Loading...
Backup Documents 09/28/2010 Item #16A13ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP .01 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE (Print on pink paper. Attach to original document. Original documents should be hand delivered to the Board Office. The completed routing slip and original documents are to be forwarded to the Board Office only after the Board has taken action on the item.) ROUTING SLIP Complete routing lines #1 through 94 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 #4, complete the checklist, and forward to Ian Mitchell (line #5). Route to Addressee(s) (List in routing order) Office Initials Date 1. appropriat e. (Initial) Applicable) 2. 9/28/10 Agenda Item Number 16A13 3. signed by the Chairman, with the exception of most letters, must be reviewed and signed 4. Work Order Number of Original 1 5. Ian Mitchell, Office Manager Board of County Commissioners Documents Attached (� (� I (O 6. Minutes and Records Clerk of Courts Office PRIMARY CONTACT INFORMATION (The primary contact is the holder of the original document pending BCC approval. 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, including Ian Mitchell, need to contact staff for additional or missing information. All original documents needing the BCC Chairman's signature are to be delivered to the BCC office only after the BCC has acted to approve the item. Name of Primary Staff Margaret Bishop Phone Number (239) 252 -5857 Contact appropriat e. (Initial) Applicable) Agenda Date Item was 9/28/10 Agenda Item Number 16A13 Approved by the BCC signed by the Chairman, with the exception of most letters, must be reviewed and signed Type of Document Work Order Number of Original 1 Attached resolutions, etc. signed by the County Attorney's Office and signature pages from Documents Attached INSTRUCTIONS & CHECKLIST 1: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04 Initial the Yes column or mark "N /A" in the Not Applicable column, whichever is Yes N/A (Not appropriat e. (Initial) Applicable) 1. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. This includes signature pages from ordinances, "1 resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairman and Clerk to the Board and possibly State Officials.) 2. All handwritten strike- through and revisions have been initialed by the County Attorney's Office and all other parties except the BCC Chairman and the Clerk to the Board 3. The Chairman's signature line date has been entered as the date of BCC approval of the }� document or the final negotiated contract date whichever is applicable. 4. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's -� signature and initials are required. 5. In most cases (some contracts are an exception), the original document and this routing slip should be provided to Sue Filson in the BCC office within 24 hours of BCC approval. Some documents are time sensitive and require forwarding to Tallahassee within a certain ) ':, 'X1 time frame or the BCC's actions are nullified. Be aware of your deadlines! 6. The document was approved by the BCC on 9/28/10 and all changes made during the meeting have been incorporated in the attached document. The County Attorney's Office r has reviewed the changes, if applicable. 1: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04 16A13 MEMORANDUM Date: October 8, 2010 To: Margaret A. Bishop, Sr. Project Manager Stormwater Management From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Work Order to Contract #09 -5262 for $234,046 with Camp Dresser & McKee, Inc. for LASIP Project #51101; Davis Boulevard & Weir Improvements Attached is a copy of the document referenced above, (Item #16A13) approved by the Board of County Commissioners September 28, 2010. The Minutes and Record's Department has held the original which will be kept as part of the Board's Official Record. If you should have any questions, please call me at 252 -8406. Thank you. Attachment 16A13 WORK ORDER # Under Contract # 09 -5262 County -wide Engineering Civil — Transportation Stormwater (C1- Storm) This work order is for professional engineering services on behalf of Collier County (Contract # 09- 5262), for work known as Lely Area Stormwater Improvement Davis Boulevard and Weir Project #51101 Engineering Services. The work scope submittal dated August 24, 2010, is hereto attached and made a part of this work order. In accordance with the "Terms and Conditions" within the Agreement for Fixed Term Professional Engineering Services (hereafter, Agreement) referenced above, Work Order is assigned to Camp Dresser and McKee, Inc. Scope of Work: Task 1: Data Collection Task 2: Construction Documents Task 3: Permitting Task 4: Post Design & Bidding Services Task 5: Community and Public Involvement Task 6: Reimbursables More detail and explanation can be found in the attached proposal. Schedule of Work: Complete all work as directed within 1825 days of receipt of the "Notice to Proceed" which will contain a Collier County purchase order number. Compensation: In accordance with "Article Five" of the Agreement, the County will compensate the designated firm in accordance with the negotiated lump sum amount provided below (use the established hourly rate(s) as enumerated in "Schedule A" of the Agreement). • Task 1: Data Collection $ 60,207.00 a Task 2: Construction Documents $115,184.00 d, 6 Task 3: Permitting $ 23,422.00 �), S- Task 4: Post Design & Bidding Services $ 23,592.00 a Task 5: Community and Public Involvement $ 4,824.00 d,7 Task 6: Reimbursables $ 6,817.00 TOTAL $234,046.00 Any change within monetary authority of this work order made subsequent to final department approval will be considered an additional service and charged according to "Schedule A" of the Agreement. PREPARED BY: r �� Margare A. Bishop P.E., genior Project Roadway, Stormwater & Bridge Project ACCEPTED BY: W Kirk arti P G Vice President REVIEWED BY 16A 13 - .3o -J& Manager Date Section • •, Date Camp Dresser & Mc e Inc. f- 7 -/o Gary Putaansuu, P.E., Principle Project Manager Date Roadway, Stormwater & Bridge Project Section REVIEWED BY: A mad, • , Direct TransArta 99n Engine ring Department APPROVED BY: Nor�inan Feder, AICP, Administrator G wth Management Division Date: ATTEST:" DwigWk Brock,; Clem. B '. t t l Y � now' V&lb Date Date BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA B 4 ("J. Y� Fred W. Coyle, Cha6fhan Approved As To Form and Legal Sufficiency: <�"' I aJ)4'0.V' County Attorney %t OF a 16A 13 Collier County Lely Area Stormwater Improvement Project (LASIP) Davis Boulevard and Weir Draft Scope of Work: August 2010 I. Background The Collier County Roadway, Stormwater & Bridge Project Management Section of the Growth Management Division is seeking proposals for professional engineering services for the design, permitting, and bidding necessary to construct the next portion of the Lely Area Stormwater Improvement Project (LASIP). The plan proposed for this area is to route the flow from areas north of Davis Boulevard through a series of culvert and ditch improvements to the triple box culvert (LCB -01- S0146) at the northern end of the Crown Pointe Subdivision. A gated weir (LCB -01- S0148) will be constructed at the northern end of the triple box culvert to control water levels north of Davis Boulevard. A maintenance road is also proposed along the culvert and ditch improvements north of Davis Boulevard. The project is generally described as new construction and general improvements to approximately 9,200 linear feet of developed and undeveloped areas north of Davis Boulevard (Station 10 +00 to Station 102 +00). These areas are tributary to the Lely Canal Basin, named the Lely Branch. The project area includes developed and undeveloped area north of Davis Boulevard and south of Radio Road. The project scope includes surveying, geotechnical, civil, structural, and hydrologic and hydraulic analyses necessary to prepare, submit and support an application to modify the South Florida Water Management District ( SFWMD) conceptual permit and prepare construction plans and specifications, and post design services through construction. The project design will be based on the five drawing sheets of the SFWMD conceptually approved and the United States Army Corp of Engineers ( USACOE) final approved plans provided (sheets 45, 46, 47, 48 and 49 attached to the RFP). The project is currently covered by a SFWMD conceptual permit #11- 01140 -S and a USACOE construction permit #SAJ- 2002- 2436(IP -MJD). The ENGINEER shall attend two community and public involvement meetings, as determined and coordinated by the COUNTY, and as deemed necessary by the COUNTY to present and explain the project design and to address public concerns and issues relating to the project. The canal top of bank and maintenance path will be staked prior to the meetings. SOW -1 \1ftmsvr0l\ Proposals \Collier- County\LASIP- Davis -Blvd- Design \Draft- Scope -Lely Area Davis Blvd Weir -August- 24- 2010.docz 16A L Collier County Lely Area Stormwater Improvement Project (LASIP) Davis Boulevard and Weir Draft Scope of Work: August 2010 II. Scope of Services In order to design, analyze, and permit the proposed project improvements the scope includes the following tasks: 1. Review existing project / site information and data; collect survey, geotechnical and ecological information; visit the site and review the existing stormwater model (Task 1). 2. Prepare construction documents for the LASIP Davis Boulevard and Weir (Task 2). 3. Prepare Environmental Resource Permit (ERP) construction permit application for the project (Task 3). 4. Provide bidding assistance services (Task 4). 5. Meetings and Coordination (Task 5). TASK 1 -Data Collection and Review Under this task, the ENGINEER will collect and review background project and site information. The ENGINEER will also collect new design specific data for the project area. Subtask 1.1- Project Kick off Meeting and Site Visit The ENGINEER will meet with the COUNTY within 2 weeks of the notice to proceed to kick the project off, review schedule, scope, and coordination. Pertinent data and information will be also discussed and identified in this meeting. A site visit will also be coordinated by the ENGINEER following this meeting. Subtask 1.2 - Review of Project and Site Information The ENGINEER will collect and review pertinent project reports, permits, models, plans, and other information as provided by the COUNTY including: • SFWMD conceptual permit #11- 01140 -S and a USACOE construction permit #SAJ- 2002- 2436(IP -MJD); • SWMM model developed as part of the LASIP; • Davis Boulevard Roadway and Drainage Plans; and • Record drawings or as -built drawings for developed areas adjacent to the site. The ENGINEER will coordinate with the consultant that previously performed the conceptual design and permitting for the LASIP project (ABB) to ensure I\ tmsvrO" Proposals \Collier -County\LASIP- Davis - Blvd- Design\DraR- Scope -Lely Area Davis Blvd Weir - August- 24- 2010.docx SOW -2 16A13 Collier County Lely Area Stormwater Improvement Project (LASIP) Davis Boulevard and Weir Draft Scope of Work. August 2010 understanding and consistency between the conceptual and construction projects. Specific areas to be discussed and coordinated include the stormwater modeling, design, and wetland/ surface water delineation and impacts. Subtask 1.3 - Topographic and Boundary Survey A topographic survey will be performed for design purposes as follows: • Perform a topographical survey to aid in design of canal improvements and acquisition of necessary easements. • Establish Vertical Control with Bench Marks every 1,000'. • Establish Horizontal Control with a Survey Baseline approximately 9,200 LF. • Station the baseline at 100 foot intervals along the proposed improvements. • Obtain topographic information along the baseline. The cross sections along the canal shall be wide enough to detail the canal's width and the proposed Maintenance Road. • Prepare a hard copy topographic survey, to be signed and sealed for inclusion in the design set as prepared for the permit application. • Locate drainage features (pipe sizes, inverts, manholes, inlets, etc.). • Locate existing utilities within the project limits including buried utilities crossing the existing canal. • Locate properties and section corners to establish and verify the existing ROW and easement lines. • Provide Sketch and Legal Descriptions for three (3) new easement acquisitions. Subtask 1.4 - Geotechnical Exploration and Evaluation A geotechnical evaluation will be completed for the downtown project area. The ENGINEER will develop a geotechnical evaluation plan to obtain soil borings and the associated tests at appropriate intervals to provide information necessary for the design of the proposed ditch and pipe improvements. As needed, this will include hydrologic evaluation and evaluation of potential rock excavation and handling. Subtask 1.5 - Ecological Assessment An ecological assessment of the project area will be completed to confirm/ update the assessment previously completed as part of the conceptual permit. The ENGINEER will collect data and information necessary to determine the boundaries of wetlands and surface waters defined by the SFWMD and USACOE. The ENGINEER shall be responsible for verification of wetland data identified and coordinating regulatory agency field reviews, including finalization of wetland assessments with applicable agencies. f� SOW -3 \\ ftmsw011ProposalslCollier- CountylLASIP- Davis -Blvd- Design \Draft- Scope-Lely Area Davis Blvd Weir-August- 24- 2010.doc: 16A13 Collier County Lely Area Stormwater Improvement Project (LASIP) Davis Boulevard and Weir Draft Scope of Work: August 2010 Subtask 1.6 - Review Design Hydraulics Based on the review of background information and new data collected, the ENGINEER will identify potential updates needed to the conceptual stormwater model for the LASIP. These review and update items include the following: • A comparison of the previous site conditions to current site conditions will be made to identify new development and stormwater improvements not reflected in the existing conditions model. • A summary of required updates will be provided to the COUNTY and ABB, including the new data collected (e.g., survey and design plans). Based on the COUNTY policy for LASIP, model updates are not included in this scope of work and budget. Updates will be completed by ABB under a separate annual maintenance contract the COUNTY has with ABB. • The updated model will be reviewed to verify it is appropriate for the design purposes. It is assumed the updates will be to the mutual satisfaction of the COUNTY, ABB and ENGINEER. While the model updates will be made under a separate contract by ABB, it is assumed the model will be made available by the COUNTY and /or ABB as- needed for the ENGINEER to verify appropriateness for the design and be used as a design tool. TASK 2 - Construction Documents The Davis Boulevard and Weir are anticipated to include the following design elements: • A gated weir structure at the northern end of the existing triple box culvert (Station 10 +00); • Approximately 1,100 linear feet of new ditch (Station 78 +00 to Station 89 +00); • Approximately 650 linear feet of improved ditch (Station 89 +00 to Station 95 +50); • Approximately 650 linear feet of new 42 -inch RCP (Station 95 +50 to Station 102 +00); and • Approximately 9,200 linear feet of new 20 -foot maintenance path (Station 10 +00 to Station 102 +00). The construction documents will be consistent with the specifications and standards as set forth in the latest edition of the Florida Department of Transportations (FDOT) "Standard Specifications for Road and Bridge Construction" and the latest edition of the "Design Standards." Specifications for non -civil elements will include Divisions 2 \ \ftmsvr0l\Proposals \Collier- County\LASIP- Davis -Blvd- Design \Draft- Scope-Lely Area Davis Blvd Weir - August- 24- 2010.do SOW -4 16A 13 Collier County Lely Area Stormwater Improvement Project (LASIP) Davis Boulevard and Weir Draft Scope of Work. August 2010 through 16 as required. The COUNTY will provide the documents for Divisions 0 and 1. Division 0 is the contract with contractor that will be selected. Division 1 is the general and supplemental conditions that refer back to Division 0 and include defining project roles, insurance requirements, and how payments will be made. Subtask 2.1 - Preliminary Design (30 Percent) Based on the data collected in Task 1 and hydraulic analysis from Task 2, the ENGINEER will prepare preliminary (30 %) plans of the proposed improvements. The plans prepared by the ENGINEER will use a half size format (11 -inch by 17 -inch plan sheets). The preliminary plans will identify existing Rights -of -Way (ROW) and other easements (temporary and permanent) needed for construction. The plans will also identify affected property owners and parcels. The preliminary plans will be distributed to the COUNTY and to utility owners within the project limits for review and comment. The ENGINEER will meet with the COUNTY (Roadway, Stormwater, & Bridge Project Management Section staff) to review preliminary plans and comments provided by all reviewers. As part of Subtask 3.3, the ENGINEER will provide a preliminary opinion of probable cost of construction for the preliminary design plans. Subtask 2.2 - Final Design and Specifications (60 and 100 Percent) The ENGINEER will prepare 60% plans incorporating written comments by the COUNTY and utility owners. The 60% submittal will be distributed to COUNTY staff along with engineer's opinion of probable construction cost (as part of subtask 3.3). The ENGINEER will meet with the COUNTY to review plans and comments provided by all reviewers. The ENGINEER will address utility conflicts as described in Subtask 3.3 below. The ENGINEER will prepare 100% plans incorporating written comments by the COUNTY and utility owners. The 100% plans will locate underground utilities at potential utility conflicts. The 100% plans will be distributed to COUNTY staff along with specifications and engineer's opinion of probable construction cost (100% submittal). The final plans will be signed and sealed and will incorporate quantity take -offs and utility information provided by the utility owners and other reviewers. The 100% submittal will also include a bid schedule and specifications. The construction plans prepared by the ENGINEER will use a half size format (11- inch by 17 -inch plan sheets) for all submittals. One full size (22 -inch by 34 -inch) reproducible will be submitted to the COUNTY as a final construction drawings document. Final construction documents will be provided to the COUNTY in electronic AutoCAD format as well as reproducible. \lfhnsvr0l\ Proposals \Collier -County \LASIP - Davis - Blvd- Design\DraR- Scope -Lely Area Davis Blvd Weir - August- 24- 2010.do SOW -5 16R 13 Collier County Lely Area Stormwater Improvement Project (LA SIP) Davis Boulevard and Weir Draft Scope of Work: August 2010 The project is anticipated to include primarily civil design. No mechanical, electrical, architectural, or landscape architectural design support is anticipated for the project improvements. Roadway design will be limited to roadway repair as needed in support of the proposed stormwater improvements. Design of wetland mitigation and /or wetland/ tree planting plans is not anticipated for the project improvements. If these designs are required by the permitting authorities, these services will be covered under a separate scope of work. For scoping purposes, the construction plans prepared by the ENGINEER are anticipated to consist of the budgeted plan sheets listed in Table 1. Should the proposed design project consist of significantly more sheets or sheets of significantly greater complexity, the ENGINEER will address this additional effort under a separate scope of services. The plan sheets will include the performance of specific work and preparation of details and documents as follows: typical sections, plan and profile of improvements, soil exploration, control structures, utilities adjustments, various details; cross - sections; grading plans, and erosion control among other relevant construction drawing sheets. TABLE 1 LASIP — Davis Boulevard and Weir Budgeted Plan Sheets SHEET DESCRIPTION NUMBER OF SHEETS Cover 1 Key Plan 1 General Notes Civil, Geotechnical, Utilities, Erosion Control 1 Existing Conditions Sheets (Survey) 3 Typical Sections 2 Summary of Pay Items 1 Sequence of Construction 1 Horizontal & Vertical Control 3 Plan and Profile 12 Cross Sections 2 Minor Utilities Conflict Adjustments 3 Maintenance of Traffic Plan 3 Erosion Control / Stormwater Pollution Prevention Plan SWPPP 4 Drainage Details 2 Miscellaneous Details 1 TOTALS 40 As part of the design, the ENGINEER will provide professional engineering services necessary to prepare, submit, and secure permits. ♦"�� Wtmsvr0l\Proposals \Collier- CounWLASIP- Davis -Blvd- Design \Draft - Scope -Lely Area Davis Blvd Weir -August- 24- 2010.docx SOW -6 16A13 Collier County Lely Area Stormwater Improvement Project (LASIP) Davis Boulevard and Weir Draft Scope of Work: August 2010 Plans will incorporate utility information provided by the utility owners, and identify and resolve conflicts with stormwater facilities. The budget assumes the information provided by owners will be sufficient to complete the design without concern for potential unknown conflicts that could significantly impact the construction process. If the utility information provided is not sufficient, a separate scope of work would be needed to complete subsurface utility engineering investigations to provide the missing information. Subtask 2.3 - Utility Conflict Resolutions The preliminary and final construction plans will be distributed to utility owners within the project area as described above. Following distribution of the 60% plans, the ENGINEER will attend a utility meeting to review comments and develop solutions. If needed, alternative approaches to design and construction of the project will be developed to address the conflicts. Subtask 2.4 - Opinion of Probable Construction Cost In addition to the opinion of probable cost identified following the preliminary 30 percent design, the ENGINEER will provide an engineer's opinion of the probable cost of construction for the project at the 60% completion milestone and prepare a final opinion of the probable construction cost estimate at the 100% completion of the design. The costs will include such items as clearing and grubbing, excavation and earthwork, culvert replacements, control structures, existing roadway reconstruction, excavation, erosion control as published on the summary of pay items structure per FDOT. The cost will not include land acquisition or TCE costs. TASK 3 - Permitting Services The ENGINEER will provide the necessary coordination with the COUNTY and project team to address permitting requirements of this project. The overall LASIP project (of which, the Davis Boulevard and Weir is a part) has been previously permitted conceptually by the SFWMD. For budgeting purposes, it is anticipated that a construction ERP permit will be required by the SFWMD, coordination with the USACOE will be needed and an FDOT and Collier County right -of -way permit will be required. Based on the existing conceptual ERP permit, a pre - application meeting will be held with the SFWMD. The ENGINEER will prepare the ERP application and coordinate work efforts with the COUNTY. The following elements will be addressed by the ENGINEER in the ERP application: brief report of project; basin delineation; peak flow quantities and analysis (mean annual, 25 -year, and 100 -year design storms); construction sequence; proposed construction layout; construction techniques; stormwater treatment and control techniques; wetland/ surface water delineation and impacts; and construction plans. It is anticipated that the wetland/ surface delineations and impacts will be generally consistent with those determined during conceptual permitting and that no additional effort will be needed to determine or � , \ \ttmsvr0l \Proposals \Collier- County\tASIP- Davis -Blvd- Design \Draft- Scope -Lely Area Davis Blvd Weir -August- 24- 2010.docz SOW -7 16A13 Collier County Lely Area Stormwater Improvement Project (LASIP) Davis Boulevard and Weir Draft Scope of Work: August 2010 provide wetland mitigation. The ENGINEER will respond to Requests for Additional Information (RAIs) to clarify information presented in the permit application package. It is anticipated that the wetland/ surface water delineation and impacts determined will be consistent with those previously determined for the USACOE Individual Permit and that no modification of the permit will be needed. The ENGINEER will provide coordination with the USACOE as needed to communicate the intent and schedule of this project. Also for budgeting purposes, it is anticipated that an FDOT right -of -way and Collier County right -of -way permit will be needed and obtained by ENGINEER. Any construction NPDES permit or dewatering permit will be obtained by the ENGINEER (as required by the construction contract documents). All permit fees will be paid by the COUNTY. TASK 4 - Post Design Services Subtask 4.1- Bidding Services The ENGINEER shall assist the COUNTY in preparing bid documents. Construction specifications shall refer to FDOT specifications. The ENGINEER shall only be required to prepare Special Provisions or Technical Specifications for items not covered by FDOT specifications to be incorporated in the COUNTY's front end contract documents. The ENGINEER and sub - consultants will attend the pre -bid conference, and interpret and clarify plans and specifications as necessary at the meetings and during the bidding process. The COUNTY will preside over the pre -bid conference with the potential bidders. The ENGINEER will prepare addenda required during the bid process and issue a conformed set of documents that incorporate clarifications and changes made to the design during bidding. The ENGINEER will assist the COUNTY in evaluating the bids and submit recommendation of award. Subtask 4.2 - Construction Services The ENGINEER will attend the pre - construction meeting to answer questions or provide clarification. The ENGINEER will review and approve shop drawings, including resubmittals. The ENGINEER will respond to RFIs for contractor clarification. The ENGINEER will prepare RECORD DRAWINGS based upon the AS- BUIILT certified survey provided by the CONTRACTOR. This task does not include attending construction progress meetings. TASK 5 - Community and Public Involvement Meetings The Engineer will prepare for and attend up to two public meetings as determined and coordinated by the COUNTY to present and explain the project design and to \\fon5vr0I%Proposals \Collier- County&ASIP- Davis - Blvd- Design\Draft- Scope -Lely Area Davis Blvd Weir - August- 24- 2010.docz SOW -8 16A13 Collier County Lely Area Stormwater Improvement Project (LA SIP) Davis Boulevard and Weir Draft Scope of Work: August 2010 address public concerns and issues related to the project. The canal top of bank and maintenance path will be staked prior to the meetings. III. Deliverables Services provided will be delivered by both hard copy and on a compact disk (CD) containing all electronic files including PDF and AutoCAD drawing files, minutes, graphics, correspondence, etc., for this project. Design will be done using Autodesk AutoCAD /Civil 3D, following the NCS "CAD Standards." Plans will be prepared utilizing current design standards and construction specifications set by the FDOT, to the greatest extent possible. Plans will identify all needed parcels for permanent as well as temporary easements and provide "Sketch and Legals." ENGINEER will provide the following deliverables: • Project schedule, including the following minimum milestones: Surveying, 30% design, 60% design, permitting, ROW acquisition, bid documents (100% design), and construction. • One overall CAD file for each project containing all of the survey points, line work symbols, DTM, and SUE information (where applicable). This file will be an AutoCAD Civil 3D file and will be to current Collier County Transportation Division standards as directed by the COUNTY. • A map of existing ROWs and where new acquisitions are needed for project construction. • One copy of the final plans signed and sealed by a Florida Professional Engineer. • Ten copies of the various design stages of each project (30%,60%, and 100 %) for internal review. Additional copies of those plans shall be submitted to the utility owners by the consultant as part of the utility coordination effort. • Design and as -built drawings will comply with Transportation Services Division standard specifications. These drawings will be done in AutoCAD Civil 3D and will be to current Collier County Transportation Division standards as directed by the COUNTY. \ \ftmsvr0l \Proposals \Collier- County\LASIP- Davis -Blvd- Design \Draft- Scope-Lely Area Davis Blvd Weir -August- 24- 2010.doc SOW -9 q O U W J J O U 3 a s m N 0 a N W U W co Z C a Z W Q 0 0 N N 7 7 a a V n V co N N C N m F' O N h -4 N - co N G m w 4& LL N 40). N of H N N T w 2 Z o m A 7 > "C,' v Z c W E�p «0 �p N Q Cn E1 �( CD O 10 m v c= c" P rn o a 2 a O o o E CL 5 N co A N N Elf � fA N EA � n r a 0 m = O co M O N a0 v N N O M 01 fD N 5 A C O O O O O O i=•� In 0 o Q, O tj 0 Ni N O O O U Q In E» b9 9 R e r C to co Y7 °o N 00 O N 0 T o C CL o as V = N N ap C O to 00 O O O V W M O O W -q C p O = EA 6% N W U Q co W, O M co M O (D N t0 i w N n ta0 :n CN CD N H f9 N In co 0) v W to N W W M le 00 o d N a v = v v N v N co 0 N y O uY V' 0 O N O N O c O r �. c W Ej 69 Ey df EA 49 O N di O = N W co 7 v d •C In Ndf 000 O M W M EA S I- Uf w W I- E!f (A _ N N N V a `f a` rn d m a d C > c C .... E in m ~ Y o m N is o rn e w � V C_ •N N U 2 c m E- m u a IL b O Z 0 0 N 0 E'f 0 of 0 h F� Y N Y W Y fq Y N Y N L F F H H F 1T � o 0 o O N N O O O O P, O O� O OD p O O M Efl N v N 16A 13 Y A H Ol 7 Q1 a N C N '6 m d N E m N m X LL Q c :s T LLJ O a T 2 Z o m A 7 > "C,' E Z c W E�p «0 �p N Q Cn E1 01 m y U N U E r 10 m d `o c= c" P rn o a -j a a o o E CL 5 @ m `3° H W 8 d 16A 13 Y A H Ol 7 Q1 a