNTY of such conflict and utilize its best professional judgment to advise the COUNTY regarding resolution of each such conflict. The COUNTYS approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.9. The COUNTY reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to CONSULTANT's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the COUNTY reserves the right to make sole determination regarding deductions. After notification of deficiency, if the CONSULANT fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the CONSULTANT. The COUNTY may also deduct or charge the Page 3 of 32 PSA Single Project Agreement 2017.010 Ver.1 16F1B CONSULTANT for services and/or items necessary to correct the deficiencies directly related to the CONSULTANT's non-performance whether or not the COUNTY obtained substitute performance. 1.10. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without the COUNTY's prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide the COUNTY prompt written notice of any such subpoenas. 1.11. As directed by the COUNTY, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK(Real- Time Kinematic) GPS Network as provided by the COUNTY. Information layers shall have common naming conventions (i.e. right-of-way- ROW, centerlines - CL, edge-of-pavement- EOP, etc.), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT 2.1. If authorized in writing by the COUNTY through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in the COUNTY's Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by the COUNTY as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. The COUNTY will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If the COUNTY determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to the COUNTY of the emergency within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT's right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: Page 4 of 32 PSA Single Project Agreement 201"7.010 Ver.1 . 16F1B 2.2. 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. 2.3. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, the COUNTY's schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by the COUNTY when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT's control and fault. 2.4. Providing renderings or models for the COUNTY's use. 2.5. Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting the COUNTY in obtaining such process licensing. 2.6. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.7. Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by the COUNTY, other than visits to the Project site or the COUNTY's office. 2.8. Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.9. Preparing to serve or serving as a CONSULTANT or witness for the COUNTY in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2.10. Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE THE COUNTY'S RESPONSIBILITIES 3.1. The COUNTY shall designate in writing a project manager to act as the COUNTY's representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define the COUNTY's policies and decisions with respect to CONSULTANT's services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: Page 5 of 32 PSA Single Project Agreement 2017.010 Ver.l 16F1B a. The scope of services to be provided and performed by the CONSULTANT hereunder; b. The time the CONSULTANT is obligated to commence and complete all such services; or c. The amount of compensation the COUNTY is obligated or committed to pay the CONSULTANT. 3.2. The Project Manager shall: a. Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; b. Provide all criteria and information requested by CONSULTANT as to the COUNTY 's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; c. Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT's disposal all available information in the COUNTY's possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; d. Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and e. Provide notice to CONSULTANT of any deficiencies or defects discovered by the COUNTY with respect to the services to be rendered by CONSULTANT hereunder. ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from the COUNTY for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the COUNTY, fires, floods, epidemics, quarantine regulations, strikes or lock-outs, then CONSULTANT shall notify the COUNTY in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT's services from any cause whatsoever, including those for which the COUNTY may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from the COUNTY. CONSULTANT's sole remedy against the COUNTY will be the right to seek an extension of time Page 6 of 32 PSA Single Project Agreement 2017.010 Ver.l 16F1L to its schedule provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT's compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the COUNTY hereunder, the COUNTY at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the COUNTY's satisfaction that the CONSULTANT's performance is or will shortly be back on schedule. 4.5. In no event shall any approval by the COUNTY authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by the COUNTY to CONSULTANT be deemed a waiver of any right or claim the COUNTY may have against CONSULTANT for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the COUNTY for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the COUNTY to the CONSULTANT; and, as a business practice there are no hourly or material invoices presented, rather, the CONSULTANT must perform to the satisfaction of the COUNTY's Project Manager before payment for the fixed price contract is authorized. Time and Materials: The COUNTY agrees to pay the contractor for the amount of labor time spent by the CONSULTANT 's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark-up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. n Grant Funded: The hourly rates as set forth and identified in Schedule Page 7 of 32 PSA Single Project Agreement 2017.010 Ver.1 ! 6F1 B, which is attached hereto, are for purposes of providing estimate(s), as required by the grantor agency. ARTICLE SIX THE OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by the COUNTY, CONSULTANT shall deliver to the COUNTY copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement("Project Documents"). The COUNTY shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to the COUNTY the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring the COUNTY to pay any additional compensation, CONSULTANT hereby grants to the COUNTY a nonexclusive, irrevocable license in all of the Project Documents for the COUNTY's use on this Project. CONSULTANT warrants to the COUNTY that it has full right and authority to grant this license to the COUNTY. Further, CONSULTANT consents to the COUNTY's use of the Project Documents to complete the Project following CONSULTANT's termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges the COUNTY may be making Project Documents available for review and information to various third parties and hereby consents to such use by the COUNTY. ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. The COUNTY, or any duly authorized agents or representatives of the COUNTY, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall defend, indemnify and hold harmless the COUNTY, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce Page 8 of 32 PSA Single Project Agreement 2017.010 Ver.1 1�I6F1B any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 8.1.1. The duty to defend under this Article 8 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the CONSULTANT, the COUNTY and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to CONSULTANT. The CONSULTANT's obligation to indemnify and defend under this Article 8 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the COUNTY or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2. All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3. All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests' provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against the COUNTY for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by the COUNTY applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. Page 9 of 32 PSA Single Project Agreement 2017.010 Ver.l 16F18 9.4. CONSULTANT, its subconsultants and the COUNTY shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by the COUNTY, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT's own staff, unless otherwise authorized in writing by the COUNTY. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the COUNTY. No provision of this Agreement shall, however, be construed as constituting an agreement between the COUNTY and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the COUNTY beyond such as may then otherwise exist without regard to this Agreement. 10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. All personnel, identified in Schedule F shall not be removed or replaced without the COUNTY's prior written consent. 10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the COUNTY. Each subconsultant or subcontract agreement shall preserve and protect the rights of the COUNTY under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the sub consulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub- subconsultants or sub-subcontractors. 10.4. CONSULTANT acknowledges and agrees that the COUNTY is a third-party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between the COUNTY and any subconsultant or subcontractor. Further, all such contracts shall Page 10 of 32 PSA Single Project Agreement 2017.010 Ver.l 116F1 provide that, at the COUNTY's discretion, they are assignable to the COUNTY upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT's acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against the COUNTY arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT's services nor payment by the COUNTY shall be deemed to be a waiver of any of the COUNTY's rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for the COUNTY to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT's failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT's failure to properly and timely perform the services to be provided hereunder or as directed by the COUNTY, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT's principals, officers or directors, or (d) CONSULTANT's failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT's failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The COUNTY may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that the COUNTY otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against the COUNTY shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. The COUNTY shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against the COUNTY shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against the COUNTY, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. Page 11 of 32 PSA Single Project Agreement 2017.010 16F113 12.4. Upon termination and as directed by the COUNTY, the CONSULTANT shall deliver to the COUNTY all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Article 6, that are in CONSULTANT's possession or under its control. 12.5. The COUNTY shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6. In the event (i) the COUNTY fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) the COUNTY otherwise persistently fails to fulfill some material obligation owed by the COUNTY to CONSULTANT under this Agreement, and (ii) the COUNTY has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after giving THE COUNTY a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to the COUNTY of CONSULTANT's intent to terminate this Agreement. If the COUNTY does not cure its default within fourteen (14) days after receipt of CONSULTANT's written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the COUNTY, terminate the Agreement and recover from the COUNTY payment for Services performed through the termination date, but in no event, shall CONSULTANT be entitled to payment for Services not performed or any other damages from the COUNTY. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. ❑■ CCNA Projects: 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 COUNTY determines the Agreement price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. Page 12 of 32 PSA Single Project Agreement 2017.010 Ver.1 I6 Fi ARTICLE FOURTEEN CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the COUNTY shall be in writing and shall be delivered by hand, email, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following the COUNTY's address of record: Board of County Commissioners for Collier County, Florida Division Director: Jay Ahmad Division Name: Transportation Engineering & Construction Man. Address: 2885 South Horseshoe Drive Naples, Florida 34104 Administrative Agent/PM: Andrew Miller, P.E. Telephone: 239-252-5791 E-Mail(s): andrew.miller©colliercountyfl.gov 16.2. All notices required or made pursuant to this Agreement to be given by the COUNTY to the CONSULTANT shall be made in writing and shall be delivered by hand, email or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT's address of record: Company Name: Q. Grady Minor & Associates, P.A. Address: 3800 Via Del Rey Bonita Springs, Florida 34134 Authorized Agent: Mark Minor, P.E., President Attention Name & Title: Daniel Flynn, P.E. Telephone: 239-947-1144 E-Mail(s): dflynn©gradyminor.com Page 13 of 32 PSA Single Project Agreement 2017.010 Ver.I 16F1B 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing the COUNTY, shall promote the best interests of the COUNTY and assume towards the COUNTY a duty of the highest trust, confidence, and fair dealing. 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of the COUNTY. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE I Schedule E CCNA Projects: TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL Schedule G Other: FDOT Contract Provisions & Grant Certifications and Assurances Solicitation # 17-7213 , including all Attachment(s), Exhibit(s) &Addendum Consultant's Proposal Page 14 of 32 PSA Single Project Agreement 2017.010 Ver.1 1 6 F 1 B 17.10. ❑■ Grant Funded Projects: In the event of any conflict between or among the terms of any of the Contract Documents and/or the COUNTY's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Grant Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the CONSULTANT at the COUNTY's discretion. 17.11. Applicability. Sections corresponding to any checked box (II ) expressly apply to the terms of this Agreement. 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. n At the time this Agreement is executed, CONSULTANT shall sign and deliver to the COUNTY the Truth-In-Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT's compensation shall be adjusted to exclude any sums by which the COUNTY determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by the COUNTY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be Page 15 of 32 PSA Single Project Agreement 2017.010 Ver.1 16FlI- 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 the COUNTY's staff person who would make the presentation of any settlement reached during negotiations to the COUNTY for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by the COUNTY's staff person who would make the presentation of any settlement reached at mediation to the COUNTY's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE TWENTY ONE IMMIGRATION LAW COMPLIANCE 21.1. By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the COUNTY shall have the discretion to unilaterally terminate this Agreement immediately. (signature page to follow) Page 16 of 32 PSA Single Project Agreement 2017 010 Ver.l 16F18 IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement the day and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA, Crystal K. Kinzel, Clerk & Comptroller By:___()t *,:4 I C ti Date: I 1 —� ♦ K--; By: A Attest as to Cha taLc% An:y Solis, Esq. , Chairman signature only. , pprov; , :s • ' • m a ,d Legality: Approved in absentia per Resolution CT 2000-149 on August 8,201: h b Coun `A torney c � e��- By: -`I_.�- sif-ff Leo E. Ochs,Jr., Count Manager Name Consultant: Consultant's Witnesses: Q. Grad nor& ssociates P.A. l .-: . By: Witness ark W. Minor, P.E. I _ 4004. c� 'a >-_ - Pre '• la -e and tle Name an, Title Wi S ,1 0F fziKs&.) VutAro4.0 S" Name and Title LORE, {tern# Ac,,andgl H 2 Data Date a,_,-L ...1 O Rec'd i , ...J L. L.►,: leputy Clerk' Page 17 of 32 PSA Single Project Agreement 2017.010 Ver.l 17 CO 16F1B SCHEDULE A SCOPE OF SERVICES nfollowing Schedule G containing a total of 79 page/s Page 18 of 32 PSA Single Project Agreement 2017 010 Ver.1 16F1B SCHEDULE B BASIS OF COMPENSATION 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. In no event shall such Time and Materials compensation exceed the amounts set forth in the table below. Tasks/Item Description Lump Sum Time and Materials Not-To- Exceed 1 30% Design (Phase I) $105,212 $ 1a SUE $ $16,000 1 b Geotechnical $ $20,000 2 60% Design (Phase II) $146,214 $ 3 Final Design (Phase IV) $43,864 $ 4 Post Design Services $ $12,933 5 Reimbursables $ $3,500 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total Lump Sum Fee $295,290 $ Total Time and Materials Fee $ $52,433 GRAND TOTAL FEE $ $347,723 Page 19 of 32 PSA Single Project Agreement 2017.010 Ver.1 _ ' 16FlB B.2.2. 1=1*Time and Material Fees: The fees noted in Section B.2.1. shall constitute the amounts to be paid to CONSULTANT for the performance of the Basic Services. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT's personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment 1 to this Schedule B. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by the COUNTY, regarding CONSULTANT's Direct Labor Costs incurred at the time of billing, to be reviewed and approved by the COUNTY. There shall be no overtime pay without the COUNTY's prior written approval. B.2.2.1. Notwithstanding anything herein to the contrary, in no event may CONSULTANT's monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task(s) limits by the percentage the COUNTY has determined CONSULTANT has completed such task as of that particular monthly billing. B.2.3. 11 * Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. There shall be no overtime pay without the COUNTY's prior written approval. B.2.3.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. Page 20 of 32 PSA Single Project Agreement 2017 010 Ver.1 16F1B 3. SCHEDULE OF PAYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. Page 21 of 32 PSA Single Project Agreement 2017.010 Ver.1, 16 F 18 B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 22 of 32 PSA Single Project Agreement 2017.010 Ver.] ®VD 16F1B SCHEDULE B —ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Principal $206 Senior Project Manager $172 Project Manager $147 Senior Engineer $157 Engineer $123 Senior Designer $114 Designer $94 Senior Environmental Specialist $134 Environmental Specialist $109 Senior Scientist/Geologist $118 Scientist/Geologist $93 Clerical/Administrative $62 Senior Technical $85 Technician $72 Surveyor and Mapper $120 CADD Technician $81 The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the parties. rill *Grant Funded: The above hourly rates are for purposes of providing estimate(s), as required by the grantor agency. Page 23 of 32 PSA Single Project Agreement 2017 010 Ver.l F16F1B SCHEDULE C PROJECT MILESTONE SCHEDULE Cumulative Number of Calendar Days Task/Item For Completion Description from Date of Notice to Proceed for Services under this Agreement 1 30% Design (Phase I) 365 1 a SUE 365 1 b Geotechnical 365 2 60% Design (Phase II) 365 3 Final Design (Phase IV) 365 4 Post Design 930 5 Reimbursables 930 Page 24 of 32 PSA Single Project Agreement 2017 010 Ver.1 16F18 SCHEDULE D INSURANCE COVERAGE 1. The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT's sole responsibility. 2. The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. 3. Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the COUNTY or as specified in this Agreement, whichever is longer. 4. Certificates of insurance acceptable to the COUNTY shall be filed with the COUNTY within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to the COUNTY, on a timely basis, if requested by the COUNTY. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the COUNTY. CONSULTANT shall also notify the COUNTY, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 5. All insurance coverages of the CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project. 6. The acceptance by the COUNTY of any Certificate of Insurance does not constitute approval or agreement by the COUNTY that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. 7. CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the COUNTY. Page 25 of 32 PSA Single Project Agreement 2017 010 Ver.1 16F1B 8. Should at any time the CONSULTANT not maintain the insurance coverages required herein, the COUNTY may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse the COUNTY for such costs within thirty (30) days after demand, the COUNTY has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between the COUNTY and CONSULTANT. The COUNTY shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the COUNTY to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. 9. If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the COUNTY, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the COUNTY with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and the COUNTY may terminate the Agreement for cause. 10. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY. Required by this Agreement? ❑■ Yes No Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability - The coverage must include Employers' Liability with a minimum limit of$ 100,000 for each accident. The insurance company shall waive all claims rights against the COUNTY and the policy shall be so endorsed. 11. United States Longshoreman's and Harbor Worker's Act coverage shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes • No 12. Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes ISI No 13. COMMERCIAL GENERAL LIABILITY. Required by this Agreement? (I Yes No A. Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Page 26 of 32 PSA Single Project Agreement 2017.010 Ver.l 16F18 Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the COUNTY of the work under this Agreement. Limits of Liability shall not be less than the following: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate. B. The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self-insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. 14. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. The insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 15. 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. Required by this Agreement? ❑ Yes n No 16. 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. Required by this Agreement? ❑ Yes • No 17. AUTOMOBILE LIABILITY INSURANCE. Required by this Agreement? UI Yes ❑ No Business Auto Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-The ownership. Page 27 of 32 PSA Single Project Agreement 2017.010 Ver.1 16F1B 18. TECHNOLOGY ERRORS AND OMISSIONS INSURANCE. Required by this Agreement? ■ Yes No Technology Errors and Omissions Insurance: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence. 19. CYBER INSURANCE. Required by this Agreement? ■ Yes I I No Cyber Insurance: Coverage shall have minimum limits of$ 1,000,000 Per Occurrence. 20. UMBRELLA LIABILITY. A. 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. B. 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. 21. PROFESSIONAL LIABILITY INSURANCE. Required by this Agreement? IUI Yes No A. Professional Liability: Shall be maintained by the CONSULTANT to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recovery against COUNTY as to any claims under this insurance. Such insurance shall have limits of not less than $ 1,000,000 each claim and aggregate. B. Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the COUNTY. C. The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the COUNTY. D. The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or the COUNTY, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to the COUNTY of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify the COUNTY by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event Page 28 of 32 PSA Single Project Agreement 2017.010 Ver.1 i16FiB of more than a twenty percent(20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by the COUNTY. 22. VALUABLE PAPERS INSURANCE. In the sole discretion of the COUNTY, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. 23. PROJECT PROFESSIONAL LIABILITY. A. If the COUNTY notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with the COUNTY and the COUNTY's insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT's professional liability policy. If no credit is available from CONSULTANT's current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to the COUNTY. Should no credit accrue to the COUNTY, the COUNTY and CONSULTANT, agree to negotiate in good faith a credit on behalf of the COUNTY for the provision of project-specific professional liability insurance policy in consideration for a reduction in CONSULTANT's self-insured retention and the risk of uninsured or underinsured consultants. B. The CONSULTANT agrees to provide the following information when requested by the COUNTY or the COUNTY's Project Manager: 1. The date the professional liability insurance renews. 2. Current policy limits. 3. Current deductibles/self-insured retention. 4. Current underwriter. 5. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. 6. Cost of professional insurance as a percent of revenue. 7. Affirmation that the design firm will complete a timely project errors and omissions application. C. If the COUNTY elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and the COUNTY will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D Page 29 of 32 PSA Single Project Agreement 2017.010 Ver.1 ❑ This schedule is not applicable. SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Q. Grady Minor &Associates, P.A. (company's name) hereby certifies that wages, rates and other factual unit costs support g th,!compensation for the services of the CONSULTANT to be provided under the Prof-..sional .ervices Agreement, concerning " 17-7213-Goodland Drive Rehabilitation Project "project is ccurate, complete and current as of the time of contracting. • i BY: • TITLE: DATE: l S\24‘. ZakS Irk W. Minor, P.E. President I'ugc 30 of 32 I'S',Single I'rnjccr Agreement 2017 010 Vcr.1 16F18 SCHEDULE F KEY PERSONNEL Name Personnel Category Percentage of Time Steve Wallace Senior Project Manager (Roadway) 30 Daniel Flynn Project Manager 20 Justin Frederickson Senior Project Manager 10 Chuck Smith Senior Environmental Scientist 10 Scott Garth Senior Project Manager (Drainage) 9 Richard Lundberg Geotechnical 6 Allen Schrumpf Quality Control Manager 5 Joe Townsend SUE 5 Donald Saintenoy Professional Surveyor 3 Nicole Axelrod Project Engineer 2 Page 31 of 32 PSA Single Project Agreement 2017 010 Ver.1 16F1B SCHEDULE G Other: Exhibit A-FDOT Contract Provisions & Exhibit B- Grant Certifications and Assurances (Description) 0 following this page (pages 1 through 7) n this schedule is not applicable Page 32 of 32 PSA Single Project Agreement 2017.010 Ver.1 16F18 EXHIBIT A FDOT CONTRACT PROVISIONS FLORIDA DEPARTMENT OF TRANSPORTATION CSFA 55.039 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Contractor means an entity that receives a contract. The services performed by the awarded Contractor shall be in compliance with all applicable grantor regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1)The contractor(including all subcontractors) must insert these contract provisions in each lower tier contracts(e.g. subcontract or sub-agreement); 2)The contractor(or subcontractor)must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider. FCP-1 16F1B EXHIBIT A FDOT CONTRACT PROVISIONS CONTRACT PROVISIONS Records Retention and Access The contractor and all subcontractors shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, the Florida Department of Transportation (FDOT), or its designee's access to such records upon request. The contractor agrees to comply with 20.055(5)F.S. and incorporate in all its subcontractors the obligations to comply with 20.055(5)F.S to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing pursuant to this section. Restrictions, Prohibitions, Controls and Labor Provisions: a.A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity. c. An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further been determined by the FDOT to be a non-responsible contractor may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the Recipient. d. No funds received pursuant to this Agreement may be expended for lobbying the Florida Legislature, judicial branch, or any state agency, in accordance with Section 216.347, Florida Statutes. e. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation will be cause for unilateral cancellation of this Agreement. f. The Contractor shall: i. Utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Recipient during the term of the contract; and ii. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. FCP-2 16F16 EXHIBIT A FDOT CONTRACT PROVISIONS g. The contractors and subcontractors to comply with all federal, state, and local laws and regulations applicable to this Project. Indemnification "To the fullest extent permitted by law, the Recipient's contractor/consultant shall indemnify and hold harmless the Recipient and the State of Florida, Department of Transportation, including the Department's officers and employees,from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor or consultant and persons employed or utilized by the contractor or consultant in the performance of this Agreement. This indemnification shall survive the termination of this Agreement. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the State of Florida or the Recipient's sovereign immunity." FCP-3 16F18 EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2. Conflict of Interest 3. Acknowledgement of Grant Terms and Conditions GCA- 1 0 s 16F1B EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment,Suspension,and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief,that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain,or performing a public(Federal,State or local)transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery, bribery,falsification or destruction of records,making false statements,or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal, State or local)with commission of any of the offenses enumerated in paragraph(l)(b)of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions(Federal, State or local)terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 4Aro& W, R 1iAlt.►c+4tlotiJ P/4)34'41.-- Name /ru3FCTName Project Name 66/-11-- Title Project Number . $ASS tOtteS PA. 5 Firm Tax ID Number DUNS Number O u tArreal 80,.).. ._...S. t,aiS S ;F c 344 3(1 Street Ad+ ess,City,Stats Zip Signature GCA-2 ' 16F1B EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification Collier County Solicitation No. 1, ,hereby certify that to the best of my knowledge,neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also,to the best of my knowledge,no member of my household;no relative with whom I have a close relationship; no one with whom my spouse,parent or dependent child has or seeks employment;and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition o ny finan ial or personal interest as described above that would be affected by the matter,and to disclose any int rest I,or a ,one noted above,has in any person or organization that does become involved in,or is affected at a ater date by the conduct of this matter. f y ,t'.yt. Wei(t ► Name Signa ure Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978(5 U.S.C. Ap . , Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1)to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2)to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena;(3)to a source when necessary to obtain information relevant to a conflict of interest investigation or decision;(4)to the National Archives and Records Administration or the General Services Administration in records management inspections;(5)to the Office of Management and Budget during legislative coordination on private relief legislation; and(6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding,if the information is relevant to the subject matter.This confidential certification will not be disclosed to any requesting person unless authorized by law.See also the OGEIGOVT-2 executive branch-wide Privacy Act system of records. GCA-3 E0.6 n '16F1B EXHIBIT B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms,Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement,a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703,Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name U,. ` Date SioZSAI,CoLet Authorized Signature Address 386 O _ U t,4 E L ' . .. `3t7 t-) .rh- ?tN G S ) L 341" (( Solicitation/Contract# GCA-4 16F16 EXHIBIT A r - County Administrative Services Department Procurement Services Division SCOPE OF SERVICES FOR FINANCIAL PROJECT ID(S). 999999-1-52-01 GOODLAND DRIVE REHABILITATION PROJECT RPS NO.: 17-7213 16F Table of Contents 1 PURPOSE AND GENERAL INFORMATION 4 2 PROJECT DESCRIPTION 6 3 PROJECT COMMON AND PROJECT GENERAL TASKS 18 4 ROADWAY ANALYSIS 25 5 ROADWAY PLANS 29 6a DRAINAGE ANALYSIS 31 6b DRAINAGE PLANS 34 7 UTILITIES 34 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES 38 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS (OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) 47 10 STRUCTURES — BRIDGE DEVELOPMENT REPORT (OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) 47 11 STRUCTURES -TEMPORARY BRIDGE —N/A 49 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE N/A 49 13 STRUCTURES — MEDIUM SPAN CONCRETE (OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) 49 14 STRUCTURES — STRUCTURAL STEEL BRIDGE - N/A 52 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE - N/A 52 16 STRUCTURES - MOVABLE SPAN — N/A 52 17 STRUCTURES — RETAINING WALLS (OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) 52 18 STRUCTURES - MISCELLANEOUS (OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) 53 19 SIGNING AND PAVEMENT MARKING ANALYSIS 55 20 SIGNING AND PAVEMENT MARKING PLANS 56 21 SIGNALIZATION ANALYSIS 57 22 SIGNALIZATION PLANS 59 23 LIGHTING ANALYSIS 60 24 LIGHTING PLANS - N/A 61 25 LANDSCAPE ARCHITECTURE ANALYSIS - N/A 62 26 LANDSCAPE ARCHITECTURE PLANS - N/A 62 27 SURVEY 62 16F1E 28 PHOTOGRAMMETRY - N/A 67 29 MAPPING 67 30 TERRESTRIAL MOBILE LiDAR - N/A 69 31 ARCHITECTURE DEVELOPMENT - N/A 69 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE - N/A 69 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS - N/A 69 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS - N/A 69 35 GEOTECHNICAL 70 36 PROJECT REQUIREMENTS 78 37 INVOICING LIMITS 79 16F111 SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES This Exhibit forms an integral part of the agreement between the Collier County Board of County Commissioners (hereinafter referred to as the COUNTY) and Q. Grady Minor and Associates, P.A. (hereinafter referred to as the CONSULTANT) relative to the transportation facility described as follows: County Project No.: 60200 Federal Aid Project No.: N/A Description: Goodland Drive / CR 92A from San Marco Road/ CR 92 to just south of Harbor Place, Collier County Bridge No(s).: N/A Rail Road Crossing No: N/A 1 PURPOSE AND GENERAL INFORMATION Goodland Drive/CR 92A is the sole access road for residents and businesses in Goodland. Portions of the road are flooded during extreme tides and storm events. The road is situated within ecologically sensitive mangroves and tidal estuaries. The purpose of this design is to raise the roadway profile an average of 18" to alleviate flooding and to also restore historical tidal exchanges between the east and west mangrove stands by adding cross drains at suitable locations along the corridor. The proposed scope detailed in this document assumes the design will utilize a technique commonly known as Full Depth Reclamation to raise the roadway profile The purpose of this Exhibit is to describe the scope of work and the responsibilities of the CONSULTANT and the COUNTY in connection with the design and preparation of a complete set of construction contract documents and incidental engineering services, as necessary, for improvements to the transportation facility described herein. The general objective is for the CONSULTANT to prepare a set of contract documents including plans, specifications, supporting engineering analysis, calculations and other technical documents in accordance with FDOT and COUNTY policy, procedures and requirements. These Contract documents will be used by the A-4 PURPOSE AND GENERAL INFORMATION 6F18 contractor to build the project and test the project components. These Contract documents will be used by the COUNTY or its Construction Engineering Inspection (CEI) representatives for inspection and final acceptance of the project. The CONSULTANT shall follow a systems engineering process to ensure that all required project components are included in the development of the Contract documents and the project can be built as designed and to specifications. The Scope of Services establishes which items of work in the FDOT Design Manual (FDM), COUNTY Code and other pertinent manuals are specifically prescribed to accomplish the work included in this contract, and also indicate which items of work will be the responsibility of the CONSULTANT and/or the COUNTY. The CONSULTANT shall be aware that as a project is developed, certain modifications and/or improvements to the original concepts may be required. The CONSULTANT shall incorporate these refinements into the design and consider such refinements to be an anticipated and integral part of the work. This shall not be a basis for any supplemental fee request(s). The CONSULTANT shall demonstrate good project management practices while working on this project. These include communication with the COUNTY and others as necessary, management of time and resources, and documentation. The CONSULTANT shall set up and maintain throughout the design of the project a contract file in accordance with COUNTY procedures. Consultants are expected to know the laws and rules governing their professions and are expected to provide services in accordance with current regulations, codes and ordinances and recognized standards applicable to such professional services. The CONSULTANT shall provide qualified technical and professional personnel to perform to COUNTY standards and procedures, the duties and responsibilities assigned under the terms of this agreement. The CONSULTANT shall utilize the best engineering judgment, practices, and principals possible during the prosecution of the work commissioned under this contract. The CONSULTANT shall minimize to the maximum extent possible the COUNTY's need to apply its own resources to assignments authorized by the COUNTY. The COUNTY will provide contract administration, management services, and technical reviews of all work associated with the development and preparation of contract documents, including Construction documents. The COUNTY's technical reviews are for high-level conformance and are not meant to be comprehensive reviews. The COUNTY may, at its discretion, conduct independent reviews of submittals by the CONSULTANT. The CONSULTANT shall be fully responsible for all work performed and work products developed under this Scope of Services. The COUNTY may provide job-specific information and/or functions as outlined in this contract, if favorable. It is imperative that all signal, roadway lighting, and signing and marking design be reviewed and approved by Collier County Traffic Operations at each phase of the project. A-5 PURPOSE AND GENERAL INFORMATION 16 F1 & 2 PROJECT DESCRIPTION Goodland Drive is planned as a reconstruction / rehabilitation of the existing two-lane facility with multi-use path beginning south of San Marco Road / CR 92 and ending south of Harbor Place in Goodland, Collier County, Florida. All previous studies, reports, design plans, and all other project data provided to the CONSULTANT by the COUNTY shall be fully utilized as reference material in the design of this project- EXHIBITS A THROUGH J to be incorporated by reference and made a part of this Agreement. Complete documents are available upon request at the County's Procurement Services Division. A-6 PROJECT DESCRIPTION 16FiB 2.1 Project General and Roadway (Activities 1,2,3,4, and 5) Public Involvement: The CONSULTANT shall prepare for and attend public meetings as directed by the COUNTY. Please see Section 3.1 for details. Other Agency Presentations/Meetings: The CONSULTANT shall prepare for and attend agency meetings as directed by the COUNTY. Please see Section 3.1 for details. Joint Project Agreements: 441508-1 Specification Package Preparation: FDOT and COUNTY Specifications — current editions, and any required project specific Technical Specifications. Value Engineering: Value Engineering/Independent Peer Review services may be conducted by an independent consultant for this project. Please see section 3.5 for details. Risk Assessment Workshop: Not applicable. Plan Type: The CONSULTANT shall provide all plans and details necessary for construction of the project described herein. The CONSULTANT is expected to follow all design criteria and processes provided in the latest version of the FDM. Deviations from the criteria and processes provided in the FDM must be approved by the COUNTY in writing. Typical Section: Two 11' lanes with one 8' multi-use path and an inside paved shoulder at curves. Where necessary, the design will include the use of FDOT gravity walls per FDOT Index 400-011. Pavement Design: The CONSULTANT shall provide all pavement designs required for the project. Pavement Type Selection Report(s): One (Draft, Final) Design Criteria Report: One (Draft, Final) Cross Slope: The CONSULTANT shall evaluate any necessary modifications to cross slopes of existing pavement at the transition areas at the beginning and end of the project to be retained as part of this project. Access Management Classification: 1, Limited Access and Controlled Access Transit Route Features: N/A Major Intersections/Interchanges: N/A Roadway Alternative Analysis: The CONSULTANT shall evaluate and identify the optimum profile, cross slopes, side slopes, and possible barrier treatments for the minimization of future flooding while mitigating the impacts to the ecologically sensitive A-7 PROJECT DESCRIPTION ��y 16F18 areas on either side of the roadway. Level of TCP Plans: The CONSULTANT shall evaluate and provide concept level TCP plans sufficient to assure constructability and full impact assessment along the corridor prior to advancing beyond 30% design plans. The CONSULTANT shall provide fully developed TCP plans suitable for use by the contractor for construction of the roadway under traffic. Level of TCP Plans: II Temporary Lighting: TBD Temporary Signals: TBD Temporary Drainage: TBD Design Variations/Exceptions: TBD Back of Sidewalk Profiles: Required for back of multi-use path profiles 2.2 Drainage (Activities 6a and 6b) System Type: The stormwater system will be designed to meet the permitting agencies requirements of all the anticipated permits listed below in Section 2.4. Stormwater system design will consider Best Management Practices for stormwater quality. Due to the tidal location no water quantity (attenuation) is included. The anticipated drainage includes the following items: a. Design of up to ten new cross drains as documented in the 2016 JR Evans report. The pipe size and locations will be evaluated by coordination with County maintenance and field observation during a significant storm event. The purpose of the new cross drains is primarily for the restoration of historical tidal exchanges. b. Field review in a significant rain event to observe the location(s) and duration of the roadway flooding. c. Extension of the existing dual 38x60 to accommodate the new path. d. The proposed drainage pipes will be designed around existing utilities to the maximum extent practical. If necessary, minor deflection of existing County utilities is included. However, no FDEP Utility permitting is included. If a deflection greater than 100 LF is required, then additional compensation will be required. e. Cross Drain analysis will be provided using FDOT Drainage Manual criteria as applicable but will be based primarily on engineering judgment and benefit cost analysis. f. Ditch regrading to support the proposed trail. g. Review of County provided flooding documentation. h. Investigation of the flooding at Stan's with recommendation to alleviate flooding A-8 PROJECT DESCRIPTION C 16F18 i. Optional Pipe Analysis j. No Base Clearance report is included. k. A Drainage Technical Memorandum to summarize the approach to the drainage design; cross drain calculations; and correspondence. I. A Pond Siting Report is included as Optional to be negotiated at a later date via change order and will investigate water quality treatment alternatives including vacant land, compensating treatment, and nearby deep injection wells. m. A Bridge Hydraulics Report is included as Optional to be negotiated at a later date via change order to accommodate a potential bridge structure. 2.3 Utilities Coordination (Activity 7) The CONSULTANT is responsible to certify that all necessary arrangements for utility work on this project have been made and will not conflict with the physical construction schedule. The CONSULTANT should coordinate with COUNTY personnel to coordinate transmittals to Utility Companies and meet production schedules. The CONSULTANT shall ensure FDOT and COUNTY standards, policies, procedures, practices, and design criteria are followed concerning utility coordination. The CONSULTANT may employ more than one individual or utility engineering consultant to provide utility coordination and engineering design expertise. The CONSULTANT shall identify a dedicated person responsible for managing all utility coordination activities. This person shall be contractually referred to as the Utility Coordination Manager and shall be identified in the CONSULTANT proposal. The Utility Coordination Manager shall be required to satisfactorily demonstrate to the COUNTY's Project Manager that they have the knowledge, skills, and expertise required to successfully provide the utility coordination activities required of the project. The Utility Coordination Manager shall be responsible for managing all utility coordination, including the following: Assuring that Utility Coordination and accommodation is in accordance to the COUNTY, FDOT, FHWA, and AASHTO standards, policies, procedures, and design criteria. Assisting the engineer of record in identifying all existing utilities and coordinating any new installations. Assisting the Engineer of Record with resolving utility conflicts. Scheduling and performing utility coordination meetings, keeping and distribution of minutes/action items of all utility meetings, and ensuring expedient follow-up on all unresolved issues. Distributing all plans, conflict matrixes and changes to affected utility owners and making sure this information is properly coordinated and documented. A-9 PROJECT DESCRIPTION 16F18 Identifying and coordinating the completion of any COUNTY or utility owner agreement that is required for reimbursement, or accommodation of the utility facilities associated with the project. Review and certify to the COUNTY's Project Manager that all Utility Work Schedules are correct and in accordance with the COUNTY's standards, policies, and procedures. Prepare, review and process all utility related reimbursable paperwork inclusive of betterment and salvage determination. The CONSULTANT's utility coordination work shall be performed and directed by the Utility Coordination Manager that was identified and approved by COUNTY's Project Manager. Any proposed change of the approved Utility Coordination Manager shall be subject to review and approval by COUNTY's Project Manager prior to any change being made in this contract. Anticipated utilities include: LCEC Comcast Summit Broadband Century Link City of Marco Island Collier County PUD 2.4 Environmental Permits, Compliances, and Clearances (Activity 8) The CONSULTANT shall coordinate with all appropriate regulatory agencies to obtain all necessary permits, including but not limited to: South Florida Water Management District Department of Environmental Protection (DEP) United States Coast Guard United States Army Corps of Engineers Conservancy of Southwest Florida The CONSULTANT is responsible for the identifying and applying for all necessary permits for the project. A-10 PROJECT DESCRIPTION 16 F 18 The CONSULTANT is responsible for all permit coordination and revisions necessary to obtain the required permits. It is anticipated that consideration shall be given to a possible joint permit application with the DEP. Coordination and facilitation of this process is included in this Scope of Services. All application and processing fees associated with permitting activities shall be paid for by the COUNTY directly to each applicable agency. The COUNTY will direct use of mitigation banks as required. 2.5 Structures (Activities 9 — 18) The locations and type of 1 bridge (OSA #4), cross drain pipe penetration details through, gravity wall by standard plans (OSA #1), 2 permanent sheet pile walls (OSA #2) and a box culvert design with temporary critical sheet pile for phased construction (OSA #3) will be determined based on factors such as cost, constructability,permitting, and hydraulic requirements, which are unknown at this time. Services associated with OSA #1 thru OSA #4 are optional services to be negotiated at a later date via change order. Bridge(s): Optional services to be negotiated at a later date via change order if necessary. Retaining Walls: Retaining Walls and Permanent Sheet Pile Walls to be negotiates at a later date via change order if necessary. Noise Barrier Walls: Not applicable. Box Culvert Design: Optional services to be negotiated at a later date via change order if necessary. Pipe penetration details: Optional services to be negotiated at a later date via change order if necessary. Miscellaneous: The CONSULTANT shall provide all design services and deliver construction documents for all items listed in Section 2.5. 2.6 Signing and Pavement Markings (Activities 19 & 20) 2.7 Signalization (Activities 21 & 22) 2.8 Lighting (Activities 23 & 24) N/A 2.9 Landscape Architecture (Activities 25 & 26) N/A 2.10 Survey (Activity 27) Design Survey: All survey required for the project, including a detailed topographic and A-11 PROJECT DESCRIPTION 16F18 control survey from San Marco Road to Harbor Place. Lateral extent of survey shall include any areas where cross drains exist or where new culverts are proposed. Survey of cross drain locations shall include any areas where excavation of new channels, or the modification of existing channels are required to meet the intent of the design. The intent of the CONSULTANT is to verify and supplement the existing survey obtained along the project corridor for the Collier County Goodland Drive Water Main Replacement Project. Subsurface Utility Exploration: As directed by the COUNTY. Right of Way Survey: All survey required for the project, including a detailed property and Right of Way survey from San Marco Road to Harbor Place. 2.11 Photogrammetry (Activity 28) N/A 2.12 Mapping (Activity 29) Legal Descriptions: The CONSULTANT is responsible for all Legal Descriptions necessary for the project. Maintenance Map: As required Miscellaneous Items: As required 2.13 Terrestrial Mobile LiDAR (Activity 30) N/A 2.14 Architecture (Activity 31) N/A 2.15 Noise Barriers (Activity 32) N/A 2.16 Intelligent Transportation Systems (Activities 33 & 34) N/A 2.17 Geotechnical (Activity 35) The CONSULTANT shall be responsible for the geotechnical activities listed in Activity 35. 2.18 Project Schedule Within ten (10) days after the Notice-To-Proceed, and prior to the CONSULTANT beginning work, the CONSULTANT shall provide a detailed project activity/event schedule for COUNTY and CONSULTANT scheduled activities required to meet the current COUNTY Production Date. The schedule shall be based upon the durations and schedule negotiated during the project staff hour negotiations process. The CONSULTANT shall allow for a four (4) week review time for each phase submittal and any other submittals as appropriate. The schedule shall indicate all required submittals. A-12 PROJECT DESCRIPTION 16Fig All fees and price proposals are to be based on the negotiated schedule for final construction contract documents. Periodically, throughout the life of the contract, the project schedule and payout reports shall be reviewed as requested by the COUNTY and, with the approval of the COUNTY, adjusted as necessary to incorporate changes in the Scope of Services and progress to date. The approved schedule and schedule status report, along with progress and payout reports, shall be submitted with the monthly progress report or as requested by the COUNTY. The schedule shall be submitted in a COUNTY system-compatible format. 2.19 Submittals The CONSULTANT shall furnish construction contract documents as required by the COUNTY to adequately control, coordinate, and approve the work concepts. The CONSULTANT shall distribute submittals as directed by the COUNTY. All documents shall be developed and submitted in accordance with the latest edition of the FDM unless otherwise directed by the COUNTY in writing. BDR submittal shall be included in the Phase I (30%) submittal. All submitted documents shall be digitally signed and sealed in accordance with applicable Florida Statutes and in accordance with the latest editions of FDM and FDOT CADD Manual unless otherwise directed by the COUNTY in writing. Each submittal shall include one (1) digital copy of all documents required for the submittal as defined herein. Method of delivery must be preapproved by the COUNTY. In addition to the delivery of the files produced during the course of project development, the COUNTY requires the inclusion of Engineering Data files (prepared by or for the CONSULTANT) for critical geometrics in the design. These can include the alignments, profiles, roadway templates, cross sections, terrain surfaces, etcetera necessary to create the corridor model(s). Critical roadway geometric items, such as the centerlines and profiles of the proposed mainline, side streets, special ditches, and utilities, must be included. These Engineering Data files are considered "Project Documents" as defined in the contract and shall be provided when requested by the COUNTY in a software format agreed to prior to beginning design activities. 2.20 Provisions for Work All work shall be prepared with English units in accordance with the latest editions of standards and requirements utilized by the COUNTY which include, but are not limited to, publications such as: • General o Title 29, Part 1910, Standard 1910.1001, Code of Federal Regulations A-13 PROJECT DESCRIPTION i6F1B (29 C.F.R. 1910.1001) — Asbestos Standard for Industry, U.S. Occupational Safety and Health Administration (OSHA) o 29 C.F.R. 1926.1101 —Asbestos Standard for Construction, OSHA o 40 C.F.R. 61, Subpart M - National Emission Standard for Hazardous Air Pollutants (NESHAP), Environmental Protection Agency (EPA) o 40 C.F.R. 763, Subpart E — Asbestos-Containing Materials in Schools, EPA o 40 C.F.R. 763, Subpart G —Asbestos Worker Protection, EPA o Americans with Disabilities Act (ADA) Standards for Accessible Design o AASHTO —A Policy on Design Standards Interstate System o AASHTO — Roadside Design Guide o AASHTO — Roadway Lighting Design Guide o AASHTO —A Policy for Geometric Design of Highways and Streets o AASHTO — Highway Safety Manual o Rule Chapter 5J-17, Florida Administrative Code (F.A.C.), Minimum Technical Standards for Professional Surveyors and Mappers o Chapter 469, Florida Statutes (F.S.) —Asbestos Abatement o Rule Chapter 62-257, F.A.C., Asbestos Program o Rule Chapter 62-302, F.A.C., Surface Water Quality Standards o Code of Federal Regulations (C.F.R.) o Florida Administrative Codes (F.A.C.) o Chapters 20, 120, 215, 455, Florida Statutes (F.S.) — Florida Department of Business & Professional Regulations Rules o Florida Department of Environmental Protection Rules o FDOT Basis of Estimates Manual o FDOT Computer Aided Design and Drafting (CADD) Manual o FDOT Design Standards o FDOT Flexible Pavement Design Manual o FDOT - Florida Roundabout Guide o FDOT Handbook for Preparation of Specifications Package o FDOT Instructions for Design Standards o FDOT Instructions for Structures Related Design Standards o FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways ("Florida Greenbook") o FDOT Materials Manual o FDOT Pavement Type Selection Manual o FDOT Design Manual o FDOT Procedures and Policies o FDOT Project Development and Environmental Manual o FDOT Project Traffic Forecasting Handbook o FDOT Public Involvement Handbook o FDOT Rigid Pavement Design Manual o FDOT Standard Specifications for Road and Bridge Construction o FDOT Utility Accommodation Manual o Federal Highway Administration (FHWA) - Manual on Uniform Traffic Control Devices (MUTCD) A-14 PROJECT DESCRIPTION cap 16F1B o FHWA — National Cooperative Highway Research Program (NCHRP) Report 672, Roundabouts: An Informational Guide o FHWA Roadway Construction Noise Model (RCNM) and Guideline Handbook o Florida Fish and Wildlife Conservation Commission - Standard Manatee Construction Conditions 2005 o Florida Statutes (F.S.) o Florida's Level of Service Standards and Guidelines Manual for Planning o Model Guide Specifications —Asbestos Abatement and Management in Buildings, National Institute for Building Sciences (NIBS) o Quality Assurance Guidelines o Safety Standards o Any special instructions from the COUNTY • Roadway o FDOT — Florida Intersection Design Guide o FDOT - Project Traffic Forecasting Handbook o FDOT - Quality/Level of Service Handbook o Florida's Level of Service Standards and Highway Capacity Analysis for the SHS o Transportation Research Board (TRB) - Highway Capacity Manual • Permits o Chapter 373, F.S. —Water Resources o US Fish and Wildlife Service Endangered Species Programs o Florida Fish and Wildlife Conservation Commission Protected Wildlife Permits o Bridge Permit Application Guide, COMDTPUB P16591.3C o Building Permit • Drainage o FDOT Bridge Hydraulics Handbook o FDOT Culvert Handbook o FDOT Drainage Manual o FDOT Erosion and Sediment Control Manual o FDOT Exfiltration Handbook o FDOT Hydrology Handbook o FDOT Open Channel Handbook o FDOT Optional Pipe Materials Handbook o FDOT Storm Drain Handbook o FDOT Stormwater Management Facility Handbook o FDOT Temporary Drainage Handbook o FDOT Drainage Connection Permit Handbook o FDOT Bridge Scour Manual A-15 PROJECT DESCRIPTION 16F18 ■ Survey and Mapping o All applicable Florida Statutes and Administrative Codes o Applicable Rules, Guidelines Codes and authorities of other Municipal, County, State and Federal Agencies. o FDOT Aerial Surveying Standards for Transportation Projects Topic 550-020-002 o FDOT Right of Way Mapping Handbook o FDOT Surveying Procedure Topic 550-030-101 o Florida Department of Transportation Right of Way Procedures Manual o Florida Department of Transportation Surveying Handbook o Right of Way Mapping Procedure 550-030-015 ■ Traffic Engineering and Operations and ITS o AASHTO - An Information Guide for Highway Lighting o AASHTO - Guide for Development of Bicycle Facilities o FHWA Standard Highway Signs Manual o FDOT Manual on Uniform Traffic Studies (MUTS) o FDOT Median Handbook o FDOT Traffic Engineering Manual o National Electric Safety Code o National Electrical Code ■ Traffic Monitoring o American Institute of Steel Construction (AISC) Manual of Steel Construction, referred to as "AISC Specifications" o American National Standards Institute (ANSI) RP-8-00 Recommended Practice for Roadway Lighting o AASHTO AWS D1.1/ANSI Structural Welding Code — Steel o AASHTO D1.5/AWS D1.5 Bridge Welding Code o FHWA Traffic Detector Handbook o FDOT General Interest Roadway Data Procedure o FHWA Traffic Monitoring Guide o FDOT's Traffic/Polling Equipment Procedures ■ Structures o AASHTO Load and Resistance Factor Design (LRFD) Bridge Design Specifications and Interims o AASHTO LRFD Movable Highway Bridge Design Specifications and Interims o AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals, and Interims. o AASHTO/-AWS-D1. 5M/D1.5: An American National Standard Bridge Welding Code o AASHTO Guide Specifications for Structural Design of Sound Barriers o AASHTO Manual for Condition Evaluation and Load and Resistance Factor Rating (LRFR) of Highway Bridges o FDOT Bridge Load Rating Manual A-16 PROJECT DESCRIPTION 16F1B o FDOT Structures Manual o FDOT Structures Design Bulletins (available on FDOT Structures web site only) • Geotechnical o FHWA Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Specifications o Manual of Florida Sampling and Testing Methods o Soils and Foundation Handbook • Landscape Architecture o Florida Department of Agriculture and Consumer Services Grades and Standards for Nursery Plants 2.21 Services to be Performed by the COUNTY When appropriate and /or available, the COUNTY will provide project data including: • General COUNTY guidelines to be used in the fulfillment of this contract. • Signatures on project related application forms. • Letters of authorization designating the CONSULTANT as an agent of the COUNTY. • Fees associated with permit submittals. • Project submittal reviews. • Any applicable project related information/data that the COUNTY is aware of. • COUNTY standards. • Rights of entry authorization for COUNTY properties within the project limits. • Front-end construction document sections required for bidding and construction. A-17 PROJECT DESCRIPTION 16F18 3 PROJECT COMMON AND PROJECT GENERAL TASKS Project Common Tasks, as listed below, are work efforts that are applicable to many project activities, 4 (Roadway Analysis) through 35 (Geotechnical). These tasks are to be included in the project scope in each applicable activity when the described work is to be performed by the CONSULTANT. Cost Estimates: The CONSULTANT shall be responsible for producing a construction cost estimate and reviewing and updating the cost estimate when scope changes occur and/or at milestones of the project. Technical Special Provisions: The CONSULTANT shall provide Technical Special Provisions for all items of work not covered by the FDOT Standard Specifications for Road and Bridge Construction and the workbook of implemented modifications. A Technical Special Provision shall not modify the first nine sections of the Standard Specifications and implemented modifications in any way. All modifications to other sections must be justified to the COUNTY to be included in the project's specifications package. The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment. Proposed Technical Special Provisions will be submitted to the COUNTY. See Section 3.3 for details. Final Technical Special Provisions shall be digitally signed and sealed in accordance with applicable Florida Statutes. The CONSULTANT shall contact the COUNTY for details of the current format to be used before starting preparations of Technical Special Provisions. Field Reviews: The CONSULTANT shall make as many trips to the project site as required to obtain necessary data for all elements of the project. Technical Meetings: The CONSULTANT shall attend all technical meetings necessary to execute the Scope of Services of this contract. This includes meetings with COUNTY and/or Agency staff, between disciplines and subconsultants, such as access management meetings, pavement design meetings, local governments, progress review meetings (phase review), and miscellaneous meetings. The CONSULTANT shall prepare, and submit to the COUNTY's Project Manager for review, the meeting minutes for all meetings attended by them. The meeting minutes are due within five (5) working days of attending the meeting. Quality Assurance/Quality Control: It is the intention of the COUNTY that design CONSULTANTS, including their subconsultant(s), are held responsible for their work, including plans review. The purpose of CONSULTANT plan reviews is to ensure that CONSULTANT plans follow the plan preparation procedures outlined in the FDM, that state and federal design criteria are followed with the COUNTY concept, and that the CONSULTANT submittals are complete. All subconsultant document submittals A-18 PROJECT COMMON AND PROJECT GENERAL TASKS 16F18 shall be submitted by the subconsultant directly to the CONSULTANT for their independent Quality Assurance/Quality Control review and subsequent submittal to the COUNTY. It is the CONSULTANT's responsibility to independently and continually QC their plans and other deliverables. The CONSULTANT should regularly communicate with the COUNTY's Design Project Manager to discuss and resolve issues or solicit opinions from those within designated areas of expertise. 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 and their subconsultant(s) under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all maps, design drawings, specifications, and other documentation prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan shall be one specifically designed for this project. The CONSULTANT shall submit a Quality Control Plan for approval within twenty (20) business days of the written Notice to Proceed and it shall be signed by the CONSULTANT's Project Manager and the CONSULTANT's QC Manager. The Quality Control Plan shall include the names of the CONSULTANT's staff that will perform the quality control reviews. The Quality Control reviewer shall be a Florida Licensed Professional Engineer fully prequalified under F.A.C. 14-75 in the work type being reviewed. A marked up set of prints from a Quality Control Review indicating the reviewers for each component (structures, roadway, drainage, signals, geotechnical, signing and marking, lighting, surveys, etc.) and a written resolution of comments on a point-by- point basis will be required, if requested by the COUNTY, with each phase submittal. The responsible Professional Engineer, Landscape Architect, or Professional Surveyor & Mapper that performed the Quality Control review will sign a statement certifying that the review was conducted and found to meet required specifications. The CONSULTANT shall, without additional compensation, correct all errors or deficiencies in the designs, maps, drawings, specifications and/or other products and services. Independent Peer Review: The COUNTY may elect to acquire the services of a consultant to provide Independent Peer Review services at the 30%design phase. The CONSULTANT shall be expected to consider alternatives which are deemed in the best interest of the COUNTY. Supervision: The CONSULTANT shall supervise all technical design activities. A-19 PROJECT COMMON AND PROJECT GENERAL TASKS 16F18 Coordination: The CONSULTANT shall coordinate with all disciplines of the project to produce a final set of construction documents. The CONSULTANT shall coordinate design activities with other infrastructure projects that are impacted by or impact this project. This includes projects under the jurisdiction of local governments or other regional and state agencies. Project General Tasks Project General Tasks, described in Sections 3.1 through 3.7 below, represent work efforts that are applicable to the project as a whole and not to any one or more specific project activity. The work described in these tasks shall be performed by the CONSULTANT when included in the project scope. 3.1 Public Involvement Public involvement includes communicating to all interested persons, groups, and government organizations information regarding the development of the project. The CONSULTANT shall prepare for and attend up to three (3) public meetings and ten (10) one-on-one public meetings as directed by the COUNTY. Public need will heavily influence construction schedule, construction phasing and maintenance of traffic for the project defined herein. The CONSULTANT shall develop coordinated project solutions that will maintain necessary public access during construction. The first public meeting will be scheduled early in the design process prior to the first design submittal. The goal of the first public meeting will be to introduce the project to the public and stakeholders to receive feedback with a primary goal of determining the most feasible design concept considering such factors including but not limited to: public access needs, environmental impacts, construction costs, etc. The CONSULTANT shall prepare up to three concept level designs along with tabulations of environmental impacts and cost estimates for construction and permitting/mitigation. Special consideration shall be given to constructability and maintenance of traffic (MOT). The selected alternative will include a favored typical section, but may result in multiple typical sections in order to meet the requirements of stakeholders. The most suitable design concept will be adopted and developed in future Phase submittals. The second public meeting will be scheduled for approximately the Phase II (60%) design phase. The final public meeting will be scheduled at the construction kickoff stage. The CONSULTANT shall process the public information received, discuss the results and integrate the needs of the public into the project while being mindful of economic feasibility and the needs of the project defined herein. The CONSULTANT will be expected to develop and provide all necessary exhibits for the public meetings. A-20 PROJECT COMMON AND PROJECT GENERAL TASKS 0 • 16F18 The COUNTY shall be responsible for all news/press releases. 3.1.1 Community Awareness Plan As required. 3.1.2 Notifications If applicable, the CONSULTANT shall provide notifications as required. The CONSULTANT shall notify and coordinate with the COUNTY's Project Manager prior to sending notifications. 3.1.3 Preparing Mailing Lists As required. 3.1.4 Median Modification Letters N/A 3.1.5 Driveway Modification Letters If applicable, The CONSULTANT shall prepare driveway modification letters to be sent to property owners. In addition, the CONSULTANT shall prepare a sketch of each proposed driveway modification for inclusion in the letter. The letters will be sent on COUNTY letterhead. The CONSULTANT shall notify and coordinate with the COUNTY's Project Manager prior to sending letters. 3.1.6 Newsletters As required. 3.1.7 Renderings and Fly-Throughs Fly-Throughs are not included with this project. Renderings will be provided. 3.1.8 PowerPoint Presentations As required. 3.1.9 Public Meeting Preparations The CONSULTANT shall prepare the necessary materials for use in public meetings. Including but not limited to all graphics, maps, displays, and etcetera. Drafts of all Public Involvement documents shall be submitted to the COUNTY for review and approval at least 14 business days prior to printing and/or distribution 3.1.10 Public Meeting Attendance and Follow-up The CONSULTANT shall attend public meeting(s), assist with meeting setup and take A-21 PROJECT COMMON AND PROJECT GENERAL TASKS 16F18 down. The CONSULTANT will attend the meetings with an appropriate number of personnel to assist the COUNTY'S Project Manager. It is estimated for this project there will be three (3) public meetings. The CONSULTANT shall assist the COUNTY in responding to public comments and questions. 3.1.11 Other Agency Meetings As required. 3.1.12 Web Site As required. 3.2 Joint Project Agreements This project shall be designed under Joint Project Agreement 441508-1 with FDOT. This scope of services shall include all work associated with compliance requirements of the agreement. 3.3 Specifications Package Preparation The CONSULTANT shall prepare and provide a specifications package in accordance with the FDOT's Handbook for the Preparation of Specification Packages and associated training. The CONSULTANT shall provide the COUNTY names of at least one team member who has successfully completed the Specifications Package Preparation Training and will be responsible for preparing the Specifications Package for the project. The Specifications Package shall be prepared using the FDOT's Specs on the Web application. The CONSULTANT shall be able to document that the procedure defined in the Handbook for the Preparation of Specifications Packages is followed, which includes the quality assurance/quality control procedures. The specifications package shall address all items and areas of work and include any Mandatory Specifications, Modified Special Provisions, and Technical Special Provisions. The specifications package must be submitted to the COUNTY (digitally) at least 90 days prior to the contract package. This submittal does not require signing and sealing and shall be coordinated through the COUNTY's Project Manager. The CONSULTANT shall coordinate with the COUNTY on the submittal requirements, but at a minimum shall consist of(1) the complete specifications package, (2) a copy of the marked-up workbook used to prepare the package, and (3) a copy of the final project plans (latest version if final plans are not available). Final submittal of the specifications package must occur at least 20 working days prior to the contract package. This submittal shall be digitally signed, dated, and sealed in accordance with applicable Florida Statutes. A-22 PROJECT COMMON AND PROJECT GENERAL TASKS 16F1B 3.4 Contract Maintenance and Electronic Document Management 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-Discipline Team) Review— N/A 3.6 Prime Consultant Project Manager Meetings Includes only the Prime Consultant Project Manager's time for travel and attendance at Activity Technical Meetings and other meetings listed in the meeting summary for Task 3.6 on tab 3 Project General Task of the staff hour forms. Staff hours for other personnel attending Activity Technical Meetings are included in the meeting task for that specific Activity. 3.7 Plans Update The effort needed for Plans Update services will vary based on availability of funds for construction and duration of time spent "on the shelf'. The CONSULTANT shall provide Plans Update services at the request of the COUNTY as an Optional to be negotiated at a later date via change order. 3.8 Post Design Services Post Design Services may include, but is not limited to, meetings, construction assistance, plans revisions, shop drawing review, survey services, as-built drawings, and load ratings. Post Design Services are not intended for instances of CONSULTANT errors and/or omissions. 3.9 Digital Delivery The CONSULTANT shall deliver final contract plans and documents in digital format. The final contract plans and documents shall be digitally signed and sealed files delivered to the COUNTY on acceptable electronic media, as determined by the COUNTY. Please see Section 2.19 for details. 3.10 Risk Assessment Workshop — N/A 3.11 Railroad, Transit and/or Airport Coordination - N/A • A-23 PROJECT COMMON AND PROJECT GENERAL TASKS 16F16 3.12 Other Project General Tasks The CONSULTANT shall assist the COUNTY during the construction bidding phase of the project including, but not limited to, attending the pre-bid meeting, addressing addendums, evaluating bids and bidders, and providing written letters of recommendation. A-24 PROJECT COMMON AND PROJECT GENERAL TASKS ► 16F1a 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 the proposed Typical Section package to the COUNTY for review and concurrence based on the selected alternative(s) from Section 3.1 — Public Involvement. The CONSULTANT shall obtain approval of the Typical Section package prior to proceeding to the Phase I (30%) design. 4.2 Pavement Type Selection Report Pavement Type Selection Reports are required for every project one mile or greater in length where work includes a modification to the base materials. The Pavement Type Selection decision will again be reviewed by the COUNTY at the time the pavement is designed to warrant reconsideration. Since this project is less than one mile, a letter to the Project Design File documenting the pavement type decision is required. No pavement Type Selection Report is needed. 4.3 Pavement Design Package The CONSULTANT shall provide an approved Pavement Design Package in accordance with applicable FDOT pavement design manuals as early as possible prior to the Phase I plans submittal. Final signed and sealed Pavement Design Package shall be approved prior to the Phase II plans submittal date. 4.4 Cross-Slope Correction The CONSULTANT shall investigate any existing pavement to be retained as part of the reconstructed roadway and include in the design any required correction of existing cross- slopes. 4.5 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, and scope of work. The CONSULTANT shall also develop utility conflict information to be provided to project Utility Coordinator in the format requested by the COUNTY, and shall review Utility Work Schedules. 4.6 Access Management A-25 ROADWAY ANALYSIS 16F18 The CONSULTANT shall incorporate access management standards for each project in coordination with COUNTY staff. The CONSULTANT shall review adopted access management standards and the existing access conditions (interchange spacing, signalized intersection spacing, median opening spacing, and connection spacing). Median openings that will be closed, relocated, or substantially altered shall be shown on plan sheets and submitted with supporting documentation for review with the first plans submittal. 4.7 Roundabout Evaluation — N/A 4.8 Roundabout Final Design Analysis — N/A 4.9 Cross Section Design Files — The CONSULTANT shall establish and develop cross section design files in accordance with the FDOT CADD manual. The CONSULTANT shall coordinate with all utility owners to obtain the location of subsurface facilities. Both existing locations and proposed relocations of all utilities shall be shown on the cross sections. 4.10 Traffic Control Analysis The CONSULTANT shall design a safe and effective 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 detour quantity tabulations, roadway pavement, drainage structures, ditches, front slopes, back slopes, drop offs within clear zone, and traffic monitoring sites. 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. The design shall include construction phasing of roadways to accommodate the construction or relocation of utilities when the contract includes Joint Project Agreements (JPAs). The CONSULTANT shall investigate the need for temporary traffic signals, temporary lighting, alternate detour roads, and the use of materials such as sheet piling in the analysis. The Traffic Control Plan shall be prepared by a certified designer who has completed training as required by the COUNTY and FDOT. Before 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 CONSULTANT shall consider the local impact of any lane closures or alternate routes. When the need to close a road is identified during this analysis, the CONSULTANT shall notify the COUNTY's Project Manager as soon as possible. Proposed road closings must be reviewed and approved by the COUNTY. Diligence shall be used to minimize negative impacts by appropriate specifications, recommendations or plans development. Local impacts to consider will be local events, holidays, peak seasons, detour route deterioration and other eventualities. CONSULTANT shall be A-26 ROADWAY ANALYSIS 16F18 responsible to obtain local authorities permission for use of detour routes not on state highways. 4.11 Master TCP Design Files The CONSULTANT shall develop master Traffic Control Plan (TCP) files showing each phase of the Traffic Control Plan. Level of TCP Plans: II 4.12 Selective Clearing and Grubbing - Optional to be negotiated at a later date via change order 4.13 Tree Dispostion Plan - Optional to be negotiated at a later date via change order 4.14 Design Variations and Exceptions If available, the COUNTY shall furnish the Variation/Exception Report. The CONSULTANT shall prepare the documentation necessary to gain COUNTY approval of all appropriate Design Variations and/or Design Exceptions before the first submittal. The CONSULTANT will be required to prepare and submit Design Variations/Exceptions as required for design of the project. 4.15 Design Report The CONSULTANT shall prepare all applicable report(s) as listed in the Project Description section of this scope. The CONSULTANT shall submit to the COUNTY design notes, data, and calculations to document the design conclusions reached during the development of the contract plans. The design notes, data, and computations shall be recorded on size 8'/z"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'/2'x11" size. The data shall be in a hardback folder for submittal to the COUNTY. Digital copies of all paper submittals above shall be provided in pdf or Microsoft Word format. 4.16 Quantities The CONSULTANT shall develop accurate quantities and the supporting documentation, including construction days when required. 4.17 Cost Estimate The CONSULTANT shall provide the Engineer's Estimate of Probable Cost at each submittal phase. The Engineer's Estimate of Probable Cost shall be updated and adjusted at each submittal to be maintained up to and including final bid documents submittal. 4.18 Technical Special Provisions A-27 ROADWAY ANALYSIS 16F1B 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 (9) 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. 4.19 Other Roadway Analyses The CONSULTANT shall evaluate and make recommendations for operational improvements related to the existing intersection geometry and/or signing and pavement markings at the Goodland Drive / San Marco Road intersection. The design of any modifications / improvements shall be included in the project scope. At the COUNTY'S request, the CONSULTANT shall coordinate with the manufacture of proprietary walls such as Post and Panel. 4.20 Field Reviews The CONSULTANT shall include and be available to attend a plans-in-hand field review with the COUNTY at the 60%, 90%, and 100% submittals. Field reviews may be conducted upon completion of COUNTY reviews of plans submitted by the CONSULTANT for each submittal period. The anticipated format for these meetings will be an in-office review of COUNTY comments in the morning followed by an afternoon field visit to areas of concern at the project site. This item also includes all trips required to obtain necessary data for all elements of the roadway analysis identified in this scope of work. 4.21 Monitor Existing Structures The CONSULTANT shall perform field observations to identify existing structures within the project limits which may require settlement, vibration or groundwater monitoring by the contractor during construction in accordance with FDOT PPM Volume I Chapter 34. The CONSULTANT shall coordinate with and assist the geotechnical engineer and/or structural engineer (when applicable) to identify those structures and develop mitigation strategies. The CONSULTANT shall identify the necessary pay items to be included in the bid documents to monitor existing structures. 4.22 Technical Meetings A-28 ROADWAY ANALYSIS 16F1f3 Includes; meetings with the COUNTY or other Agency staff, between disciplines and CONSULTANTS, such as access management meetings, pavement design meetings, progress review meetings (phase review), road safety audit and miscellaneous meetings necessary for all elements of the roadway analysis identified in this scope of work. 4.23 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the CONSULTANT under this contract. 4.24 Independent Peer Review The COUNTY may elect to acquire the services of a consultant to provide Independent Peer Review services at the 30% design phase.The CONSULTANT shall be expected to consider alternatives which are deemed in the best interest of the COUNTY. 4.25 Supervision Includes all efforts required to supervise all technical design activities. 4.26 Coordination Includes all efforts to coordinate all elements of the roadway analysis to produce a final set of construction documents. 5 ROADWAY PLANS The CONSULTANT shall prepare Roadway, Traffic Control, Utility Adjustment Sheets, plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 5.1 Key Sheet 5.2 Summary of Pay Items Including Quantity Input 5.3 Typical Section Sheets 5.3.1 Typical Sections 5.3.2 Typical Section Details 5.4 General Notes/Pay Item Notes 5.5 Summary of Quantities Sheets A-29 ROADWAY PLANS 16F1 5.6 Project Layout 5.7 Plan/Profile Sheet 5.10 Special Profile 5.11 Back-of-Sidewalk Profile Sheet 5.12 Interchange Layout Sheet— N/A 5.13 Ramp Terminal Details (Plan View) — N/A 5.14 Intersection Layout Details 5.15 Special Details 5.16 Cross-Section Pattern Sheet(s) — N/A 5.17 Roadway Soil Survey Sheet(s) 5.18 Cross Sections 5.19 Temporary Traffic Control Plan Sheets 5.20 Temporary Traffic Control Cross Section Sheets —N/A 5.21 Temporary Traffic Control Detail Sheets — N/A 5.22 Utility Adjustment Sheets 5.23 Selective Clearing and Grubbing Sheet(s) — N/A 5.24 Project Network Control Sheet(s) 5.25 Environmental Detail Sheets Preparation of detail sheets for potential environmental issues such as, underground fuel tanks and monitoring wells, septic tanks within the proposed right of way. All piping and pumps in association with the above referenced issues shall also be located and identified by the survey. The CONSULTANT shall relay to the COUNTY any findings of contaminated soil, monitoring wells, or any features (particularly springs or sinks) relating to contamination or hazardous material. Coordination with Permits/Environmental staff and preparing Dredge & Fill Detail sheets where applicable. 5.26 Utility Verification Sheet(s) (SUE Data) 5.27 Quality Assurance/Quality Control A-30 ROADWAY PLANS 16F1 5.28 Supervision 6a DRAINAGE ANALYSIS The CONSULTANT shall analyze and document Drainage Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The CONSULTANT shall be responsible for designing a drainage and stormwater management system. All design work shall comply with the requirements of the appropriate regulatory agencies and the FDOT Drainage Manual. The CONSULTANT has the responsibility for determining the need, appropriate locations and sizes for all necessary water management facilities, and drainage outfalls. The CONSULTANT shall coordinate fully with the appropriate permitting agencies and the COUNTY's staff. All activities and submittals should be coordinated through the COUNTY's Project Manager. The work will include the engineering analyses for any or all of the following: 6a.1 Drainage Map Hydrology Accurately delineate drainage basin boundaries to be used in defining the system hydrology. Basin delineation shall incorporate existing survey and/or LiDAR and shall be supplemented, as necessary, with other appropriate data sources (such as permitted site plans) and field observations. Basin delineations shall also include any existing collection systems in a logical manner to aid in the development of the hydraulic model. Prepare the Drainage Maps in accordance with the Plans Preparation Manual. Examine all adjacent property outfall points to determine whether accommodations for offsite drainage must be incorporated into the project drainage system. 6a.2 Base Clearance Report - N/A Analyze, determine, and document high water elevations per basin which will be used to set roadway profile grade and roadway materials. Determine surface water elevations at cross drains, floodplains, outfalls and adjacent stormwater ponds. Determine groundwater elevations at intervals between the above-mentioned surface waters. Document findings in a Base Clearance Report. 6a.3 Pond Siting Analysis and Report — Optional to be negotiated at a later date via change order Evaluate pond sites using a preliminary hydrologic analysis. Document the results and coordination for all of the project's pond site analyses. The Drainage Manual provides specific documentation requirements. 6a.4 Design of Cross Drains A-31 6a DRAINAGE ANALYSIS 16F18 Analyze the hydraulic design and performance 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. This task shall also include all design and analysis needed for modifications to the existing double 38" x 60" RCP cross drain and end treatments near the Rookery Bay research facility. If modifications are determined to be impractical, the design of a replacement cross drain shall be included in this task. 6a.5 Design of Ditches Design roadway conveyance and outfall ditches. This task includes capacity calculations, longitudinal grade adjustments, flow changes, additional adjustments for ditch convergences, selection of suitable channel lining, design of side drain pipes, and documentation. (Design of linear stormwater management facilities in separate task.) 6a.6 Design of Stormwater Management Facility (Offsite or Infield Pond) — Optional to be negotiated at a later date via change order Design stormwater management facilities to meet requirements for stormwater quality treatment and attenuation. Develop proposed pond layout (contributing drainage basin, shape, contours, slopes, volumes, tie-ins, etc.), perform routing, pollutant loading calculations, recovery calculations, design the outlet control structure and buoyancy calculations for pond liners when necessary. 6a.7 Design of Stormwater Management Facility (Roadside Ditch as Linear Pond) The stormwater system will be designed to meet the permitting agencies requirements of all the anticipated permits listed in Section 2.4. Stormwater system design will consider Best Management Practices for stormwater quality. Due to the tidal location no water quantity (attenuation) is included. 6a.8 Design of Floodplain Compensation - N/A Determine floodplain encroachments, coordinate with regulatory agencies, and develop proposed compensation area layout (shape, contours, slopes, volumes, etc.). Document the design following the requirements of the regulatory agency. 6a.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. 6a.10 Optional Culvert Material Determine acceptable options for pipe materials using the Culvert Service Life Estimator. 6a.11 French Drain Systems - N/A A-32 6a DRAINAGE ANALYSIS ' 16F18 Design French Drain Systems to provide stormwater treatment and attenuation. Identify location for percolation tests and review these, determine the size and length of French Drains, design the control structure/weir, and model the system of inlets, conveyances, French Drains, and other outfalls using a routing program. 6a.12 Drainage Wells — Optional to be negotiated at a later date via change order Design the discharge into deep wells to comply with regulatory requirements. Identify the location of the well, design the control structure/weir, and model the system using a routing program. 6a.13 Drainage Design Documentation Report - (Technical Memorandum) Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and decisions, except for stand-alone reports, such as the Pond Siting Analysis Report and Bridge Hydraulics Report. 6a.14 Bridge Hydraulic Report — Optional to be negotiated at a later date via change order Calculate hydrology, hydraulics, deck drainage, scour, and appropriate counter measures. Prepare report and the information for the Bridge Hydraulics Recommendation Sheet. 6a.15 Temporary Drainage Analysis Evaluate and address drainage to adequately drain the road and maintain existing offsite drainage during all construction phases. Provide documentation. 6a.16 Cost Estimate 6a.17 Technical Special Provisions 6a.18 Other Drainage Analysis 6a.19 Field Reviews 6a.20 Technical Meetings 6a.21 Environmental Look-Around Meetings - N/A 6a.22 Quality Assurance/Quality Control 6a.23 Independent Peer Review - N/A 6a.24 Supervision 6a.25 Coordination A-33 6a DRAINAGE ANALYSIS 16F1g 6b DRAINAGE PLANS The CONSULTANT shall prepare Drainage plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 6b.1 Drainage Map (Including Interchanges) 6b.2 Bridge Hydraulics Recommendation Sheets — Optional to be negotiated at a later date via change order 6b.3 Summary of Drainage Structures 6b.4 Optional Pipe/Culvert Material 6b.5 Drainage Structure Sheet(s) (Per Structure) 6b.6 Miscellaneous Drainage Detail Sheets 6b.7 Lateral Ditch Plan/Profile — N/A 6b.8 Lateral Ditch Cross Sections — N/A 6b.9 Retention/Detention Pond Detail Sheet(s) — Optional to be negotiated at a later date via change order 6b.10 Retention Pond Cross Sections - N/A 6b.11 Erosion Control Plan Sheet(s) 6b.12 SWPPP Sheet(s) 6b.13 Quality Assurance/Quality Control 6b.14 Supervision 7 UTILITIES The CONSULTANT shall identify utility facilities and secure agreements, utility work schedules, and plans from the Utility Agency Owners (UAO) ensuring all conflicts that exist between utility facilities and the COUNTY's construction project are addressed. The CONSULTANT shall certify all utility negotiations have been completed and that arrangements have been made for utility work to be undertaken. A-34 UTILITIES 116F1 7.1 Utility Kickoff Meeting Before any contact with the UAO(s), the CONSULTANT shall meet with the COUNTY Transportation Engineering Division to receive guidance, as may be required, to assure that all necessary coordination will be accomplished in accordance with COUNTY procedures. CONSULTANT shall bring a copy of the design project work schedule reflecting utility activities. 7.2 Identify Existing Utility Agency Owner(s) The Consultant shall identify all utilities within and adjacent to the project limits that may be impacted by the project. 7.3 Make Utility Contacts First Contact: The CONSULTANT shall send letters and two sets of plans to each utility, one set for the utility office, and one set to the COUNTY Office. Includes contact by phone for meeting coordination. Request type, size, location, easements, and cost for relocation if reimbursement is claimed. Request the voltage level for power lines in the project area. Send UAO requests for reimbursement to the COUNTY for a legal opinion. Include the meeting schedule (if applicable) and the design schedule. Include typical meeting agenda. If scheduling a meeting, give 4 weeks advance notice. Second Contact: At a minimum of 4 weeks prior to the meeting, the CONSULTANT shall transmit two complete sets of Phase II plans and the utility conflict information (when applicable and in the format requested by the COUNTY) to each UAO having facilities located within the project limits, and one set to the COUNTY Offices as required by the County's Project Manager. Third Contact: Identify agreements and assemble packages. The CONSULTANT shall send agreements, letters, the utility conflict information (when applicable and in the format requested by the COUNTY) and two sets of plans to the UAO(s) including all component sets, one set for the utility office, one set to construction and maintenance if required. Include the design schedule. Not all projects will have all contacts as described above. 7.4 Exception Processing —N/A 7.5 Preliminary Utility Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a preliminary utility meeting with all UAO(s) having facilities located within the project limits for the purpose of presenting the project, review the current design schedule, evaluate the utility information collected, provide follow-up information on compensable property rights from the County Legal Office, discuss the utility work by highway contractor option with each utility, and discuss any future design issues that may impact utilities. This is also an opportunity for the UAO(s) to present proposed facilities. The CONSULTANT shall keep accurate minutes and distribute a copy to all attendees within 3 business days. A-35 UTILITIES 16F1B 7.6 Individual/Field Meetings The CONSULTANT shall meet with each UAO as necessary, separately or together, throughout the project design duration to provide guidance in the interpretation of plans, review changes to the plans and schedules, optional clearing and grubbing work, and assist in the development of the UAO(s) plans and work schedules. The CONSULTANT is responsible for motivating the UAO to complete and return the necessary documents after each Utility Contact or Meeting. 7.7 Collect and Review Plans and Data from UAO(s) The CONSULTANT shall review utility marked plans and data individually as they are received for content. Ensure information from the UAO (utility type, material and size) is sent to the designer for inclusion in the plans. Forward all requests for utility reimbursement and supporting documentation to the DUO. 7.8 Subordination of Easements Coordination — N/A 7.9 Utility Design Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a Utility meeting with all affected UAO(s). The CONSULTANT shall be prepared to discuss impacts to existing trees/landscaping, drainage, maintenance of traffic (construction phasing), review the current design schedule and letting date, evaluate the utility information collected, provide follow-up information on compensable property rights from COUNTY Legal Office, discuss with each UAO the utility work by highway contractor option, discuss any future design issues that may impact utilities, etc., to the extent that they may have an effect on existing or proposed utility facilities with particular emphasis on drainage and maintenance of traffic with each UAO. The intent of this meeting shall be to assist the UAOs in identifying and resolving conflicts between utilities and proposed construction before completion of the plans, including utility adjustment details. Also to work with the UAOs to recommend potential resolution between known utility conflicts with proposed construction plans as may be deemed practical by the UAO. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees within 3 business days. See Task 4.5 (Horizontal/Vertical Master Design File) and Task 4.9 (Cross Section Design Files) for utility conflict location identification and adjustments. 7.10 Review Utility Markups & Work Schedules and Processing of Schedules &Agreements The CONSULTANT shall review utility marked up plans and work schedules as they are received for content and coordinate review with the designer. Send color markups and schedules to the appropriate COUNTY office(s) such as survey, geotechnical, drainage, structures, lighting, roadway, signals, utilities, landscape architecture, municipalities, maintaining agency, and County Traffic Operations for review and comment. Coordinate with the COUNTY for execution. Distribute Executed Final Documents. Prepare Work Order for UAO(s). The CONSULTANT shall coordinate with the County PUD the programming of necessary Work Program funds. A-36 UTILITIES ° 16F1 7.11 Utility Coordination/Follow-up The CONSULTANT shall review County standards, policies, procedures, and design criteria that are followed concerning utility coordination. The Utility Coordination Manager shall be responsible for, but not limited to, the following: 1. Making sure Utility Coordination and design is conducted in accordance to the FDOT, FHWA, and ASHTO standards, policies, procedures, and design criteria. 2. Assisting the engineer of record in identifying all existing utilities and coordinating any new installations. 3. Scheduling and performing utility coordination meetings, keeping and distribution of minutes/action items of all utility meetings, and ensuring expedient follow-up on all unresolved issues. 4. Distributing all plans, conflict matrixes and changes to affected utility and making sure this information is properly coordinated. 5. Identifying and coordinating the completion of any COUNTY or utility agreement that is required for reimbursement, or accommodation of the utility facilities associated with the project. 6. Assisting the Engineer of Record with resolving utility conflicts. 7. Review and notify the COUNTY that all Utility Work Schedules are correct and in accordance with the FDOT's standards, policies, and procedures. 7a. Verify that ALL UAO's have provided the following prior to submittal of 100% plans: Hard copy or pdf "RGB" utility plan markups or digital CADD line drawings together with either a "No Conflict"letter or Utility Work Schedule (UWS). 7b. In lieu of items required in 7a, the CONSULTANT shall provide a copy of a "No Response" letter on COUNTY letterhead, delivered to the UAO via certified mail, documenting all failed attempts to obtain RGB's, UWS, or "No Conflict"letter from any non-responsive UAO. 8. Prepare, review and process all utility related reimbursable issues inclusive of betterment and salvage determination. The CONSULTANT'S utility coordination work shall be performed and directed by the identified Utility Coordination Manager that was identified and approved by the COUNTY. Any proposed change, of the approved Utility Coordination Manager, shall be subject to review and approval by the COUNTY prior to any change being made in this contract. 7.12 Utility Constructability Review The CONSULTANT shall review utility schedules against construction contract time, and phasing for compatibility. Coordinate with and obtain written concurrence from the construction office. See Task 4.9 (Cross Section Design Files) for utility conflict identification and adjustments. 7.13 Additional Utility Services The CONSULTANT shall provide additional utility services. The CONSULTANT shall, A-37 UTILITIES (61) 16F18 via soft-dig, pothole, or other non-destructive method, physically obtain the horizontal and vertical location, size, type, material, and condition, of all underground utilities within and surrounding all proposed foundations for signal poles, light poles, retaining walls, piles, culverts, or other critical locations where foundation construction is proposed, or as directed by the COUNTY. 7.14 Processing Utility Work by Highway Contractor (UWHC) - N/A 7.15 Contract Plans to UAO(s) — Optional to be negotiated at a later date via change order If requested by the COUNTY, the CONSULTANT shall transmit the contract plans as processed for letting to the UAO(s). Transmittals to UAO(s) may be by certified mail, return receipt requested. 7.16 Certification/Close-Out This includes hours for transmitting utility files to the COUNTY and preparation of the Utility Certification Letter. The CONSULTANT shall certify to the appropriate COUNTY's Project Manager the following: All utility negotiations (Full execution of each agreement, approved Utility Work Schedules, technical special provisions written, etc.) have been completed with arrangements made for utility work to be undertaken and completed as required for proper coordination with the physical construction schedule. OR An on-site inspection was made and no utility work will be involved. OR Plans were sent to the Utility Companies/Agencies and no utility work is required. OR Plans were sent to the Utility Companies/Agencies and due to failed attempts to acquire UAO coordination documentation, a "No Response" letter has been delivered via certified mail to the non-responding UAO(s). 7.17 Other Utilities The CONSULTANT shall provide other utility services. This includes all efforts for a utility task not covered by an existing defined task. Required work will be defined in the scope and negotiated on a case-by-case basis. 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-38 ENVIRONMENTAL PERMITS,COMPLIANCE AND CLEARANCES 16F18 The CONSULTANT is responsible for obtaining ANY and ALL permits, compliances, and clearances required for the construction of this project. This includes the acquisition of all applicable stormwater and environmental permits in accordance with Chapter 62-25, Regulation of Storm water Discharge, Florida Administrative Code; Chapter 373 and 403, Florida Statutes; Chapters 40 and 62, Florida Administrative Code; Rivers and Harbors Act of 1899; Section 404 of the Clean Water Act;and parts 114 and 115, Title 33, Code of Federal Regulations. In addition, permitting required by local agencies shall be prepared in accordance with their specific regulations. Acquisition includes all associated permit fees. The CONSULTANT shall notify the COUNTY Project Manager, Environmental Permit Coordinator and other appropriate COUNTY personnel in advance of all scheduled meetings with the regulatory agencies to allow a COUNTY representative to attend. The CONSULTANT shall copy in the Project Manager and the Environmental Permit Coordinator on all permit related correspondence and meetings. 8.1 Preliminary Project Research The CONSULTANT shall perform preliminary project research and shall be responsible for regulatory agency coordination to assure that design efforts are properly directed toward permit requirements. The research shall include a review of the project's PD&E documents including but not limited to the Environmental Document, Wetland Evaluation Report, Endangered Species and Biological Assessment and Essential Fish and Habitat Report. The CONSULTANT shall also review for any existing easements or other restrictions that may exist both within or proposed project boundary. The CONSULTANT shall determine if any Sovereign Submerged Lands easements need to modified or acquired. Project research may include but should not be limited to review of available federal, state, and local permit files and databases, local government information including county and property appraiser data. This information will be shown on the plans as appropriate. 8.2 Field Work 8.2.1 Pond Site Alternatives: (Optional to be negotiated at a later date via change order): The CONSULTANT shall review alternative pond sites as directed by the COUNTY. 8.2.2 Establish Wetland Jurisdictional Lines and Assessments: The CONSULTANT shall collect all data and information necessary to determine the boundaries of wetlands and other surface waters defined by the rules or regulations of each agency processing or reviewing a permit application necessary to construct the COUNTY project. The CONSULTANT shall be responsible for, but not limited to, the following activities: A-39 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES yj 16F1 _ ■ Determine landward extent of wetlands and other surface waters as defined in Rule Chapter 62-340, F.A.C. as ratified in Section 373.4211, F.S. ■ Determine the jurisdictional boundaries and obtain a jurisdictional determination of wetlands and other surface waters as defined by rules or regulations of any permitting authority that is processing a COUNTY permit application. ■ Prepare aerial maps showing the jurisdictional boundaries of wetlands and surface waters. Aerial maps shall be reproducible, of a scale no greater than 1"=200' and be recent photography. The maps shall show the jurisdictional limits of each agency. Photo copies of aerials are not acceptable. All jurisdictional boundaries are to be tied to the project's baseline of survey. When necessary, a wetland specific survey will be prepared by a registered surveyor and mapper. ■ Prepare a written assessment of the current condition and functional value of the wetlands and other surface waters using Unified Mitigation Assessment Method (UMAM).. Prepare data in tabular form which includes the ID number for each wetland impacted, size of wetland to be impacted, type of impact. The CONSULTANT will identify any wetland within the project limits that will not be impacted by the project on the design plans. ■ Prepare appropriate Agency Forms to obtain required permits Forms may include but are not limited to the United States Army Corps of Engineers (USACE) "Wetland Determination Data Form — Atlantic and Gulf Coastal Plain Region"; the USACE "Approved Jurisdictional Determination Form"; (UMAM) forms and/or project specific data forms. 8.2.3 Species Surveys: The CONSULTANT shall conduct wildlife surveys as defined by rules or regulations of any permitting authority that is processing a COUNTY permit. The proposed project does occur within the FWC's range for everglades mink (Neovison vison evergladensis), a state protected species, and habitat is present within and adjacent to the proposed project. The proposed project will likely impact everglades mink habitat; therefore, The CONSULTANT will conduct a species-specific survey for everglades mink in accordance with FWC's Species Conservation Measures and Permitting Guidelines for Everglades Mink to determine presence of this species. The proposed project is located within 0.35 mile of the USFWS consultation area for Florida Bonneted Bat and 2.35 miles from the USFWS Focal Area. The CONSULTANT will conduct a bat survey of the bridge to be determined if bats are utilizing the bridge within the project area. In addition, the proposed project lies within critical habitat for west Indian manatee, sea turtles, and smalltooth sawfish, which all these species area are state- and federally protected. The CONSULTANT will evaluate project A-40 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES 16F1R area to determine presence of these species or if they are utilizing habitats within and adjacent project area. No other protected species surveys are includes in this task. 8.2.4 Archaeological Surveys: (Optional to be negotiated at a later date via change order) It is not anticipated that Archaeological Surveys will be required for the proposed project. Should SHPO determined that Cultural Resource Assessment Survey be required, these services will be responsibility of the COUNTY. 8.3 Agency Verification of Wetland Data The CONSULTANT shall be responsible for verification of wetland data identified in Section 8.2 and coordinating regulatory agency field reviews, including finalization of wetland assessments and jurisdictional determinations with applicable agencies. 8.4 Complete and Submit All Required Permit Applications 8.4.1 Wetland Permit Applications The CONSULTANT shall prepare permit application packages for the SFWMD and USACE. The permit application package must be approved by the COUNTY prior to submittal to the regulatory agency. The CONSULTANT shall collect all of the data and information necessary to obtain the wetland permits required to construct the project. The CONSULTANT shall prepare each permit application for COUNTY approval in accordance with the rules and/or regulations of the environmental agency responsible for issuing a specific permit and/or authorization to perform work. The CONSULTANT will submit all permit applications, as directed by the COUNTY, and the COUNTY will be responsible for payment of all permit fees. The anticipated SFWMD permit fee is $5,500.00 Local Permits: The CONSULTANT will prepare a Collier County Vegetation Removal Permit and Site Filling Permit, if necessary. The CONSULTANT will provide a copy of the permit to the COUNTY prior to submittal. The anticipated permit fee is $3,000.00 and it will be paid by the COUNTY. 8.4.2 Species Permit Application It is anticipated the proposed project will not impact the everglades mink. . No permitting or mitigation plans are anticipated for this species. During the USACE permitting, USFWS and NMFS coordination will be conducted. It is anticipated the proposed project will not A-41 ENVIRONMENTAL PERMITS,COMPLIANCE AND CLEARANCES 477) 16F1 impact the west Indian manatee, sea turtles, or smalltooth sawfish and the propose project will be conditioned to meet the USFWS's Standard Manatee Conditions for In- water Work and Sea Turtle and Smalltooth Sawfish Construction Conditions. No state or federally protected species permitting is anticipated for the proposed project. 8.5 Prepare Dredge and Fill Sketches (as needed) The CONSULTANT will prepare dredge and fill sketches as required by the USAGE permit application. The CONSULTANT will provide a draft permit application with the dredge and fill sketches will be submitted to the COUNTY review prior to submitting to the USACE 8.6 Prepare USCG Permit (Optional to be negotiated at a later date via change order): 8.7 Prepare Water Management District Right of Way Occupancy Permit (Optional to be negotiated at a later date via change order): 8.8 Prepare Coastal Construction Control Line (CCCL) Permit Application (as needed) (Optional to be negotiated at a later date via change order) If a CCCL Permit is required, the CONSULTANT shall be responsible for the preparation of the legal advertisement required to acquire the final "Notice to Proceed" authorization for the Florida COUNTY of Environmental Protection (FDEP). Legal advertisements shall be published one time in a newspaper that meets the notification requirements of the FDEP. 8.9 Prepare Tree Permit Information (Optional to be negotiated at a later date via change order 8.10 Mitigation Design Construction of the proposed project is anticipated to impacts wetlands and surface waters. The CONSULTANT shall coordinate with the County and FDEP in the development of a mitigation plan the will be included as a part of the Environmental Resource Permit and or Section 404 permit applications. It is assumed that the FDEP Rookery Bay mitigation plan will meet state and federal mitigation requirements for impacts. The CONSULTANT shall coordinate with staff from Rookery Bay to obtain mitigation and restoration plan required for permit approval. Prior to the development of mitigation alternatives, the CONSULTANT shall meet with the Project Manager to determine the COUNTY's policies in proposing mitigation. The CONSULTANT shall proceed in the development of a mitigation plan based upon the general guidelines provided by the COUNTY. The CONSULTANT will be directed by the COUNTY to investigate the mitigation options that meet federal and state requirements. Below are mitigation options: A-42 ENVIRONMENTAL PERMITS,COMPLIANCE AND CLEARANCES 16F1 • Monetary participation in regional offsite mitigation areas. • Purchase of mitigation credits from a mitigation bank, if available. • Creation/restoration on public lands • Creation/restoration on right of way purchased by the COUNTY • Creation/restoration on existing COUNTY right of way In the event that the FDEP Rookery Bay mitigation plan does not meet state and federal mitigation requirements and physical creation or restoration is the only feasible alternative to offset regulatory impacts, these services will be optional with a change order. The following describes the mitigation plan (Optional to be negotiated at a later date via change order): The CONSULTANT shall collect the data and information necessary to prepare alternative mitigation plans for three (3) sites that are not more than 30 acres in total size that may be acceptable to all permitting agencies and commenting agencies who are processing or reviewing a permit application for a COUNTY project. Prior to selection of a final mitigation site, the CONSULTANT will provide the following services in the development of alternative mitigation plans: • Preliminary jurisdictional determination for three proposed sites • Selection of alternative sites • Coordination of alternative sites with the COUNTY/all environmental agencies • Ecological Assessment that includes a written narrative listing the three potential sites with justifications for both recommended and non- recommended sites. 8.11 Mitigation Coordination and Meetings (Optional to be negotiated at a later date via change order) The CONSULTANT shall coordinate with COUNTY personnel prior to approaching any environmental permitting or reviewing agencies. Once a mitigation plan has been reviewed and approved by the COUNTY, the CONSULTANT will be responsible for coordinating the proposed mitigation plan with the environmental agencies. 8.12 Other Environmental Permits The CONSULTANT shall be prepared to coordinate as required in the efforts toward a possible joint permit application with Rookery Bay / DEP. The CONSULTANT shall be prepared to evaluate whether COUNTY participation in on-going mangrove restoration projects such as Fruit Farm Creek could assist in mitigation required for the Goodland Drive Rehabilitation Project. The CONSULTANT will provide services related to coordination only of the activities in this section only. Should a permit or mitigation be required, additional services and compensation will be negotiated as an Optional A-43 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES • 1 6 F 1 B Service Task. Environmental Clearances, Reevaluations and Technical Support 8.13 Technical Support to the COUNTY for Environmental Clearances and Re- evaluations (Optional to be negotiated at a later date via change order): N/A The CONSULTANT shall provide engineering and environmental support for the COUNTY to obtain clearances for all changes to the project after the application package submittals have been completed and approved. These changes include but are not limited to pond and/or mitigation sites identified, land use or environmental changes, and significant design changes. 8.13.1 NEPA or SEIR Reevaluation (Optional to be negotiated at a later date via change order): N/A:: During the development of the final design plans, the CONSULTANT shall be responsible for coordinating with the Project Manager to provide necessary engineering information required in the preparation of the reevaluation by the COUNTY. The preparation of all environmental reevaluations on major projects include the following types of reevaluations as listed in Part 1 Chapter 13 of the FDOT PD&E Manual: Preliminary Engineering, Right of Way, Design Change, and Construction Advertisement Reevaluations. Design Change Reevaluations will be completed in accordance with Part 1 Chapter 13 of the FDOT PD&E Manual. A technical memorandum identifying the commitments and how they were addressed shall be submitted to the Project Manager by the CONSULTANT for incorporation into the reevaluation. It is the responsibility of the CONSULTANT to provide the Project Manager with engineering information on major design changes including changes in typical section, roadway alignment, pond site selection, right of way requirements, bridge to box culvert, drainage, and traffic volumes that may affect noise models. 8.13.2 Archaeological and Historical Features (Optional to be negotiated at a later date via change order): N/A: The CONSULTANT shall provide necessary technical information to the Project Manager to analyze the impacts to all cultural and historical resources due to changes in the project. 8.13.3 Wetland Impact Analysis (Optional to be negotiated at a later date via change order): N/A: The CONSULTANT shall provide necessary technical information to the Project Manager to analyze the impacts to wetlands and other surface waters due to changes in the project. 8.13.4 Essential Fish Habitat (Optional to be negotiated at a later date via change order): N/A The CONSULTANT shall provide necessary technical information to the Project Manager to analyze the impacts to essential fish habitat due to changes in the project. 8.13.5 Wildlife and Habitat Impact Analysis (Optional to be negotiated at a later date A-44 ENVIRONMENTAL PERMITS,COMPLIANCE AND CLEARANCES 16F1B via change order): N/A: The CONSULTANT shall provide necessary technical information to the Project Manager to analyze the impacts to all wildlife and habitat due to changes in the project. 8.13.6 Section 7 or Section 10 Consultation (Optional to be negotiated at a later date via change order): N/A: The CONSULTANT shall provide necessary technical information to the Project Manager to complete a Section 7 or Section 10 Consultation as applicable. 8.14 Preparation of Environmental Clearances and Reevaluations - N/A The CONSULTANT shall prepare reports and clearances for all the changes to the project that occurred after the application package submittals have been completed and approved. These changes could include but are not limited to pond and/or mitigation sites identified, land use or environmental changes, and significant design changes. 8.14.1 NEPA or SEIR Reevaluation(Optional to be negotiated at a later date via change order: N/A: During the development of the final design plans, the CONSULTANT shall be responsible for collecting the data and preparing a Reevaluation in accordance with Part 1, Chapter 13 of the FDOT PD&E Manual. 8.14.2 Archaeological and Historical Features(Optional to be negotiated at a later date via change order): N/A: The CONSULTANT shall collect data necessary to completely analyze the impacts, due to changes in the project or project area, to all cultural and historic resources, and prepare a Cultural Resource Assessment Request Package, in accordance with Part 2, Chapter 12 of the PD&E Manual. 8.14.3 Wetland Impact Analysis (Optional to be negotiated at a later date via change order): N/A: The CONSULTANT shall analyze the impacts to wetlands due to changes to the project and complete the Wetlands Evaluation Report, in accordance with Part 2, Chapter 18 of the PD&E Manual. 8.14.4 Essential Fish Habitat (Optional to be negotiated at a later date via change order): N/A: The CONSULTANT shall analyze the impacts to essential fish habitat due to changes to the project and complete the Essential Fish Habitat Report, in accordance with Part 2, Chapter 11 of the PD&E Manual. 8.14.5 Wildlife and Habitat Impact Analysis(Optional to be negotiated at a later date via change order): N/A: The CONSULTANT shall collect data necessary and perform an Endangered Species Biological Assessment, and analyze the impacts to wildlife and habitat by the changes to the project, in accordance with Part 2, Chapter 27 of the PD&E Manual. 8.14.6 Section 7 or Section 10 Consultation (Optional to be negotiated at a later date via change order): N/A: The CONSULTANT shall perform the necessary analysis to complete a Section 7 or Section 10 Consultation as applicable. 8.15 Contamination Impact Analysis -( Optional to be negotiated ata later date via change order)): N/A A-45 ENVIRONMENTAL PERMITS,COMPLIANCE AND CLEARANCES 16F1B The CONSULTANT shall perform the necessary analysis to complete the Contamination Screening Evaluation for any changes to the project and complete the Contamination Screening Evaluation Report as described in Part 2, Chapter 22, of the PD&E Manual. 8.16 Asbestos Survey- (Optional to be negotiated at a later date via change order): N/A The CONSULTANT shall secure the services of a Florida Licensed Asbestos Consultant to perform a comprehensive Asbestos Containing Materials (ACM) survey of the project. The survey shall include sampling of all suspect ACM. In the event that ACM is found, the CONSULTANT shall prepare (in coordination with the COUNTY's District Asbestos Coordinator) plans, specifications, general notes, pay item notes and an Operation and Maintenance (O&M) plan for any asbestos to remain in place. The CONSULTANT shall submit four (4) hard copies and one (1) electronic copy of the final ACM survey, and the required copies of any additional supporting documents, to the COUNTY's Project Manager at the time of the Phase I submittal. 8.17 Technical Meetings 8.18 Quality Assurance/Quality Control 8.19 Supervision 8.20 Coordination A-46 ENVIRONMENTAL PERMITS,COMPLIANCE AND CLEARANCES 16F1B 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS (OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) 9.1 Key Sheet and Index of Drawings- N/A 9.2 Project Layout- N/A 9.3 General Notes and Bid Item Notes- N/A 9.4 Miscellaneous Common Details- N/A 9.5 Incorporate Report of Core Borings- N/A 9.6 Existing Bridge Plans N/A 9.7 Assemble Plan Summary Boxes and Quantities- N/A 9.8 Cost Estimate- N/A 9.9 Technical Special Provisions- N/A 9.10 Field Reviews- N/A 9.11 Technical Meetings- N/A 9.12 Quality Assurance/Quality Control- N/A 9.13 Independent Peer Review- N/A 9.14 Supervision- N/A 9.15 Coordination- N/A 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT (OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) General Requirements 10.1 Bridge Geometry- N/A 10.2 Ship Impact Data Collection- N/A 10.3 Ship Impact Criteria-N/A A-47 STRUCTURES-BRIDGE DEVELOPMENT REPORT(OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) 16F1E Superstructure Alternatives 10.4 Short-Span Concrete - N/A 10.5 Medium-Span Concrete- N/A 10.6 Long Span Concrete- N/A 10.7 Structural Steel- N/A Foundation and Substructure Alternatives 10.8 Pier/Bent- N/A 10.9 Shallow Foundations / GRS Abutments- N/A 10.10 Deep Foundations- N/A Movable Span- N/A Other BDR Issues 10.24 Aesthetics- N/A 10.25 TCP/Staged Construction Requirements-N/A 10.26 Constructability Requirements-N/A 10.27 Load Rating for Damaged/Widened Structures- N/A 10.28 Quantity and Cost Estimates- N/A 10.29 Quantity and Cost Estimates - Movable Span- N/A 10.30 Wall Type Justification- N/A Report Preparation 10.31 Exhibits-N/A 10.32 Exhibits - Movable Span- N/A 10.33 Report Preparation-N/A 10.34 Report Preparation - Movable Span- N/A 10.35 BDR Submittal Package-N/A A-48 STRUCTURES-BRIDGE DEVELOPMENT REPORT(OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) 6F1 Preliminary Plans— N/A 11 STRUCTURES - TEMPORARY BRIDGE —N/A 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE N/A 13 STRUCTURES — MEDIUM SPAN CONCRETE (OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) General Layout Design and Plans 13.1 Overall Bridge Final Geometry— N/A 13.2 Expansion/Contraction Analysis— N/A 13.3 General Plan and Elevation— N/A 13.4 Construction Staging —N/A 13.5 Approach Slab Plan and Details— N/A 13.6 Miscellaneous Details— N/A End Bent Design and Plans 13.7 End Bent Geometry— N/A 13.8 Wing wall Design and Geometry— N/A 13.9 End Bent Structural Design— N/A 13.10 End Bent Plan and Elevation— N/A 13.11 End Bent Details— N/A Intermediate Bent Design and Plans 13.12 Bent Geometry— N/A 13.13 Bent Stability Analysis— N/A 13.14 Bent Structural Design— N/A A-49 STRUCTURES-MEDIUM SPAN CONCRETE(OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) 16F18 13.15 Bent Plan and Elevation- N/A 13.16 Bent Details- N/A Pier Design and Plans- N/A 13.17 Pier Geometry- N/A 13.18 Pier Stability Analysis- N/A 13.19 Pier Structural Design- N/A 13.20 Pier Plan and Elevation- N/A 13.21 Pier Details- N/A Miscellaneous Substructure Design and Plans 13.22 Foundation Layout- N/A Superstructure Deck Design and Plans 13.23 Finish Grade Elevation (FGE) Calculation- N/A 13.24 Finish Grade Elevations- N/A 13.25 Bridge Deck Design- N/A 13.26 Bridge Deck Reinforcing and Concrete Quantities- N/A 13.27 Diaphragm Design- N/A 13.28 Superstructure Plan- N/A 13.29 Superstructure Section- N/A 13.30 Miscellaneous Superstructure Details- N/A Reinforcing Bar Lists 13.31 Preparation of Reinforcing Bar List- N/A Continuous Concrete Girder Design- N/A 13.32 Section Properties- N/A 13.33 Material Properties- N/A 13.34 Construction Sequence- N/A A-50 STRUCTURES-MEDIUM SPAN CONCRETE(OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) 16F1B 13.35 Tendon Layouts— N/A 13.36 Live Load Analysis— N/A 13.37 Temperature Gradient— N/A 13.38 Time Dependent Analysis— N/A 13.39 Stress Summary— N/A 13.40 Ultimate Moments— N/A 13.41 Ultimate Shear— N/A 13.42 Construction Loading— N/A 13.43 Framing Plan— N/A 13.44 Girder Elevation, including Grouting Plan and Vent Locations— N/A 13.45 Girder Details— N/A 13.46 Erection Sequence— N/A 13.47 Splice Details— N/A 13.48 Girder Deflections and Camber— N/A Simple Span Concrete Design 13.49 Prestressed Beam— N/A 13.50 Prestressed Beam Schedules— N/A 13.51 Framing Plan— N/A Beam Stability 13.52 Beam/Girder Stability— N/A Bearing 13.53 Bearing Pad and Bearing Plate Design— N/A 13.54 Bearing Pad and Bearing Plate Details— N/A Load Rating 13.55 Load Ratings— N/A A-5 1 STRUCTURES-MEDIUM SPAN CONCRETE(OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) 6F 14 STRUCTURES - STRUCTURAL STEEL BRIDGE - N/A 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE - N/A 16 STRUCTURES - MOVABLE SPAN - N/A 17 STRUCTURES - RETAINING WALLS (OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) General Requirements 17.1 Key Sheet- N/A 17.2 Horizontal Wall Geometry- N/A Permanent Proprietary Walls- N/A 17.3 Vertical Wall Geometry-N/A 17.4 Semi-Standard Drawings-N/A 17.5 Wall Plan and Elevations (Control Drawings)-N/A 17.6 Details-N/A Temporary Proprietary Walls- N/A 17.7 Vertical Wall Geometry-N/A 17.8 Semi-Standard Drawings-N/A 17.9 Wall Plan and Elevations (Control Drawings)-N/A 17.10 Details-N/A Cast-In-Place Retaining Walls- N/A 17.11 Design-N/A 17.12 Vertical Wall Geometry- N/A 17.13 General Notes-N/A 17.14 Wall Plan and Elevations (Control Drawings)- N/A 17.15 Sections and Details-N/A A-52 STRUCTURES-RETAINING WALLS(OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) 16F1H 17.16 Reinforcing Bar List-N/A Other Retaining Walls and Bulkheads 17.17 Design- N/A 17.18 Vertical Wall Geometry- N/A 17.19 General Notes, Tables and Miscellaneous Details- N/A 17.20 Wall Plan and Elevations- N/A 17.21 Details- N/A 18 STRUCTURES - MISCELLANEOUS (OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) Concrete Box Culverts (Optional to be negotiated at a later date via change order) 18.1 Concrete Box Culverts - N/A 18.2 Concrete Box Culverts Extensions -N/A 18.3 Concrete Box Culvert Data Table Plan Sheets - N/A 18.4 Concrete Box Culvert Special Details Plan Sheets- N/A Strain Poles- N/A 18.5 Steel Strain Poles- N/A 18.6 Concrete Strain Poles- N/A 18.7 Strain Pole Data Table Plan Sheets- N/A 18.8 Strain Pole Special Details Plan Sheets- N/A Mast Arms 18.9 Mast Arms- N/A 18.10 Mast Arms Data Table Plan Sheets- N/A 18.11 Mast Arms Special Details Plan Sheets- N/A Overhead/Cantilever Sign Structure- N/A A-53 STRUCTURES- MISCELLANEOUS (OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) - 16F 18.12 Cantilever Sign Structures - N/A 18.13 Overhead Span Sign Structures - N/A 18.14 Special (Long Span) Overhead Sign Structures - N/A 18.15 Monotube Overhead Sign Structure - N/A 18.16 Bridge Mounted Signs (Attached to Superstructure) - N/A 18.17 Overhead/Cantilever Sign Structures Data Table Plan Sheets - N/A 18.18 Overhead/Cantilever Sign Structures Special Details Plan Sheets - N/A High Mast Lighting- N/A 18.19 Non-Standard High Mast Lighting Structures - N/A 18.20 High Mast Lighting Special Details Plan Sheets - N/A Noise Barrier Walls (Ground Mount) - N/A 18.21 Horizontal Wall Geometry- N/A 18.22 Vertical Wall Geometry- N/A 18.23 Summary of Quantities —Aesthetic Requirements- N/A 18.24 Control Drawings- N/A 18.25 Design of Noise Barrier Walls Covered by Standards- N/A 18.26 Design of Noise Barrier Walls not Covered by Standards- N/A 18.27 Aesthetic Details- N/A Special Structures 18.28 Fender System - N/A 18.29 Fender System Access- N/A 18.30 Special Structures - N/A 18.31 Other Structures - N/A A-54 STRUCTURES-MISCELLANEOUS (OPTIONAL TO BE NEGOTIATED AT A LATER DATE VIA CHANGE ORDER) I6F1 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 plans, typical section package, traffic technical memorandum and proposed geometric design alignment to identify proposed sign placements and roadway markings. 19.2 No Passing Zone Study— N/A The CONSULTANT shall perform all effort required for field data collection, and investigation in accordance with the FDOT's Manual on Uniform Traffic Studies. The CONSULTANT shall submit the signed and sealed report to the COUNTY for review and approval. 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—N/A The CONSULTANT shall determine the appropriate column size from the FDOT's Multi- Post Sign Program(s). 19.5 Sign Panel Design Analysis Establish sign layout, letter size and series for non-standard signs. 19.6 Sign Lighting/Electrical Calculations — N/A The CONSULTANT shall analyze and document Lighting/Electrical Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The CONSULTANT shall prepare a photometric analysis to be submitted as part of the Lighting Design Analysis Report. An analysis shall be provided for each new and/or modified sign panel which requires lighting. The Consultant shall submit voltage drop calculations and load analysis for each new and/or modified sign panel which requires lighting. 19.7 Quantities A-55 SIGNING AND PAVEMENT MARKING ANALYSIS I6 Fl 19.8 Cost Estimate 19.9 Technical Special Provisions 19.10 Other Signing and Pavement Marking Analysis 19.11 Field Reviews 19.12 Technical Meetings 19.13 Quality Assurance/Quality Control 19.14 Independent Peer Review 19.15 Supervision 19.16 Coordination 20 SIGNING AND PAVEMENT MARKING PLANS The CONSULTANT shall prepare a set of Signing and Pavement Marking Plans in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums that includes the following. 20.1 Key Sheet 20.2 Summary of Pay Items Including Quantity Input— N/A 20.3 Tabulation of Quantities 20.4 General Notes/Pay Item Notes 20.5 Project Layout—N/A 20.6 Plan Sheet 20.7 Typical Details 20.8 Guide Sign Work Sheet(s) 20.9 Traffic Monitoring Site —N/A 20.10 Cross Sections 20.11 Special Service Point Details —N/A 20.12 Special Details A-56 SIGNING AND PAVEMENT MARKING PLANS 616F1 20.13 Interim Standards 20.14 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of traffic design drawings, specifications and other services furnished by the CONSULTANT under this contract. 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 memorandums. 21.1 Traffic Data Collection —N/A 21.2 Traffic Data Analysis —N/A 21.3 Signal Warrant Study — Optional to be negotiated at a later date via change order The CONSULTANT shall use counts and accident history to conduct a signal warrant study using current MUTS / MUTCD standards (8-40 hrs/intersection). 21.4 Systems Timings — N/A 21.5 Reference and Master Signalization Design File — N/A 21.6 Reference and Master Interconnect Communication Design File — N/A 21.7 Overhead Street Name Sign Design — N/A 21.8 Pole Elevation Analysis — N/A 21.9 Traffic Signal Operation Report— N/A 21.10 Quantities — N/A 21.11 Cost Estimate— N/A 21.12 Technical Special Provisions— N/A 21.13 Other Signalization Analysis - N/A 21.14 Field Reviews - N/A A-57 SIGNALIZATION ANALYSIS 16F11. 21.15 Technical Meetings —N/A 21.16 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of traffic design drawings, specifications and other services furnished by the CONSULTANT under this contract. 21.17 Independent Peer Review— N/A 21.18 Supervision 21.19 Coordination A-58 SIGNALIZATION ANALYSIS 16F1E.= 22 SIGNALIZATION PLANS The CONSULTANT shall prepare a set of Signalization Plans in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums, which includes the following: 22.1 Key Sheet— N/A 22.2 Summary of Pay Items Including Designer Interface (TRNS*Port) Input— N/A 22.3 Tabulation of Quantities— N/A 22.4 General Notes/Pay Item Notes— N/A 22.5 Plan Sheet— N/A 22.6 Interconnect Plans— N/A 22.7 Traffic Monitoring Site— N/A 22.8 Guide Sign Worksheet— N/A 22.9 Special Details— N/A 22.10 Special Service Point Details— N/A 22.11 Mast Arm/Monotube Tabulation Sheet— N/A 22.12 Strain Pole Schedule— N/A 22.13 TCP Signal (Temporary) 22.14 Temporary Detection Sheet— N/A 22.15 Utility Conflict Sheet— N/A 22.16 Interim Standards— N/A 22.17 Quality Assurance/Quality Control — N/A The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of traffic design drawings, specifications and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications and other services prepared as a part of the contract. The CONSULTANT shall describe A-59 SIGNALIZATION PLANS 16F � how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be one utilized by the CONSULTANT as part of their normal operation or it may be one specifically designed for this project. 22.18 Supervision 23 LIGHTING ANALYSIS The CONSULTANT shall analyze and document Lighting Tasks in accordance with all applicable FDOT manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 23.1 Lighting Justification Report - N/A 23.2 Lighting Design Analysis Report- N/A 23.3 Aeronautical Evaluation - N/A 23.4 Voltage Drop Calculations - N/A 23.5 FDEP Coordination and Report - N/A 23.6 Reference and Master Design Files - N/A 23.7 Temporary Lighting —Optional to be negotiated at a later date via change order The CONSULTANT shall provide temporary lighting requirements for all affected phases of construction to light roadways in areas where required. The temporary lighting shall be included with the Traffic Control Plans with proper notes, illumination and uniformity criteria and details. 23.8 Design Documentation- N/A 23.9 Quantities — N/A Includes all work required to determine the project quantities. 23.10 Cost Estimate — N/A The CONSULTANT shall prepare the Engineer's Estimate of Probable Cost and provide with each submittal. The Engineer's Estimate of Probable Cost shall be adjusted at each submittal and maintained until final submittal. 23.11 Technical Special Provisions - N/A A-60 LIGHTING ANALYSIS 1 6 F 1 . 23.12 Other Lighting Analysis - N/A 23.13 Field Reviews - N/A 23.14 Technical Meetings - N/A 23.15 Quality Assurance/Quality Control 23.16 Independent Peer Review (Not Applicable) - N/A 23.17 Supervision - N/A 23.18 Coordination - N/A 24 LIGHTING PLANS - N/A The CONSULTANT shall prepare a set of Lighting Plans in accordance with all applicable FDOT manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 24.1 Key Sheet - N/A 24.2 Summary of Pay Item Sheet Including Designer Interface (TRNS*Port) Input - N/A 24.3 Tabulation of Quantities - N/A 24.4 General Notes/Pay Item Notes - N/A 24.5 Pole Data, Legend & Criteria - N/A 24.6 Service Point Details - N/A 24.7 Project Layout - N/A 24.8 Plan Sheet - N/A 24.9 Special Details - N/A 24.10 Temporary Lighting Data and Details - N/A 24.11 Traffic Control Plan Sheets - N/A 24.12 Interim Standards - N/A 24.13 Quality Assurance/Quality Control - N/A A-61 LIGHTING PLANS -N/A 16F1B 24.14 Supervision - N/A 25 LANDSCAPE ARCHITECTURE ANALYSIS - N/A 26 LANDSCAPE ARCHITECTURE PLANS - N/A 27 SURVEY The CONSULTANT shall obtain topographic survey, including delineating the limits of the existing mangrove, sufficient to provide the proposed design. The intent of the CONSULTANT is to verify and supplement the existing survey obtained along the project corridor for the Collier County Goodland Drive Water Main Replacement Project. Survey products and services shall comply with pertinent Florida Statutes and the Florida Administrative Code. The CONSULTANT shall perform survey tasks in accordance with all applicable statutes, County manuals, guidelines, standards, handbooks, procedures, and current design memoranda. The COUNTY may not accept field survey radial locations of section corners, platted subdivision lot and block corners, alignment control points, alignment control reference points and certified section corner references. The COUNTY may instead require that these points be surveyed by true line, traverse or parallel offset or Global Positioning Systems (GPS) procedures. 27.1 Horizontal Project Control (HPC) Establish or recover HPC, for the purpose of establishing horizontal control on the Florida State Plane Coordinate System or datum approved by the COUNTY's Project Manager; may include primary or secondary control points. 27.2 Vertical Project Control (VPC) Establish or recover VPC, for the purpose of establishing vertical control on datum approved by the COUNTY's Project Manager; may include primary or secondary vertical control points. Includes analysis and processing of all field collected data, and preparation of forms. 27.3 Existing Right of Way (R/W) Lines Establish, recover or re-establish project R/W lines. Also includes analysis and processing of all field collected data, existing maps, and/or reports for identifying mainline, ramp, offset, or secondary alignments. Depict existing RAN lines (in required format) per A-62 SURVEY 16F18 COUNTY R/W Maps, platted or dedicated rights of way. 27.4 Aerial Targets — N/A 27.5 Reference Points Reference Horizontal Project Network Control (HPNC) points, project alignment, vertical control points, section, 1/4 section, center of section corners as required. 27.6 Topography/Digital Terrain Model (DTM) (3D) Locate all above ground features and improvements for the limits of the project by collecting the required data for the purpose of creating a DTM with sufficient density. Shoot all break lines, high and low points. Effort includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.7 Planimetric (2D) Locate all above ground features and improvements. Deliver in appropriate electronic format. Effort includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.8 Roadway Cross Sections/Profiles Perform cross sections or profiles. May include analysis and processing of all field- collected data for comparison with DTM. 27.9 Side Street Surveys Refer to tasks of this document as applicable. 27.10 Underground Utilities Designation includes 2-dimensional collection of existing utilities and selected 3- dimensional verification for up to 20 locations. Location includes non-destructive excavation to determine size, type and location of existing utility, as necessary for final 3- dimensional verification. Survey includes collection of data on points as needed for designates and locates. Includes analysis and processing of all field collected data, and delivery of all appropriate electronic files. See also Utilities Section 7.13 The CONSULTANT shall SUE all locations where the design calls for new underground infrastructure or earthwork excavation (i.e. drilled shafts, bridge piles, strain poles, mast arms, miscellaneous foundations, drainage structures, pipe culverts, new ditches, etc.). The expectation is for the CONSULTANT to know exactly where all existing underground utilities and infrastructure are located in areas that work will be performed to properly design for any new underground infrastructure or earthwork excavation that will be constructed on the project. A-63 SURVEY 16F1 The CONSULTANT's approach to practicing SUE shall be consistent with the American Society of Civil Engineers (ASCE) Standard (CI/ASCE 38-02) entitled "Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data"as follows: • Identify utility owners that have facilities on, or may be affected by, the project limits. Contact these utility owners (face to face meetings recommended) and provide them with information about the proposed project and schedule periodic follow-up meetings. (ASCE Quality Level D). • Review all information that can be obtained and plot on utility composite drawing (CADD file to be furnished). (ASCE Quality Level D). • Make field observations to identify visible above-ground utility features. Provide all information in field sketches so surveyor can prepare a complete survey and plot a rectilinear grid. (ASCE Quality Level C) • Use appropriate surface geophysical methods (i.e., pipe and cable locators, terrain conductivity methods, resistively measurements, metal detectors, Ground Penetrating Radar, etc) to designate existing subsurface utilities or to trace a particular utility system. This provides two-dimensional horizontal information. Place paint marks on the ground. Place identification flags or stakes on the paint marks or coding on the pavement and survey to project controls. Depict resulting information via computer aided design and drafting (CADD). Provide notes and sketches to designer of record and/or on-site engineer. Non-tonable (non-metallic) utilities will be discussed at this time with the designer of record and/or on-site engineer. (ASCE Quality Level B). • Meet with designer of record and/or on-site engineer to determine utility conflicts and ASCE Quality Level A test hole locations. • Expose selected subsurface utilities to obtain three- dimensional information. Use minimally intrusive excavation methods, such as vacuum excavation and Air-Lance. Depict resulting information. Resolve differences between all information gathered. Provide test hole data sheets (THDS) to designer of record and/or on-site engineer. All test holes are to be back-filled as described below. (ASCE Quality Level A). • Collect and store utility location and condition information in a database for asset management. Provide a detailed report of utility locations, depths, size, type, etc. All information shall be provided in the format requested by the COUNTY. A-64 SURVEY 16F18 27.11 Outfall Survey Locate all above ground features and improvements for the limits of the project by collecting the required data for the purpose of a DTM. Survey with sufficient density of shots. Shoot all break lines, high and low points. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.12 Drainage Survey Locate underground data (XYZ, pipe size, type, condition and flow line) that relates to above ground data. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.13 Bridge Survey (Minor/Major) — N/A 27.14 Channel Survey— N/A 27.15 Pond Site Survey— N/A 27.16 Mitigation Survey Refer to tasks of this document as applicable. 27.17 Jurisdiction Line Survey Perform field location (2-dimensional) of jurisdiction limits as defined by respective authorities, also includes field edits, analysis and processing of all field collected data, preparation of reports. 27.18 Geotechnical Support Perform 3-dimensional (X,Y,Z) field location, or stakeout, of boring sites established by geotechnical engineer. Includes field edits, analysis and processing of all field collected data and/or reports. 27.19 Sectional/Grant Survey Perform field location of section corners, 1/4 section corners, and fractional corners where pertinent. Includes analysis and processing of all field-collected data and/or reports. 27.20 Subdivision Location Survey all existing recorded subdivision/condominium boundaries, tracts, units, phases, blocks, street R/W lines, common areas. Includes analysis and processing of all field collected data and/or reports. If unrecorded subdivision is on file in the public records of the subject county, tie existing monumentation of the beginning and end of unrecorded subdivision. 27.21 Maintained R/W A-65 SURVEY 16FiB Perform field location (2-dimensional) of maintained R/W limits as defined by respective authorities, if needed. Also includes field edits, analysis and processing of all field collected data, preparation of reports. 27.22 Boundary Survey— N/A 27.23 Water Boundary Survey— N/A 27.24 Right of Way Staking, Parcel / Right of Way Line — Optional to be negotiated at a later date via change order Perform field staking and calculations of existing/proposed R/W lines for on-site review purposes. 27.25 Right of Way Monumentation Set R/W monumentation as depicted on final RAN maps for corridor and water retention areas. 27.26 Line Cutting Perform all efforts required to clear vegetation from the line of sight. 27.27 Work Zone Safety Provide work zone as required by FDOT standards. 27.28 Miscellaneous Surveys Refer to tasks of this document, as applicable, to perform surveys not described herein. The percent for Supplemental will be determined at negotiations. This item can only be used if authorized in writing by the COUNTY's Project Manager or their representative. 27.29 Supplemental Surveys Supplemental survey days and hours are to be approved in advance by County. Refer to tasks of this document, as applicable, to perform surveys not described herein. 27.30 Document Research Perform research of documentation to support field and office efforts involving surveying and mapping. 27.31 Field Review Perform verification of the field conditions as related to the collected survey data. 27.32 Technical Meetings Attend meetings as required and negotiated by the Surveying and Mapping Department. A-66 SURVEY 16F1 27.33 Quality Assurance/Quality Control (QA/QC) Establish and implement a QA/QC plan. Also includes subconsultant review, response to comments and any resolution meetings if required, preparation of submittals for review, etc. 27.34 Supervision Perform all activities required to supervise and coordinate project. These activities must be performed by the project supervisor, a Florida P.S.M. or their delegate as approved by the COUNTY's Project Manager. 27.35 Coordination Coordinate survey activities with other disciplines. These activities must be performed by the project supervisor, a Florida P.S.M. or their delegate as approved by the COUNTY's Project Manager. 28 PHOTOGRAMMETRY - N/A 29 MAPPING The CONSULTANT will be responsible for the preparation of sketches and legal descriptions as required for this project in accordance with all applicable County Manuals, Procedures, Handbooks, County specific requirements, and Florida Statutes. All sketches and legal descriptions will be prepared under the direction of a Florida Professional Surveyor and Mapper(PSM) to COUNTY size and format requirements utilizing COUNTY approved software, and will be designed to provide a high degree of uniformity and maximum readability. The CONSULTANT will submit sketches and legal descriptions to the COUNTY for review at stages of completion as negotiated. Master CADD File -N/A 29.1 Alignment- N/A 29.2 Section and 1/4 Section Lines- N/A 29.3 Subdivisions / Property Lines- N/A 29.4 Existing Right of Way- N/A 29.5 Topography- N/A 29.6 Parent Tract Properties and Existing Easements- N/A 29.7 Proposed Right of Way Requirements- N/A A-67 MAPPING 16F1 & 29.8 Limits of Construction- N/A 29.9 Jurisdictional/Agency Lines- N/A Sheet Files - N/A 29.10 Control Survey Cover Sheet- N/A 29.11 Control Survey Key Sheet- N/A 29.12 Control Survey Detail Sheet- N/A 29.13 Right of Way Map Cover Sheet- N/A 29.14 Right of Way Map Key Sheet- N/A 29.15 Right of Way Map Detail Sheet- N/A 29.16 Maintenance Map Cover Sheet- N/A 29.17 Maintenance Map Key Sheet- N/A 29.18 Maintenance Map Detail Sheet- N/A 29.19 Reference Point Sheet- N/A 29.20 Project Network Control Sheet- N/A 29.21 Table of Ownerships Sheet- N/A Miscellaneous Surveys and Sketches 29.22 Parcel Sketches- N/A 29.23 TIITF Sketches- N/A 29.24 Other Specific Purpose Survey(s) - N/A 29.25 Boundary Survey(s) Map - N/A 29.26 Right of Way Monumentation Map - N/A 29.27 Title Search Map- N/A 29.28 Title Search Report- N/A 29.29 Legal Descriptions- This task includes sketches and descriptions that may be required for temporary access easements and construction easements. A-68 MAPPING 16F11 29.30 Final Map/Plans Comparison— N/A 29.31 Field Reviews— N/A 29.32 Technical Meetings— N/A 29.33 Quality Assurance/Quality Control 29.34 Supervision 29.35 Coordination 29.36 Supplemental Mapping — N/A 30 TERRESTRIAL MOBILE LiDAR - N/A 31 ARCHITECTURE DEVELOPMENT - N/A 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE - N/A 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS — N/A 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS — N/A A-69 INTELLIGENT TRANSPORTATION SYSTEMS PLANS-N/A l6F1g 35 GEOTECHNICAL The CONSULTANT shall be responsible for a complete geotechnical investigation dictated by the project needs. If required, a signed and sealed Final Geotechnical Report, prepared by a Professional Engineer, registered in the State of Florida will be provided. All work performed by the CONSULTANT shall be in accordance with FDOT standards, or as otherwise directed by the COUNTY. Before beginning each phase of investigation and after the Notice to Proceed is given, the CONSULTANT shall submit an investigation plan for approval and meet with the COUNTY's Geotechnical Engineer or representative to review the project scope and FDOT requirements. The investigation plan shall include, but not be limited to, the proposed boring locations and depths, and all existing geotechnical information from available sources to generally describe the surface and subsurface conditions of the project site. Additional meetings may be required to plan any additional field efforts, review plans, resolve plans/report comments, resolve responses to comments, and/or any other meetings necessary to facilitate the project. The CONSULTANT shall notify the COUNTY in adequate time to schedule a representative to attend all related meetings and field activities. A subsoil investigation plan shall be submitted to COUNTY for approval prior to site investigation. Muck and cap rock conditions are typical to Southwest Florida. Not encountering muck and cap rock is outside the norm in Collier County. The presence of both must be identified and quantified in the soils report for the project. To do this may require additional hand holes in muck and deeper drill holes to penetrate the cap rock and identify the soil layers below than was originally shown in the investigation plan. The Soils Report shall contain a signed statement by the geotechnical engineer that they have walked the project site and verified to the best of their ability that information provided in the report is representative of what the surface conditions and vegetation suggest would exist below. Where cap rock is expected to be encountered in the installation of stormwater pipe and other structures, the pay items "Rock Trench Excavation"and "muck removal" (if encountered) shall be provided. All Geotechnical work shall meet the minimum requirements of the FDOT Soils and Foundations Handbook. 35.1 Document Collection and Review A-70 GEOTECHNICAL 1 6 F 1 D CONSULTANT will review printed literature including topographic maps, county agricultural maps, aerial photography (including historic photos), ground water resources, geology bulletins, potentiometric maps, pile driving records, historic construction records and other geotechnical related resources. Prior to field reconnaissance, CONSULTANT shall review U.S.G.S., S.C.S. and potentiometric maps, and identify areas with problematic soil and groundwater conditions. Roadway The CONSULTANT shall be responsible for coordination of all geotechnical related field work activities. The CONSULTANT shall retain all samples until acceptance of Phase IV plans. Obtain five (5) pavement cores. A final comprehensive report detailing the below items will be provided to the Engineer of Record and the County PM. All laboratory testing and classification will be performed in accordance with applicable FDOT standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. 35.2 Develop Detailed Boring Location Plan Develop a detailed boring location plan. Meet with COUNTY Project Manager or for boring plan approval. If the drilling program expects to encounter artesian conditions, the CONSULTANT shall submit a methodology(s) for plugging the borehole to the COUNTY for approval prior to commencing with the boring program. A total of up to ten (10) soil borings to a depth of 25 feet are included. 35.3 Stake Borings/Utility Clearance Stake borings and obtain utility clearance will be performed as detailed in the Survey section of this proposal. 35.4 Muck Probing Probe standing water and surficial muck in a detailed pattern sufficient for determining removal limits to be shown in the Plans. 35.5 Coordinate and Develop MOT Plans for Field Investigation Coordinate and develop Maintenance of Traffic (MOT) plan. All work zone traffic control will be performed in accordance with the FDOT's Roadway and Traffic Design Standards Index 600 series. 35.6 Drilling Access Permits Obtain all State, County, City, and Water Management District permits for performing geotechnical borings, as needed. A-71 GEOTECHNICAL 16F1B 35.7 Property Clearances — N/A 35.8 Groundwater Monitoring — N/A 35.9 LBR / Resilient Modulus Sampling Collect appropriate samples for Limerock Bearing Ratio (LBR) testing. Deliver Resilient Modulus samples to the District Materials Office or the State Materials Office in Gainesville, as directed by the COUNTY. 35.10 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. 35.11 Soil and Rock Classification - Roadway Refine soil profiles recorded in the field, based on results of laboratory testing. 35.12 Design LBR Determine design LBR values from the 90% and mean methods when LBR testing is required by the COUNTY. 35.13 Laboratory Data Tabulate laboratory test results for inclusion in the geotechnical report, the report of tests sheet (Roadway Soil Survey Sheet), and for any necessary calculations and analyses. 35.14 Seasonal High Water Table Review the encountered ground water levels and estimate seasonal high ground water levels. Estimate seasonal low ground water levels, if requested. 35.15 Parameters for Water Retention Areas Calculate parameters for water retention areas, exfiltration trenches, and/or swales. 35.16 Delineate Limits of Unsuitable Material Delineate limits of unsuitable material(s) in both horizontal and vertical directions. Assist the Engineer of Record with detailing these limits on the cross-sections. If requested, prepare a plan view of the limits of unsuitable material. 35.17 Electronic Files for Cross-Sections Create electronic files of boring data for cross-sections. 35.18 Embankment Settlement and Stability Estimate the total magnitude and time rate of embankment settlements. Calculate the A-72 GEOTECHNICAL 16F1fi factor of safety against slope stability failure. 35.19 Monitor Existing Structures — N/A 35.20 Stormwater Volume Recovery and/or Background Seepage Analysis Perform stormwater volume recovery analysis as directed by the COUNTY. 35.21 Geotechnical Recommendations Provide geotechnical recommendations regarding the proposed roadway construction project including the following: description of the site/alignment, design recommendations and discussion of any special considerations (i.e. removal of unsuitable material, consolidation of weak soils, estimated settlement time/amount, groundwater control, high groundwater conditions relative to pavement base, etc.) Evaluate and recommend types of geosynthetics and properties for various applications, as required. 35.22 Pavement Condition Survey and Pavement Evaluation Report — N/A 35.23 Preliminary Roadway Report - N/A 35.24 Final Report The Final Roadway Report shall include the following: • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e. soils grouped into layers of similar materials) and construction recommendations relative to Standard Indices 500 and 505. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis. • An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment settlement and stability calculations, design LBR calculation/graphs, and other pertinent calculations. • The CONSULTANT will respond in writing to any changes and/or comments from the COUNTY and submit any responses and revised reports. 35.25 Auger Boring Drafting Draft auger borings as directed by the COUNTY. 35.26 SPT Boring Drafting Draft SPT borings as directed by the COUNTY. Structures The CONSULTANT shall be responsible for coordination of all geotechnical related fieldwork activities. The CONSULTANT shall retain all samples until acceptance of A-73 GEOTECHNICAL 16 F 1 (" Phase IV plans. Rock cores shall be retained as directed in writing by the COUNTY's Project Manager. CONSULTANT shall perform specialized field-testing as required by needs of project and as directed in writing by the COUNTY's Project Manager. All laboratory testing and classification will be performed in accordance with applicable FDOT standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. 35.27 Develop Detailed Boring Location Plan — N/A 35.28 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 35.29 Coordinate and Develop MOT Plans for Field Investigation Coordinate and develop MOT plan. All work zone traffic control will be performed in accordance with the FDOT's Roadway and Traffic Design Standards Index 600 series. 35.30 Drilling Access Permits Obtain all State, County, City, and Water Management District permits for performing geotechnical borings, as needed. 35.31 Property Clearances - N/A 35.32 Collection of Corrosion Samples Collect corrosion samples for determination of environmental classifications. 35.33 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. 35.34 Soil and Rock Classification - Structures Soil profiles recorded in the field should be refined based on the results of laboratory testing. 35.35 Tabulation of Laboratory Data Laboratory test results should be tabulated for inclusion in the geotechnical report and for the necessary calculations and analyses. 35.36 Estimate Design Groundwater Level for Structures Review encountered groundwater levels, estimate seasonal high groundwater levels, and evaluate groundwater levels for structure design. A-74 GEOTECHNICAL .16F1B 35.37 Selection of Foundation Alternatives (BDR) - N/A 35.38 Detailed Analysis of Selected Foundation Alternate(s) - N/A 35.39 Bridge Construction and Testing Recommendations — N/A 35.40 Lateral Load Analysis (Optional to be negotiated at a later date via change order) Perform lateral load analyses as directed by the COUNTY. 35.41 Walls — Special Gravity Wall (Optional to be negotiated at a later date via change order) Provide the design soil profile(s), which include the soil model/type of each layer and all soil engineering properties required by the Engineer of Record for conventional wall analyses and recommendations. Review wall design for geotechnical compatibility and constructability. Evaluate the external stability of conventional retaining walls and retained earth wall systems. For retained earth wall systems, calculate and provide minimum soil reinforcement lengths versus wall heights, and soil parameters assumed in analysis. Estimate differential and total (long term and short term) settlements. Provide wall construction recommendations. 35.42 Sheet Pile Wall Analysis — N/A 35.43 Design Soil Parameters for Signs, Signals, High Mast Lights, and Strain Poles and Geotechnical Recommendations — N/A 35.44 Box Culvert Analysis (Optional to be negotiated at a later date via change order) ■ Provide the design soil profile(s) that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design. Review design for geotechnical compatibility and constructability. ■ Provide lateral earth pressure coefficients. ■ Provide box culvert construction and design recommendations. ■ Estimate differential and total (long term and short term) settlements. ■ Evaluate wingwall stability. 35.45 Preliminary Report— BDR — N/A 35.46 Final Report— Special Gravity Walls (Optional to be negotiated at a later date via change order) The final structures report shall include the following: A-75 GEOTECHNICAL 16F1B • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis. • Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the FDOT's Standard specification. • An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. 35.47 Final Reports - Box Culvert and Special Gravity Walls (Optional to be negotiated at a later date via change order) The final reports shall include the following: • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis). • Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the FDOT's Standard specification. • An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. Final reports will incorporate comments from the COUNTY and contain any additional field or laboratory test results, recommended foundation alternatives along with design parameters and special provisions for the contract plans. These reports will be submitted to the COUNTY's Project Manager for review prior to project completion. After review by the COUNTY's Project Manager, the reports will be submitted to the COUNTY's Project Manager in final form and will include the following: A-76 GEOTECHNICAL 16F1B • All original plan sheets (11" x 17") • One set of all plan and specification documents, in electronic format, according to COUNTY requirements • Two sets of record prints • Six sets of any special provisions • All reference and support documentation used in preparation of contract plans package Additional final reports (up to four), aside from stated above, may be needed and requested for the COUNTY's Project Manager and other disciplines. The final reports, special provisions, as well as record prints, will be signed and sealed by a Professional Engineer licensed in the State of Florida. Draft the detailed boring/sounding standard sheet, including environmental classification, results of laboratory testing, and specialized construction requirements, for inclusion in final plans. 35.48 SPT Boring Drafting Prepare a complete set of drawings to include all SPT borings, auger borings and other pertinent soils information in the plans. Include these drawings in the Final Geotechnical Report. Draft borings, location map, S.C.S. map and U.S.D.A. map as directed by the COUNTY. Soil symbols must be consistent with those presented in the latest Florida Department of Transportation Soils and Foundations Handbook. 35.49 Other Geotechnical Other geotechnical effort specifically required for the project as determined by the Department, and included in the geotechnical upset limit. 35.50 Technical Special Provisions 35.51 Field Reviews Identify and note surface soil and rock conditions, surface water conditions and locations, and preliminary utility conflicts. Observe and note nearby structures and foundation types. 35.52 Technical Meetings 35.53 Quality Assurance/Quality Control 35.54 Supervision 35.55 Coordination A-77 16F18 36 PROJECT REQUIREMENTS 36.1 Liaison Office The COUNTY and the CONSULTANT will designate a Liaison Office and a Project Manager who shall be the representative of their respective organizations for the Project. While it is expected the CONSULTANT shall seek and receive advice from various state, regional, and local agencies, the final direction on all matters of this project remain with the COUNTY Project Manager. 36.2 Key Personnel The CONSULTANT's work shall be performed and directed by the key personnel identified in the proposal presentations by the CONSULTANT. Any changes in the indicated personnel shall be subject to review and approval by COUNTY. 36.3 Progress Reporting The CONSULTANT shall meet with the COUNTY as required and shall provide a written monthly progress report that describes the work performed on each task. 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. 36.4 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. 36.5 Professional Endorsement The CONSULTANT shall have a Licensed Professional Engineer in the State of Florida sign and seal all reports, documents, technical special provisions, and plans as required by FDOT and COUNTY standards. 36.6 Computer Automation The project will be developed utilizing Computer Aided Drafting and Design (CADD) systems. The FDOT makes available software to help assure quality and conformance with policy and procedures regarding CADD. It is the responsibility of the CONSULTANT to meet the requirements in the FDOT's CADD Manual. The CONSULTANT shall submit final documents and files as described therein or as amended by this Scope of Services. The CONSULTANT shall submit all required plan submittals (Phase I, II & IV) in CADD format. 36.7 Coordination with Other Consultants A-78 PROJECT REQUIREMENTS 16F1B 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. 36.8 Optional Services 37 INVOICING LIMITS Payment for the work accomplished shall be in accordance with Method of Compensation of this contract. Invoices shall be submitted to the COUNTY, in a format prescribed by the COUNTY. The COUNTY Project Manager and the CONSULTANT shall monitor the cumulative invoiced billings to ensure the reasonableness of the billings compared to the project schedule and the work accomplished and accepted by the COUNTY. The CONSULTANT shall provide a list of key events and the associated total percentage of work considered to be complete at each event. This list shall be used to control invoicing. Payments will not be made that exceed the percentage of work for any event until those events have actually occurred and the results are acceptable . to the COUNTY. A-79 INVOICING LIMITS QGRADYM-01 1 6 E21. HING ACORO" CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 08/10/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License#L077730 CONTACT Kristie Wiegand NAME: AssuredPartners of Florida,Naples PHONE FAx 8950 Fontana Del Sol Way Suite 300 (A/C,No,Ext):(239)280-3615 (A/C,No):(239)261-2803 Naples,FL 34109 E-MAIL kristie.wiegand@assuredpartners.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:National Trust Insurance Company 20141 INSURED INSURER B:FCCI Insurance Company/ 10178 Q Grady Minor&Associates PA INSURER c:Maxum Indemnity Company 26743 3800 Via Del Rey INSURER D: Bonita Springs,FL 34134 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD (MM/DD/YYYYI IMM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCURIGL0005673 04/05/2018 04/05/2019 DAMAGE TO RENTED 100X00 X PREMISES(Ea occurrence) $ X Contractual Liab EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X PE LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO X CA100012461 04/05/2018 04/05/2019 BODILY INJURY(Per person) $ — OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ X AUTOS ONLY X AUUTOS ONLYY (ROPERTYDAMAGE Per accident) A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE UMB100024445 04/05/2018 04/05/2019 AGGREGATE $ 5,000,000 DED X RETENTION$ 10,000 $ B WORKERS COMPENSATION X AND EMPLOYERS'LIABILITY STATUTE EERH 001WC18A57813 04/05/2018 04/05/2019 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVEN N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C Professional Liab PFP602415605 04/05/2018 04/05/2019 Per Occurrence 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Contract 17-7213 Goodland Drive Rehabilitation Project Collier County Board of County Commissioners is included as Additional Insured for General Liability on a primary and noncontributory basis including both ongoing and completed operations as required by written contract per form CGL 084(10 13).Collier County Board of County Commissioners is included as Additional Insured for Auto Liability on a primary and noncontributory as required by written contract per forms CAU 059 and CAU 082. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier CountyBoard of Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail East Naples,FL 34112 AUTHORIZED REPRESENTATIVE ,tAt ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY Policy # GL0005673 CGL084(11 r THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - ONGOING OPERATIONS AND PRODUCTS-COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE(OPTIONAL) Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) Locations of Covered Operations (As per the written contract or agreement, provided the location is within the"coverage territory") (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II—Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s)or organization(s) is an additional insured only with respect to liability for"bodily injury", "property damage"or"personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or 3. Your work" performed for the additional insured and included in the"products-completed operations hazard" if such coverage is specifically required in the written contract or agreement. CGL 084(10 13) Includes copyrighted material of the Insurance Services Offices, Inc.with its permission. Page 1 of 3 Copyright 2013 FCCI Insurance Group. 16F16 COMMERCIAL GENERAL LIABILITY CGL 084(10 13) However, the insurance afforded to such additional insured(s) described above: 1. Only applies to the extent permitted by law; 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; 3. Will not be broader than that which is afforded to you under this policy; and 4. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to"bodily injury", "property damage"or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III— Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. Section IV—Commercial General Liability Conditions is amended as follows: The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an "occurrence"or an offense which may result in a claim or"suit" under this insurance, and of any claim or"suit"that does result; 2. Send us copies of all legal papers received in connection with the claim or"suit", cooperate with us in the investigation or settlement of the claim or defense against the"suit", and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or"suit"to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. CGL 084(10 13) Includes copyrighted material of the Insurance Services Offices, Inc.with its permission. Page 2 of 3 Copyright 2013 FCCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084(10 13) We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or"suit". F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 084(10 13) Includes copyrighted material of the Insurance Services Offices, Inc.with its permission. Page 3 of 3 Copyright 2013 FCCI Insurance Group. Policy # CA008906 6F1 � COMMERCIAL AUTOMOBILE CAU 082(01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC INSURED - BUSINESS AUTO POLICY PRIMARY/NON-CONTRIBUTING WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated below. For the purpose of this endorsement, Section II.A.1.Who Is An Insured is amended by adding the following: 1. Any person or organization when you and such person have agreed in writing in a contract signed and executed by you prior to the loss for which coverage is sought, that such person or organization be added as an "insured"on your auto policy. Such person or organization shall be an "insured"to the extent your negligent actions or omissions impose liability on such "insured"without fault on its part. 2. This insurance is primary and non-contributory to other liability coverages of the person or organization being added to this policy as an "insured"when so required in a written contract or agreement that is executed prior to the loss for which coverage is sought. CAU 082(01 15) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 1 of 1 Copyright 2015 FCCI Insurance Group. Policy # CA0008906 1 6 F 1 8 FLORIDA AUTO FIRST CHOICE COVERAGE ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE Airbag Coverage 3 Auto Loan/Lease Gap Coverage 3 Broad Form Insured 1 Concealment, Misrepresentation or Fraud 5 Deductible 3 Duties in the Event of Accident, Claim, Suit or Loss 4 Fellow Employee 2 Fire Department Service Charge 3 Hired Auto Physical Damage 5 Loss of Earnings 2 Loss of Use Expenses 2 Supplementary Payments 2 Transfer of Rights of Recovery Against Others to Us 4 Transportation Expenses 2 Insured Copy 16 COMMERCIAL AUTO CAU 059(12 09) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FLORIDA AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s)to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II—LIABILITY COVERAGE is amended as follows: A.1. Who Is An Insured provision is amended by adding the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury" or"property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. f. Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured"for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. g. Any`employee" of yours using: (1) a covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or CAU 059(12 09) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 1 of 5 Copyright 2009 FOCI Insurance Group. Insured Copy 5I6F1B COMMERCIAL AUTO CAU 059(12 09) (2) an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the"employee's" household h. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. A.2. Coverage Extensions, Supplementary Payments a.(2)and a (4)are deleted and replaced with the following: (2) Up to $3,000 for cost of bail bonds (including bond for related traffic violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. B. Exclusions 5. Fellow Employee "Bodily injury" to any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance. SECTION III— PHYSICAL DAMAGE COVERAGE is amended as follows: A. 4. Coverage Extensions a. and b. are deleted and replaced with the following: a. Transportation Expenses: We will pay up to$75 per day to a total maximum of$2,000 for temporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered"auto"is returned to use or we pay for its"loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of$2,000. CAU 059(12 09) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 2 of 5 Copyright 2009 FCCI Insurance Group. Insured Copy 6F1B COMMERCIAL AUTO CAU 059(12 09) B. Exclusions Paragraph 3. Is replaced with the following: 3. We will not pay for "loss" caused by or resulting from any of the following unless caused by other "loss" that is covered by this insurance: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires However, this exclusion does not include the discharge of an airbag in a covered "auto" you own that inflates due to a cause other than a cause of"loss"set forth in Paragraphs A.1.b and A.1.c.but only: a. If that "auto" is a covered "auto"for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of$1,000 for any one"loss". D. Deductible is replaced with the following: For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations subject to the following: Any Comprehensive Coverage deductible shown in the Declarations does not apply to: (1) "loss" caused by fire or lightning, and no deductible applies to glass damage to the side or rear windows if the glass is repaired rather than replaced. However, no deductible shall be applied to damage to the windshield of any covered "auto." (2) the comprehensive deductible is waived for theft if your vehicle is equipped with an active GPS tracking system. The following Coverage Extension is added: c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto", its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. d. Auto Loan/Lease Gap Coverage For those businesses not shown in the Declarations as"auto"dealerships,the following provisions apply: (1) If a long term leased "auto", under an original lease agreement, is a covered "auto" under this Coverage Form and the lessor of the covered "auto" is named as an additional insured under this policy, in the event of a total loss to the leased covered "auto", we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: CAU 059 (12 09) Includes copyrighted material of the Insurance Services Office,Inc.,with its permission. Page 3 of 5 Copyright 2009 FCCI Insurance Group. Insured Copy I6F1H COMMERCIAL AUTO CAU 059(12 09) (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from overdue payments at the time of the loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous leases. (2) If an owned "auto" is a covered "auto" under this Coverage Form and the loss payee of the covered "auto" is named a loss payee under this policy, in the event of a total loss to the covered "auto", we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the"loss"; (b) Costs for extended warranties, Credit Life Insurance, Heath Accident or Disability Insurance purchased with the loan; and (c) Carry-over balances from previous loans. SECTION IV—BUSINESS AUTO CONDITIONS is amended as follows: A. Loss Conditions. 2.a. Duties in the Event of Accident,Claim, Suit or Loss is amended to add the following paragraph: (4) This duty applies when the"accident", claim, "suit"or"loss"is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. 5. Transfer Of Rights Of Recovery Against Others To Us is replaced with the following: If a person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. CAU 059(12 09) Includes copyrighted material of the Insurance Services Office,Inc.,with its permission. Page 4 of 5 Copyright 2009 FCCI Insurance Group. Insured Copy 16F18 COMMERCIAL AUTO CAU 059(12 09) B. General Conditions 2. Concealment, Misrepresentation or Fraud is amended to include the following: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this Coverage Form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. 5. Other Insurance - Paragraph b. is replaced as follows: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto"you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name , with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 059(12 09) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 5 of 5 Copyright 2009 FCCI Insurance Group. Insured Copy