Loading...
Agenda 05/11/2021 Item #16A13 (Contract #19-7494 Change Order #1 w/Jacobs Engineering)05/11/2021 EXECUTIVE SUMMARY Recommendation to approve Change Order No. 1 to Contract Number 19-7494, “Design and Related Services for Vanderbilt Beach Road Widening from east of U.S. 41 to east of Goodlette- Frank Road," with Jacobs Engineering Group Inc. (Project Number 60199), to increase the budget in the amount of $256,296, and to extend the length of the design contract by 90 days. _____________________________________________________________________________________ OBJECTIVE: To expand the scope of design services to include evaluation, design and permitting for a future stormwater improvement project crossing through the project limits and to include additional field testing and evaluation of the existing pavement throughout the “Vanderbilt Beach Road Widening from east of U.S. 41 to east of Goodlette- Frank Road” Project (the “Project”), to promote the most efficient use of time and resources, and proceed in a fiscally responsible manner. CONSIDERATIONS: On February 25, 2020, the Board approved Agreement Number 19-7494 (Agenda Item 11.C) for $1,058,378, with Jacobs Engineering Group Inc., for Professional Design Services for the Project. In November of 2020, the Project achieved the 30% design plan completion. Change Order No. 1 addresses specific items of scope expansion that could not have been envisioned during the work's original scoping. Outlined below are the necessary changes: Tasks A thru C: The Stormwater Management Division is planning for a project that will improve drainage in the Pine Ridge Subdivision. This future project may require upsizing of a crossing structure across Vanderbilt Beach Road within the Project’s planned limits. The final dimension and type of the structure will need to be determined by engineering modeling and analysis. Jacobs will collaborate with the engineering firms performing the modeling and analysis to make the final determination of the conveyance structure. Therefore, the Project improvements will incorporate in the design and construction a future stormwater conveyance. The new structure will remain dry (plugged) until needed for the Pine Ridge Subdivision drainage improvements. The level of permitting required will be determined after the analysis of required capacity is completed. An additional benefit of this chan ge is an overall shorter construction period as compared to completing two separate construction projects. Task D: The Project's original scope assumed modifications to the existing environmental resource permits approved with the existing four-lane roadway (expandable to six lanes). During the pre-application meeting with the South Florida Water Management District (SFWMD) in November 2020, the District requested new applications since it has been over 10 years since the existing permits were issued. Task E: Field work performed for pavement design analysis completed during the 30% design stage showed the existing pavement to be in worse condition than originally estimated. Due to the depth of cracking encountered in the asphalt in some areas, a full depth asphalt replacement may be necessary. Our consultant has recommended additional testing be performed to provide better information on the condition of the existing pavement. By pinpointing some areas for milling and resurfacing, the ultimate construction costs can be reduced considerably. FISCAL IMPACT: Funding for Change Order No. 1 totals $256,296. Funding in the amount of $150,622 is available within Stormwater Capital Fund 325, Project 60126. The remaining funding, in the amount of $105,674, is available in impact fees, Project 60199. 16.A.13 Packet Pg. 422 05/11/2021 GROWTH MANAGEMENT IMPACT: This project is in accordance with the goals and objectives of the Transportation Element of the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval.-SRT RECOMMENDATION: To approve Change Order No. 1 to Contract Number 19-7494, “Design and Related Services for Vanderbilt Beach Road Widening from east of U.S. 41 to east of Goodlette -Frank Road," with Jacobs Engineering Group Inc. (Project Number 60199), to increase the purchase order in the amount of $256,296, and to extend the length of the design contract by 90 days. Prepared by Dennis F. McCoy, P.E., Sr. Project Manager, Transportation Engineering Division ATTACHMENT(S) 1. CO 1 Agrmnt 19 7494 040921 (PDF) 2. VBRIII_CO1 Sub Consult binder 4.12.21 (PDF) 3. [Linked] 19-7494 JacobsEngineering_Contract- (PDF) 16.A.13 Packet Pg. 423 05/11/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.13 Doc ID: 15499 Item Summary: Recommendation to approve Change Order No. 1 to Contract Number 19-7494, “Design and Related Services for Vanderbilt Beach Road Widening from east of U.S. 41 to east of Goodlette- Frank Road," with Jacobs Engineering Group Inc. (Project Number 60199), to increase the budget in the amount of $256,296, to extend the length of the design contract by 90 days. Meeting Date: 05/11/2021 Prepared by: Title: Project Manager – Transportation Engineering Name: Dennis McCoy 04/12/2021 10:53 AM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 04/12/2021 10:53 AM Approved By: Review: Growth Management Department Lissett DeLaRosa Level 1 Reviewer Completed 04/12/2021 11:08 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 04/12/2021 11:14 AM Procurement Services Sara Schneeberger Additional Reviewer Completed 04/12/2021 11:46 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 04/12/2021 1:32 PM Transportation Engineering Marlene Messam Additional Reviewer Completed 04/12/2021 2:22 PM Procurement Services Sandra Herrera Additional Reviewer Completed 04/12/2021 2:24 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 04/12/2021 2:28 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 04/12/2021 2:36 PM Transportation Engineering Jay Ahmad Additional Reviewer Completed 04/12/2021 2:43 PM Procurement Services Sue Zimmerman Additional Reviewer Completed 04/12/2021 5:17 PM Capital Project Planning, Impact Fees, and Program Management Robert Wiley Additional Reviewer Completed 04/12/2021 5:26 PM County Manager's Office Amy Patterson Additional Reviewer Completed 04/15/2021 2:08 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 04/16/2021 1:34 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 04/19/2021 1:26 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 04/19/2021 1:48 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 04/19/2021 3:07 PM 16.A.13 Packet Pg. 424 05/11/2021 Office of Management and Budget Susan Usher Additional Reviewer Completed 05/03/2021 4:14 PM County Manager's Office Geoffrey Willig Level 4 County Manager Review Completed 05/04/2021 11:45 AM Board of County Commissioners Geoffrey Willig Meeting Pending 05/11/2021 9:00 AM 16.A.13 Packet Pg. 425 16.A.13.aPacket Pg. 426Attachment: CO 1 Agrmnt 19 7494 040921 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank Road) 16.A.13.aPacket Pg. 427Attachment: CO 1 Agrmnt 19 7494 040921 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank Road) 16.A.13.aPacket Pg. 428Attachment: CO 1 Agrmnt 19 7494 040921 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank Road) 16.A.13.aPacket Pg. 429Attachment: CO 1 Agrmnt 19 7494 040921 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank Road) 16.A.13.aPacket Pg. 430Attachment: CO 1 Agrmnt 19 7494 040921 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank Road) 16.A.13.aPacket Pg. 431Attachment: CO 1 Agrmnt 19 7494 040921 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank Road) 16.A.13.aPacket Pg. 432Attachment: CO 1 Agrmnt 19 7494 040921 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank Road) 16.A.13.aPacket Pg. 433Attachment: CO 1 Agrmnt 19 7494 040921 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank Road) 16.A.13.aPacket Pg. 434Attachment: CO 1 Agrmnt 19 7494 040921 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank Road) 16.A.13.b Packet Pg. 435 Attachment: VBRIII_CO1 Sub Consult binder 4.12.21 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank 16.A.13.b Packet Pg. 436 Attachment: VBRIII_CO1 Sub Consult binder 4.12.21 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank 16.A.13.b Packet Pg. 437 Attachment: VBRIII_CO1 Sub Consult binder 4.12.21 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank 16.A.13.b Packet Pg. 438 Attachment: VBRIII_CO1 Sub Consult binder 4.12.21 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank 16.A.13.b Packet Pg. 439 Attachment: VBRIII_CO1 Sub Consult binder 4.12.21 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank 16.A.13.b Packet Pg. 440 Attachment: VBRIII_CO1 Sub Consult binder 4.12.21 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank 16.A.13.b Packet Pg. 441 Attachment: VBRIII_CO1 Sub Consult binder 4.12.21 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank 16.A.13.b Packet Pg. 442 Attachment: VBRIII_CO1 Sub Consult binder 4.12.21 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank 16.A.13.b Packet Pg. 443 Attachment: VBRIII_CO1 Sub Consult binder 4.12.21 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank 16.A.13.b Packet Pg. 444 Attachment: VBRIII_CO1 Sub Consult binder 4.12.21 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank 16.A.13.b Packet Pg. 445 Attachment: VBRIII_CO1 Sub Consult binder 4.12.21 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank 16.A.13.b Packet Pg. 446 Attachment: VBRIII_CO1 Sub Consult binder 4.12.21 (15499 : Change Order No 1 for VBR Widening from E of US 41 to E of Goodlette-Frank PROFESSIONAL SERVICES AGREEMENT Contract # 19-7494 for Vanderbilt Beach Road 6 Lane Widening Project FN� CCNA ❑ NON-GGNA THIS AGREEMENT is made and entered into thisQ5�'day of �Flord a0pZ by and between the Board of County Commissioners for Collier County, subdivision of the State of Florida (hereinafter referred to as the "COUNTY") and authorized Jacobs En ineerin Grou , Inc to do business in the State of Florida, whose business address is here Wafter 5801 Pelican BayBlvd., Suite 505, Naples, Florida 34801 referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESS ETH: WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning Vanderbilt Beach Road 6 Lane Widening 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, Page 1 Of 32 PSA Single Project Agreement 2017.010 Ver.2 Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. 1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to the COUNTY. 1.5. CONSULTANT designates Bill Gramer, PE, AICP 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,2 CC-S 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.2 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 CO.UNTY'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 2017.010 Ver.2 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.2 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 to its schedule provided, however, the granting of any such time extension shall not be a condition Page 6 of 32 PSA Single Project Agreement 2017.010 Ver.2 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 thisAgreement m the COUNTY may have ythe COUNTY to CONSULTANT againstt CONSULTANT for delay be deemed a waiver of anyny ri g 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. ❑ ageffey- Page 7 of 32 PSA Single Project Agreement 2017.010 Ver.2 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, , evaluations s drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, , 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 any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. Page 8 of 32 PSA Single Project Agreement 2017.010 Ver.2 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. 8.1.2. To the extent that the Agreement that the work pertains to is a "Professional Services Contract" as defined in Section 725.08(3), Florida Statutes, and the CONSULTANT is a "Design Professional" as defined in Section 725.08(4), Florida Statutes, the indemnification provided herein shall be limited as provided in Sections 725.08(1) & (2), Florida Statutes. ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2. All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3. All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests' provisions. 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. Page 9 of 32 PSA Single Project Agreement 2017.010 Ver.2 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4. CONSULTANT, its subconsultants and the COUNTY shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by the COUNTY, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT's own staff, unless otherwise authorized in writing by the COUNTY. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the COUNTY. No provision of this Agreement shall, however, be construed as constituting an agreement between the COUNTY and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the COUNTY beyond such as may then otherwise exist without regard to this Agreement. 10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. All personnel, identified in Schedule F shall not be removed or replaced without the COUNTY's prior written consent. 10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the 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 Page 10 of 32 PSA Single Project Agreement 2017.010 Ver.2 CCAC between the COUNTY and any subconsultant or subcontractor. Further, all such contracts shall .provide that, at the COUNTY's discretion, they are assignable to the COUNTY upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT's acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against the COUNTY arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT's services nor payment by the COUNTY shall be deemed to be a waiver of any of the COUNTY's rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for the COUNTY to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT's failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT's failure to properly and timely perform the services to be provided hereunder or as directed by the COUNTY, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT's principals, officers or directors, or (d) CONSULTANT's failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT's failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The COUNTY may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that the COUNTY otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against the COUNTY shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. The COUNTY shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against the COUNTY shall be limited to that portion of 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 Ver.2 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. Fol 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.2 9 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 furtheconflict ln any manner witthe perfrmance of r represents that no pehsons haviservices required hereunder. CONSULTANT any suchinte interest p shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the COUNTY shall be in writing and shall be delivered by hand, email, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following the COUNTY's address of record: Board of County Commissioners for Collier County, Florida Division Name: Transportation Engineering Division Division Director: Ja Ahmad Address: 2885 Horseshoe Drive South Naples, Florida 34104 Administrative Agent/PM: ari 2 2 t uen, Senior Project Manaqer Telephone: E-Mail(s): Mario PuenteCcpcolliercountyfl.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: Jacobs Engine Grou Inc. Address: 5801 Pelican Blvd. Suite 505 Naples, Florida 34801 Attention Name & Title: Thomas J. 35 hart Vice President Telephone: E-Mail(s): Tom Meinharta-iacobs com Page 13 of 32 PSA Single Project Agreement 2017.010 Ver.2 CCA( 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 reprsstfnelCOUNTYCOUNTY, a duty of the highesttrust,best confidence,interests and fair COUNTY and assume toward 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 shall not beovision of this construed to begreement a modification loftthe termseof to be a waiver of any other breach a this Agreement. 17.5. The headings of the Articles, Schedules, only and shall nAttachments ot be deemed to expand, limit or Agreement are for the purpose of convenience 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 forche oratter set forth effect whatever eon this in, and any such prior agreements or understanding shallno 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 several t nptrumenteach of which shall be an original and all of which shall constitute but one and the same 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 FN� Schedule E CCNA Protects: TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL Schedule G Other: N/A Solicitation # 19-7494 including all Attachment(s), Exhibit(s) &Addendum Consultant's Proposal Page 14 of 32 PSA Single Project Agreement 2017.010 Ver.2 CCA( G 0 - Et-DeC-t�•r��tr�-u�e�-- GQNSU-L-T-ANT-a 17.11. Applicability. Sections corresponding to any checked box (0 ) 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. FE] 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 e tooinaccu,incomplete, ornoncurrent y sums by ch the eo wage UNTY determines the compensation was increased rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by the COUNTY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or Page 15 of 32 PSA Single Project Agreement 2017.010 Ver.2 CAO 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 sea. 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. Page 16 of 32 PSA Single Project Agreement 2017.010 Ver.2 9 IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement the day and year first written above. ATTEST: Crystal K'` Kin2�11'Clerk of Courts & nature only. ppr v as o or and Legality: County Attorney Name Consultant's Witnesses: el a K `t 1� Wry W& ck . ss Name and Title - `A Name and Title BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA AO - Chairman Consultant: Jacobs Engineering Group, Inc. By: — --)q -fham,a� J. Mein'VW),. Sr. V+cz P�esidev►i-` Name and Title Page 17 of 32 PSA Single Project Agreement 2017.010 Ver.2 C SCHEDULE A SCOPE OF SERVICES 0 following this page (pages 1 through 74 ) Page 18 of 32 PSA Single Project Agreement 2017.010 Ver.2 EXHIBIT A Vanderbilt Beach Road 6 Lane Widening Scope of Services October 2019 4 1 PURPOSE .............................................................................................................. 6 2 PROJECT DESCRIPTION...................................................................................... 3 PROJECT COMMON AND PROJECT GENERAL TASKS..................................16 24 4 ROADWAY ANALYSIS ......................................... ................................................ 28 5 ROADWAY PLANS............................................................................................... 31 6a .................................................................................. DRAINAGE ANALYSIS ....... 33 6bDRAINAGE PLANS............................................................................................. 34 7 UTILITIES............................................................................................................. 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES .................. 38 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS.......................................................................................................... 41 10 STRUCTURES — BRIDGE DEVELOPMENT REPORT ........................................ 42 11 STRUCTURES - TEMPORARY BRIDGE (NOT APPLICABLE) .......................... 42 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE ....................................... 42 13 STRUCTURES — MEDIUM SPAN CONCRETE ................................................... 42 14 STRUCTURES — STRUCTURAL STEEL BRIDGE (Not applicable to this 42 project) ................................................ .................................................................. 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE (Not applicable to this 42 project) ............................................... ................................................................... 16 STRUCTURES - MOVABLE SPAN (Not applicable to this project) ...................... 42 17 STRUCTURES — RETAINING WALLS................................................................. 42 18 STRUCTURES - MISCELLANEOUS................................................................... 43 19 SIGNING AND PAVEMENT MARKING ANALYSIS ............................................. 44 20 SIGNING AND PAVEMENT MARKING PLANS ................................................... 44 46 21 SIGNALIZATION ANALYSIS................................................................................ ........................................................... 22 SIGNALIZATION PLANS ..........................48 Im 23 LIGHTING ANALYSIS.......................................................................................... 50 24 LIGHTING PLANS................................................................................................ 52 25 LANDSCAPE ARCHITECTURE ANALYSIS........................................................ 53 26 LANDSCAPE ARCHITECTURE PLANS.............................................................. 53 27 SURVEY .................................................................................................... ...........55 28 PHOTOGRAMMETRY..........................................................................................60 29 MAPPING............................................................................................................. 62 30 TERRESTRIAL MOBILE LiDAR.......................................................................... 64 31 ARCHITECTURE DEVELOPMENT (Not applicable) ............................................ 65 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGNPHASE...................................................................................................65 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS (Not applicable) ...... 65 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS ...................................... 65 35 GEOTECHNICAL................................................................................................. 65 36 PROJECT REQUIREMENTS............................................................................... 73 37 INVOICING LIMITS...............................................................................................74 A-3 ED SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES, ROADWAY DESIGN This Exhibit forms an integral part of the agreement between the Collier County Board of County Commissioners (hereinafter referred to as the COUNTY) and Jacobs Engineering Group Inc. (hereinafter referred to as the CONSULTANT) relative to the transportation facility described as follows: County Project No.: 60199 Federal Aid Project No.: N/A Description: Vanderbilt Beach Road 6-Lane Widening (CR 862) from US 41 to Airport -Pulling Rd. Bridge No(s).: N/A Rail Road Crossing No: N/A 1. PURPOSE The purpose of this Exhibit is to describe the scope of work and the responsibilities of the CONSULTANT and the COUNTY regarding 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. Major work groups include: 3.1 Minor Highway Design, 3.2 Major Highway Design, 6.1 Traffic Engineering Studies, 6.3.1.ITS Analysis & Design, 7.1 Signing, Pavement Marking & Channelization, 7.2 Lighting, 7.3 Signalization, 8.1 Control Surveying, 8.2 Design, Right of Way Construction Surveying, 8.3 Photogrammetric Mapping, 8.4 Right of Way Mapping, 9.1 Soil Exploration, 9.2 Geotechnical Classification Lab Testing, , 9.5 Geotechnical Specialty Lab Testing, 15.0 Landscape Architect The Firms submitting as the PRIME CONSULTANT at a minimum must be pre -qualified through the Florida Department of Transportation (FDOT) in the following work groups: Group 3 - Highway Design — Roadway: 3.1 Minor Highway Design; 3.2 Major Highway Design; 7 Traffic Operation design; 7.1 Signing Pavement. The general objective is for the CONSULTANT to prepare a set of contract documents including plans, specifications, supporting engineering analysis, calculations and other technical documents in accordance with FDOT and COUNTY policy, procedures and requirements. These Contract documents will be used by the contractor to build the project and test the project components. A-4 90 These Contract documents will be used by the COUNTY and/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 through the design process. 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 FDOT procedures. CONSULTANTs are expected to know the laws and rules governing their professions and are expected to provide services in accordance with current regulations, codes and ordinances and recognized standards applicable to such professional services. The CONSULTANT shall provide qualified technical and professional personnel to perform to COUNTY and FDOT standards and procedures, the duties and responsibilities assigned under the terms of this agreement. The CONSULTANT shall utilize the best engineering judgment, practices, and principles 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 peer 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. The designer shall adhere to the current Collier County Traffic Operations specifications to minimize redesign. A-5 2. PROJECT DESCRIPTION Vanderbilt Beach Road (CR 862) Widening (herein after referred to as "VBR 6- lane Widening") is planned as a multilane divided facility beginning just east of US41 and ending just west of Airport -Pulling Road in Collier County, Florida. The project is approximately 1.8 miles long and is expected to match the terminus of the existing 6-lane section east of Goodlette-Frank Road. The CONSULTANT shall investigate the status of the project and become familiar with concepts and commitments (typical sections, alignments, environmental studies, noise studies, etc.) developed from prior studies and/or activities. The CONSULTANT shall use the approved concepts as a basis for the design unless otherwise directed by the COUNTY. 2.1 Project General and Roadway (Activities 3, 4, and 5) Plan Type: The CONSULTANT shall prepare plan and profile construction drawings per the most current FDOT's Design manual. Typical Sections: The CONSULTANT shall provide construction drawings for a six -lane urban roadway within the existing right of way, maintaining the existing sidewalks while providing bike lanes adjacent to the outside lane on both sides of the facility. The design shall maintain four lanes from the intersection of US-41 to a point east where it will transition to six lanes, at the intersection of Vanderbilt Beach Road and Strada Place. From that point on, the six -lane improvement shall continue to a point between Goodlette Frank Rd. and Airport Pulling Rd. N. where it will meet the existing six lane section. Public Involvement: The CONSULTANT shall prepare for and attend two (2) 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 other public meetings as directed by the COUNTY. Please see Section 3.1 for details. The CONSULTANT is expected to meet with various Civic Associations and/or Homeowners Associations. Joint Project Agreements: Not applicable Specification Package Preparation: Use FDOT and COUNTY Specifications — current editions, and any required project specific Technical Special Provisions. Value Engineering: Value Engineering/Independent Peer Review services will 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 FDOT Design Manual. Deviations from the criteria and processes provided in the FDM must be approved by the COUNTY in writing. U Typical Section: The CONSULTANT shall provide all typical sections required for the project Pavement Design: The CONSULTANT shall provide all pavement designs required for the project. Cross Slope: The CONSULTANT shall evaluate any necessary modifications to cross slopes of existing pavement to be retained as part of this project. Major Intersections: Strada Place and Goodlette Frank Road. Roadway Alternative Analysis: The CONSULTANT shall evaluate all necessary alternative analysis as part of this project. Level of TCP Plans: The CONSULTANT shall provide Temporary Traffic Control Plans as required. Special consideration shall be given to surrounding business' access points e.g. around Strada PI. It is anticipated that the project will require Level II Plans. Temporary Lighting: The CONSULTANT is responsible for any temporary lighting designs necessary for the project (when/if required). Temporary Signals: The CONSULTANT is responsible for any temporary signals designs necessary for the project (when/if required). Temporary Drainage: The CONSULTANT is responsible for any temporary drainage designs necessary for the project (when/if required). Design Variations/Exceptions: Possible Design Variation may include the following elements: • Median width after the intersection with Goodlette Frank Road • Turn Lane widths • Bike Lane Widths Back of Sidewalk Profiles: Not applicable Landscaping: Not applicable, However, CONSULTANT will design irrigation and electrical conduit locations per direction from Collier County Landscape Department. In addition, any special Landscape Median Fill will be specified per direction from Collier County Landscape Department. 2.2. Drainage System Type: The existing stormwater management is a closed system with treatment being provided in the median and in stormwater ponds. The modified stormwater system will be designed to meet the intent of the existing two (2) SFWMD Permits. 2.3. Utilities Coordination (Activity 7) The CONSULTANT shall identify and depict all public and private utilities within the project limits. A-7 CCA 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 Agency Owners (UAO) and meet production schedules. The CONSULTANT shall follow FDOT and COUNTY standards, policies, procedures, practices, and design criteria 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. 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. 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: A-8 CCA1 • South Florida Water Management District. The two (2) original South Florida Water Management District Permits took in consideration the widening of the facility to six lanes. This Project will "Letter Modify" the two existing permits to account for the proposed changes. • Department of Environmental Protection — As required. Services will be provided as Optional Services. • United States Coast Guard — Not applicable • United States Army Corps of Engineers — Not applicable The CONSULTANT is responsible for the identifying and applying for all necessary permits for the project. The CONSULTANT is responsible for all permit coordination and revisions necessary to obtain the required permits. All application and processing fees associated with permitting activities shall be paid for by the COUNTY d►rectly to each applicable agency_. The COUNTY will direct use of mitigation banks as required. 2.5. Structures (Activities 9 — 18) Bridges: Not applicable. Retaining Walls: As required. Noise Barrier Walls: Not applicable. Miscellaneous: The CONSULTANT shall provide all design services and deliver construction documents for any miscellaneous structures required for the project. 2.6. Signing and Pavement Markings (Activities 19 & 20) The CONSULTANT shall provide all design services and deliver construction documents for all signing and pavement markings required for the project. 2.7. Signalization (Activities 21 & 22) The CONSULTANT shall provide all design services and deliver construction documents for all signalization required for the project. 2.8. Lighting (Activities 23 & 24) Existing lighting levels do not meet current standards. This existing lighting shall be replaced with the Apollo Metro Solutions LED Luminaire CC-SL3-V1.2 per the existing RFP 15-6508 either on both sides of Vanderbilt Beach Road or in the Median where possible. Mounting height should be limited to 35 — 40 feet. The CONSULTANT will analyze current locations and provide recommendation for alternative locations and foundations types. Lighting foundations will require both spread footings and standards footings. A-9 CCA( Lighting Design will require coordination with existing and/or proposed landscaping. 2.9. Landscape Architecture (Activities 25 & 26) The Consultant to provide coordination with existing and/or proposed underground utilities including but not limited to lighting, drainage and ITS. Landscape coordination includes proposed conduits and sleeves for proposed landscaping items. Architectural Pavers will be designed in medians where applicable. The Consultant will not provide analysis and/or Landscaping Irrigation and Planting Plans. Outdoor Advertising: Not applicable 2.10.. Survey (Activity 27) Design Survey: All survey required for the project, including a detailed topographic and control survey from US41 to Airport Pulling Road, including all intersections in between, within Collier County existing ROW. Subsurface Utility Exploration: As directed by the COUNTY. 2.11. Photogrammetry (Activity 28) Not applicable 2.12. Mapping (Activity 29) Control Survey Map: The CONSULTANT is responsible for all Control Survey Maps necessary for the project. Right of Way Map: Not applicable Legal Descriptions: The CONSULTANT is responsible for all Legal Descriptions necessary for the project. These are limited to Temporary Construction and/or Driveway Restoration Easements. Maintenance Map: Not applicable Miscellaneous Items: Not applicable 2.13. Terrestrial Mobile LiDAR (Activity 30) Not applicable 2.14. Architecture (Activity 31) Not applicable 2.15. Noise Barriers (Activity 32) Not applicable A-10 CAO 2.16. Intelligent Transportation Systems (Activities 33 & 34) Not applicable 2.17. Geotechnical (Activity 35) The CONSULTANT shall be responsible for all necessary geotechnical activities associated with/required for this project. 2.18. Project Schedule The CONSULTANT shall provide a detailed project activity/event schedule for COUNTY and CONSULTANT activities required to meet the completion date for design. The schedule shall indicate, at a minimum, submission dates for Phase I, II, III, IV, and SFWMD submittal packages. The schedule shall allow at a minimum twenty-one calendar days for the COUNTY reviews of the Phase II, III, and IV plans. A constructability review will be conducted by the COUNTY between the Phase II and III plan submittals. The Bid Plans shall not be submitted prior to obtaining a notice of intent to permit from SFWMD. Periodically, throughout the duration of the project, the design schedule shall be reviewed and, with the approval of the COUNTY, adjusted as necessary to incorporate changes in the work concept and progress to date. 2.19. Submittals The CONSULTANT shall furnish construction contract documents as required by the COUNTY to adequately control, coordinate, and approve the work concepts. To expedite the design reviews, the COUNTY prefers to use the Bluebeam Revu software. The CONSULTANT shall set up studio project collaboration sessions in Bluebeam at each phase submittal. The CONSULTANT shall manage the marked -up documents so that comments can be tracked, and are easily organized for hard copy print outs. If the CONSULTANT does not have the use of Bluebeam, a File Transfer server should be used to submit deliverables in Adobe PDF format All submitted documents shall be digitally signed and sealed in accordance with applicable Florida Statutes. All documents shall be developed and submitted in accordance with the latest edition of the FDM 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. A-11 CCAC These can include the alignments, profiles, cross sections, surfaces, etcetera necessary to create the corridor model(s). Critical roadway geometric items, such as the centerlines and profiles of the proposed mainline, side streets, special ditches, and utilities, must be included. These Engineering Data files are considered "Project Documents" as defined in the contract and shall be provided when requested by the COUNTY. All Engineering Data files shall be compatible with Bentley OpenRoads (SS4) Technology platform. All documents shall be digitally sealed in accordance Florida Statutes and the latest editions of the Florida Design Manual and FDOT CADD Manual unless otherwise directed by the COUNTY in writing. Drawings files shall be provided in most current versions of a fully functional MicroStation V8i (.dgn) software format, and also plotted or scanned to an Adobe Acrobat (.pdf) format in individual sheets. Specifications shall be provided in Microsoft Word 2003 or later. 2.20. Provisions for Work All work shall be prepared with English units in accordance (when applicable) with the latest editions of standards and requirements utilized by the COUNTY which include, but are not limited to, publications such as: General 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 A-12 CCA( 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 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) 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 Collier County Right of Way Handbook — Landscape and Irrigation Handbook 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 o Guide for the Design of Bicycle Facilities (AASHTO) o Right -of -Way Mapping Handbook (550-030-015) o Right -of -Way Procedures Manual (575-000-000) A-13 9 o Location Survey Manual (550-030-101) o EFB User Guide o Drainage Manual (625-040-002) o COUNTY's Stormwater Facilities Handbook o Aerial Survey Standards for Transportation o Structures Design Guidelines (625-020-154) o CADD Manual (No. 625-050-001) o CADD Production Criteria Handbook (CPCH) o FDOT Quality/Level of Service Standards Handbook Software & Tables o FDOT Standard K-Factor o FDOT Highway Landscape Guide o Basis of Estimates Manual (600-000-002) Roadway o FDOT — Florida Intersection Design Guide 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 Section 404 Dredge and Fill Permit - USACE o US Fish and Wildlife Service Endangered Species Programs o Florida Fish and Wildlife Conservation Commission Protected Wildlife Permits o FDOT Culvert Handbook 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 • Survey and Mapping o All applicable Florida Statutes and Administrative Codes A-14 CAO 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 Minimum Specifications for Traffic Control Signal Devices o National Electric Safety Code o National Electrical Code o Collier County Signalization Technical Special Provisions 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 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 A-15 e o Soils and Foundation Handbook • Landscape Architecture • Architectural o DMS - Standards for Design of State Facilities o Florida Concrete Products Association o FDOT — ADA/Accessibility Procedure o FDOT — Design Build Procurement and Administration o LEED (Leadership in Energy and Environmental Design) Green Building Rating System o National Concrete Masonry Association o National Electrical Code o Portland Cement Association - Concrete Masonry Handbook o United State Green Building Council (USGBC) 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. Note: Consultant will reasonably rely upon the accuracy, and completeness of the information/data provided by the County or other third parties. 3.0 PROJECT COMMON AND PROJECT GENERAL TASKS Project General Tasks apply to the project as a whole and are described in Sections 3.1 through 3.7 of this Scope of Services. Project Common Tasks apply to most activities of the project included in this A-16 cAo Scope of Work as identified in Sections 4 through 32. Project Research: The CONSULTANT shall perform research of existing DCA, PUD and DRI documents for developments adjacent to the project for commitments regarding Right-of-way, Stormwater Management, Roadway Improvements, or any other commitments involving the interests of the COUNTY. The CONSULTANT shall anticipate up to six (6) PUDS' or DRI's approved by the COUNTY to be incorporated into the plans before the Phase IV plans submittal stage of this contract. After the Phase IV plans submittal incorporating additional DCA's, PUD's or DRI shall be considered Additional Services. Cost Estimates: The CONSULTANT shall be responsible for producing an opinion of probable construction cost estimate and reviewing and updating the cost estimate at project milestones — Phase 1 (30%), II (60%), III (90%), and IV (100% or final) including Note: ENGINEER'S COST OPINIONS OR COST ESTIMATES: In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, ENGINEER makes no warranty that COUNTY'S actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from ENGINEER'S opinions, analyses, projections, or estimates. the bid schedule. 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 (2018) and recurring special provisions and/or COUNTY Specifications. Standard Specifications, recurring special provisions, County Specifications and supplemental specifications should not be modified unless absolutely necessary to control project specific requirements. The first nine sections of the FDOT standard specifications, recurring special provisions and supplemental specifications shall not be modified without written approval of the COUNTY. The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment. These provisions shall be submitted electronically as PDF's. Technical Special Provisions will be developed using Microsoft Word (.doc). Furnishing electronic copy in a format other than Microsoft Word or Adobe Acrobat (pdf) will be considered Additional Services. Field Reviews: Includes all trips required to obtain necessary data for all elements of the project identified in this scope of work. Technical Meetings: Includes meetings with the COUNTY or other Agency staff, between disciplines and CONSULTANTs, such as access management A-17 CAo 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 agenda (when available) and minutes for all meetings attended by them. The meeting minutes are due within five (5) working days of attending the meeting. Quality Assurance/Quality Control: The CONSULTANT shall be accountable for the professional quality, technical accuracy and quality of their work. CONSULTANT prepared surveys, construction plans and contract documents that contain errors or omissions, and results in cost and time overruns on a construction project may result in a claim against the CONSULTANT per F.S. 337.015 (3). The CONSULTANT shall, through all stages of design and project construction, without additional compensation, correct all errors or deficiencies in the designs, maps, drawings, specifications and/or other services furnished by the CONSULTANT under this contract. Independent Peer Reviews: Independent Peer Review and a Constructability/Bid-ability Review for design Phase Plans document submittals are required on this project. These separate reviews shall be completed by someone who has not worked on the plan component that is being reviewed. These could include, but are not limited to a separate office under the Prime's umbrella, a SUBCONSULTANT that is qualified in the work group being reviewed, or a CEI. It does not include persons who have knowledge of the day to day design efforts. The Constructability/Bid-ability Review shall be performed by a person with experience working on COUNTY/FDOT construction projects (CEI, Contractor, etc.). The Independent Peer Review for design Phase Plans submittals shall ensure the plans meet the PPM, Florida Design Manual, Design Standards and CADD Manual. The Constructability/Bid-ability Review shall ensure the project can be constructed and paid for as designed. Constructability/Bid-ability Reviews should be conducted prior to the Phase III (90%) and Phase IV (100%) submittals, using the Phase Review Checklist (Guidance Document 1-1-A) from the Construction Project Administration Manual (CPAM) as a minimum guideline. The CONSULTANT shall submit this checklist, as well as the "marked -up" set of plans during this review, and review comments and comment responses from any previous Constructability/Bid-ability reviews. These items shall be submitted to the assigned COUNTY Project Manager. Supervision: Includes all efforts required to supervise all technical design activities. Coordination: Includes all efforts to coordinate with all disciplines of the project to produce a final set of construction documents. 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. A-18 CAO 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 two (2) public meetings, one after the 30% Phase and one after the 90% Phase 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 after the 30% submittal. The goal of the public meeting will be to introduce the project to the public and receive feedback. 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. The COUNTY shall be responsible for all news/press releases. 3.1.1 Community Awareness Plan The scope is defined under Section 3.1.9 and Section 3.1.10. 3.1.2 Notifications The scope is defined under Section 3.1.9 and Section 3.1.10. 3.1.3 Preparing Mailing Lists The scope is defined under Section 3.1.9 and Section 3.1.10. The mailings will be limited to a 300 feet boundary from the project corridor ROW. 3.1.4 Median Modification Letters The scope is defined under Section 3.1.9 and Section 3.1.10. 3.1.5 Driveway Modification Letters The scope is defined under Section 3.1.9 and Section 3.1.10. 3.1.6 Newsletters A Newsletter will be prepared for each of the two (2) Public Meetings. A-19 CCA 3.1.7 Renderings Graphics showing roadways improvements typical of a public meeting will prepared for each Public Meeting and will be "re -sized" for posting on County Website by County staff. 3.1.8 PowerPoint Presentations Not applicable 3.1.9 Public Meeting Preparations The CONSULTANT shall prepare the necessary materials for use in two (2) public meetings. Including but not limited to all graphics, maps and displays needed. Drafts of all Public Involvement documents shall be submitted to the COUNTY for review and approval prior to printing and/or distribution. Materials to be prepared are at a minimum full size 11x17 plots of the roadway plan, Typical Sections, and the intersection at Vanderbilt Beach Road and Goodlette-Frank Road. 3.1.10 Public Meeting Attendance and Follow-up The CONSULTANT shall attend public meeting(s), assist with meeting setup and take down. The CONSULTANT will attend the meeting(s) with an appropriate number of personnel to assist the COUNTY'S Project Manager. The CONSULTANT shall assist the COUNTY in responding to public comments and questions. 3.1.11 Other Meetings This will include up to six meetings with HOA and other stakeholders as requested by County. 3.1.12 Web Site CONSULTANT will provide Public Involvement Graphics to COUNTY for the COUNTY Website 3.2 Joint Project Agreements — Not Applicable 3.3 Specifications Package Preparation The CONSULTANT shall prepare and provide a specifications package for those specifications NOT considered FDOT Standard Specifications (ex. Lighting, Traffic Signals etc.). The specifications package shall address all items and areas of work and include any Mandatory Specifications, Modified Special Provisions, and Technical Special Provisions. A-20 CAO The specifications package must be submitted for review to the COUNTY's Project Manager along with the 90% Plans. This submittal does not require signing and sealing and shall be coordinated through the County's Project Manager. Final submittal of the specifications package must occur along with the Final Bid Plans. This submittal shall be digitally signed, dated, and sealed in accordance with applicable Florida Statutes. 3.4 Contract Maintenance and Electronic Document Management System (EDMS) 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. CONSULTANT will prepare for and participate in a Value Engineering Review of the Plans after the 30% Plans Submittal. 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 from project to project, depending on size and complexity of the project, as well as the duration of time spent "on the shelf'. Specific services will be negotiated as necessary as a contract amendment. 3.8 Post Design Services Post Design Services may include, but not limited to, meetings, construction assistance (responding to RFIs), plans revisions, shop drawing review, survey services, and as -built drawings preparation. and load ratings. Specific services will be negotiated at a later date as necessary as a contract amendment. Post Design Services are not intended for instances of CONSULTANT errors and/or omissions. All CONSULTANT contact with the Contractor shall be made through the County Construction Project Manager. The CONSULTANT shall not contact the Contractor directly unless there is a possible immediate threat to public health A-21 CCAQ and/or safely. The County's Construction Project Manager must be contacted immediately thereafter. The Contractor will submit a Quality Control Plan to the for review and approval. The Quality Control Plan shall be based on the County Specifications. The Contractor is responsible for having all sampling and testing on the project performed by County certified personnel. The COUNTY CEI is responsible for confirming that all quality control testing and requirements of the approved Quality Control Plan have been executed and the results are satisfactory per the design requirements. The CONSULTANT shall visit the construction site at key phases of the project to verify as -built conditions. This will require the CONSULTANT to coordinate with the COUNTY's Project Manager during construction and attend construction meetings as required or requested by the COUNTY. The CONSULTANT shall meet with the County's Project Manager during the Quality Control submittal/review to establish the anticipated stages of construction. The CONSULTANT must notify the COUNTY's Project Manager of any design related issues as soon as possible. It is important that all significant changes made during construction be documented by the CONTRACTOR in the final as -built plans. The CONTRACTOR shall markup sheets requiring minor (non -engineering analysis) as -built changes and show those changes on the Final Signed and Sealed As - Built Signature Sheet(s). Major changes resulting in issuance of revised contract documents must also be included in the as -built package and recorded appropriately on the Final Signed and Sealed As -built Signature Sheet(s). CONSULTANT will provide PDF's of Plans to CONTRACTOR for preparation of As -Built Drawings by CONTRACTOR. Any changes proposed by the Contractor must be signed and sealed by the Contractor's FOR and approved by the Engineer. This may be a Cost Savings Initiative Proposal (CSIP) redesign or an original design of certain components including Shop Drawings. All original documents obtained by the CONSULTANT will be turned over to the COUNTY at the end of the project or upon request by the COUNTY. All documents obtained for inclusion in the Final As -Built Documents Package must be Quality Control reviewed by the CONSULTANT to ensure correctness and legibility. The CONSULTANT shall contact the COUNTY if any deficiencies are identified. The Final As -Built Documents Package Certification(s) must be digitally signed and sealed by the CONTRACTOR. Quality assurance material testing will be the responsibility of the CONTRACTOR. Note: SERVICES DURING CONSTRUCTION: The presence or duties of CONSULTANT's personnel at a construction site, whether as onsite A-22 9 representatives or otherwise, do not make CONSULTANT or CONSULTANT's personnel in any way responsible for those duties that belong to COUNTY's and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. CONSULTANT and CONSULTANT's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except CONSULTANT's own personnel. The presence of CONSULTANT's personnel at a construction site is for the purpose of providing to COUNTY a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). CONSULTANT neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. 3.9 Digital Delivery The CONSULTANT shall deliver final contract plans and documents in digital format (PDF and CAD). The final contract plans and documents shall be digitally signed and sealed files delivered to the COUNTY on acceptable electronic media, as determined by the COUNTY. Deliverables shall be provided in both pdf and CADD formats. 3.10 Risk Assessment Workshop Not applicable. 3.11 Transit Coordination The CONSULTANT shall coordinate with the COUNTY's Project Manager and Transit Coordinator to include any features needed by the Collier Area Transit (CAT). Note: No. Routes currently exist along Vanderbilt Beach Road. 3.12 Other Project General Tasks A-23 CA 4.0 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 submit a Typical Section Package for review prior to the 30% plans submittal. Minor modifications (if required) shall be incorporated and submitted for final approval by the COUNTY. 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. A letter to the Project Design File documenting the pavement type decision is required, even if no report is performed. 4.3 Pavement Design Package The CONSULTANT shall provide an approved Pavement Design Package 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 new roadway and include in the design any required correction of existing cross -slopes. Cross slope information will be collected at 100' intervals for tangent part of the corridor and at 50' intervals where super elevation occurs. After the analysis of the cross slopes a recommendation will be provided as part of the pavement report. CONSULTANT will coordinate with Collier County Maintenance to help identify any known locations which may be deficient. A Phase II Evaluation may be required based on initial findings. These Services will be considered Additional Services and will be negotiated (if needed) as a Change Order to Contract. 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 d design bicycle ernstADA requirements, elder road user policy, and pedestrian an bicy access management. Analysis will include: A-24 9 Median Widening Options along Vanderbilt Beach Road (Left- Center — Right, Mini-PDE Evaluation) • Entrance at 5/3 Bank Building • Widening VBR west of Strada Place to allow for 6-Lane Transition • Evaluate Dual Left Turn Lanes at Strada Place • Widening of VBR/Goodlette Frank Road Intersection • Widening Vanderbilt Beach Road to the north/south after the intersection with Goodlette Frank Road. • Safety and ADA Upgrades/Improvements on VBR from Bay Laurel Drive to Airport Pulling Road. • Access Management Evaluation (Signal, U-Turn, Directional) Cross Slope Evaluation Existing Pavement Evaluation The CONSULTANT shall also develop utility conflict information to be provided to project Utility Coordinator and shall obtain and review Utility Work Schedules. 4.6 Access Management The CONSULTANT shall incorporate access management standards for the project in coordination with COUNTY staff. The CONSULTANT shall review adopted access management standards and the existing access conditions (signalized intersection spacing, median opening spacing, and connection spacing). 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. n and The COUNTY shall provide mCONCEPT VALIDATION classification& UPDATE studies alond public information derived hearings to be used by the CONSULTANT. 4.7 Roundabout Evaluation Not applicable. 4.8 Roundabout Final Design Analysis Not applicable. 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. A-25 CCA 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. It is anticipated that the plans will be Level II Traffic Control Plans. The CONSULTANT shall investigate the need for temporary traffic signals and temporary lighting in the analysis if needed. The Traffic Control Plan shall be prepared by a certified designer who has completed training as required by the 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 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 (Level II) showing each phase of the Traffic Control Plan. 4.12 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 Design Variations as required for design of the project. Up to three (3) Design Variations are anticipated. Median width after the intersection with Goodlette Frank Road, Turn Lane widths, Bike Lane Widths. A-26 9 4.13 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'/2'x11" sheets, fully titled, numbered, dated, indexed and signed by the designer and the checker. Computer output forms and other oversized sheets shall be folded to 81/2'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 format. 4.14 Quantities The CONSULTANT shall develop accurate quantities and the supporting documentation, including construction days when required. 4.15 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. 4.16 Technical Special Provisions The CONSULTANT shall provide Technical Special Provisions for all items of work not covered by the FDOT Standard Specifications for Road and Bridge Construction and recurring special provisions. Standard Specifications, recurring special provisions and supplemental specifications should not be modified unless absolutely necessary to control project specific requirements. 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 electronically (PDF's). 4.17 Other Roadway Analyses This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. A-27 CCA 4.18 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 will 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. 4.19 Monitor Existing Structures Not applicable. 4.20 Technical Meetings Includes; meetings with the COUNTY or other Agency staff, between disciplines and CONSULTANTS, such as access management meetings, pavement design meetings, progress review meetings (phase review), road safety audit and miscellaneous meetings necessary for all elements of the roadway analysis identified in this scope of work. 4.21 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. 4.22 Independent Peer Review Please see Section 3.0. 4.23 Supervision Includes all efforts required to supervise all technical design activities. 4.24 Coordination Includes all efforts to coordinate all elements of the roadway analysis to produce a final set of construction documents. 5.0 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. A-28 CA 5.1 Key Sheets 5.2 Summary of Pay Items Sheets (Including Quantity Input) 5.3 Drainage Map Sheets 5.4 Interchange Drainage Map Not applicable. 5.5 Typical Section Sheets 5.6 General Notes/Pay Item Notes Sheets 5.7 Summary of Quantities Sheets 5.8 Box Culvert Data Sheets. Not Applicable 5.9 Bridge Hydraulics Recommendation Sheets. Not applicable. 5.10 Summary of Drainage Structures Sheets 5.11 Optional Pipe/Culvert Material Sheet Not Applicable 5.12 Project Layout Sheets 5.13 Plan/Profile Sheets 5.14 Profile Sheet Not applicable 5.15 Plan Sheets Not applicable 5.16 Special Profile Sheets Not applicable 5.17 Back of Sidewalk Profile Sheet Not applicable 5.18 Interchange Layout Sheet A-29 C Not applicable. 5.19 Ramp Terminal Details (Plan View) Not applicable. 5.20 Intersection Layout Details Sheets (include plateauing of two intersections) 5.21 Miscellaneous Detail Sheets 5.22 Drainage Structure Sheets 5.23 Miscellaneous Drainage Detail Sheets 5.24 Lateral Ditch Plan/Profile Sheets Not applicable 5.25 Lateral Ditch Cross Sections Sheets (Shown on roadway cross section sheets) Not applicable 5.26 Retention/Detention Ponds Detail Sheets Not applicable 5.27 Retention/Detention Ponds Cross Sections Sheets Not applicable 5.28 Cross -Section Pattern Sheet Not applicable. 5.29 Roadway Soil Survey Sheets 5.30 Cross Sections Sheets 5.31 Conceptual Traffic Control Plan Sheets 5.32 Traffic Control Cross Section Sheets 5.33 Traffic Control Detail Sheets 5.34 Utility Adjustment Sheets 5.35 Selective Clearing and Grubbing Sheets A-30 CAC 5.36 Erosion Control Plan Sheets 5.37 SWPPP Sheets 5.38 Project Control Network Sheet 5.39 Interim Standards Sheets 5.40 Utility Verification Sheet (SUE Data) Sheets 5.41 Quality Assurance/Quality Control 5.42 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 make drainage design recommendations to the COUNTY for the type of drainage system that should be used for the project, i.e., closed -drainage system and/or open roadside ditches. Once the drainage system is accepted and approved by the SFWMD, and the Notice of Intent to Permit from SFWMD is received, any changes to the system, requested by the COUNTY, shall be considered as Additional Services. The CONSULTANT is responsible for designing a drainage and stormwater management system that complies with the requirements of the appropriate regulatory agencies (SFWMD) and the FDOT's Drainage Manual. The CONSULTANT shall coordinate fully with the appropriate permitting agencies. The CONSULTANT 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 FDOT Design 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 Not applicable A-31 CAC 6a.3 Pond Siting Analysis and Report Not applicable 6a.4 Design of Cross Drains 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. 6a.5 Design of Ditches As required. 6a.6 Design of Stormwater Management Facility (Offsite or Infield Pond) Not applicable 6a.7 Design of Stormwater Management Facility Not applicable. 6a.8 Design of Floodplain Compensation Not applicable 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 6a.10 Optional Culvert Material Not applicable 6a.11 French Drain Systems Not applicable 6a.12 Drainage Wells Not applicable 6a.13 Drainage Design Documentation Report Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and A-32 CAO decisions, except for stand-alone reports, such as the Pond Siting Analysis Report and Bridge Hydraulics Report. 6a.14 Bridge Hydraulic Report Not applicable. 6a.15 Temporary Drainage Analysis Not applicable. 6a.16 Cost Estimate 6a.17 Technical Special Provisions 6a.18 Other Drainage Analysis Not applicable 6a.19 Field Reviews 6a.20 Technical Meetings 6a.21 Environmental Look -Around Meetings Not applicable 6a.22 Quality Assurance/Quality Control 6a.23 Independent Peer Review Not applicable 6a.24 Supervision 6a.25 Coordination 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. 616.1 Drainage Map 6b.2 Bridge Hydraulics Recommendation Sheets Not applicable A-33 0 6b.3 Summary of Drainage Structures 6b.4 Optional Pipe/Culvert Material Not applicable 6b.5 Drainage Structure Sheet(s) (Per Structure) 6b.6 Miscellaneous Drainage Detail Sheets 6b.7 Lateral Ditch Plan/Profile Not applicable 6b.8 Lateral Ditch Cross Sections Not applicable 6b.9 Retention/Detention Pond Detail Sheet(s) Not applicable 6b.10 Retention Pond Cross Sections Not applicable 6b.11 Erosion Control Plan Sheet(s) Erosion Control Plan sheets do not have to be prepared for projects permitted with the Southwest Florida Water Management District, however erosion control quantities shall be included in the Summary of Pay Items Sheets. 6b.12 SWPPP Sheet(s) 6b.13 Quality Assurance/Quality Control 6b.14 Supervision 7. UTILITIES The CONSULTANT shall identify utility facilities, 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. 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 A-34 e 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) (UAO) 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 Offices as required by the District. 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. 7.4 Exception Processing Not applicable. 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 FDOT 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. 7.6 Individual/Field Meetings The CONSULTANT shall meet with each UAO as necessary, separately or A-35 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 Utility Agency Owner (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 UAO. 7.8 Subordination of Easements Coordination Not applicable. 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 and proposed landscaping, drainage, traffic signalization, maintenance of traffic (construction phasing), review the current design schedule and letting date, evaluate the utility information collected, provide follow-up information on compensable 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 days. See Task 4.5 (HorizontalNertical 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 A-36 CAS 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 Collier County's Public Utilities Department (PUD) the programming of necessary Work Program funds. 7.11 Utility Coordination/Follow-up The CONSULTANT shall review FDOT standards, policies, procedures, and design criteria that are followed concerning utility coordination. The FDOT standards, policies, procedures, and design criteria are contained in the current adopted Design Standards, Standard Specifications for Road and Bridge Construction, Rule 14-46.001 (Utility Accommodation Manual), Utility User's Guide, and any Supplemental Specification, Provision, or Agreement attached to this Contract. 7.12 Utility Constructability Review The CONSULTANT shall review utility schedules against construction contract time, and phasing for compatibility. 7.13 Additional Utility Services The CONSULTANT shall provide additional utility services. The CONSULTANT shall, 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) Not applicable. 7.15 Contract Plans to UAO(s) 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 N/A 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. This scope item is considered an Optional Service if requested by the County. Fees for this item are A-37 CCNC not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 8. ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES The CONSULTANT is responsible for obtaining all permits, compliances, and clearances required for the construction of this project. Permits include SFWMD Permit 11-01270-S (Applications # 950607-1 and 950522-4). It is assumed that no FDEP Permits will be required as part of Basic Services. The CONSULTANT shall notify the COUNTY Project Manager and other appropriate COUNTY personnel in advance of all scheduled meetings with the regulatory agencies to allow a COUNTY representative to attend. The CONSULTANT shall copy in the Project Manager 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 CONSULTANT shall also review for any existing easements or other restrictions that may exist both within or adjacent to 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: Not applicable. 8.2.2 Establish Wetland Jurisdictional Lines and Assessments: Within Project Area Limits. Minimal/No Impacts anticipated. 8.2.3 Species Surveys: Not applicable. 8.2.4 Archaeological Surveys: Not applicable. 8.3 Agency Verification of Wetland Data If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. A-38 CAS 8.4 Complete and Submit Required Permit Applications The CONSULTANT shall prepare permit application packages as identified in the Project Description section. 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 environmental 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 The COUNTY will be responsible for payment of all permit fees. Local Permits: 8.5 Prepare Dredge and Fill Sketches (as needed) Not applicable. 8.6 Prepare USCG Permit Not applicable. 8.7 Prepare Water Management District Right of Way Occupancy Permit Not applicable 8.8 Prepare Coastal Construction Control Line (CCCL) Permit Application Not applicable. 8.9 Prepare Tree Permit Information Not applicable. 8.10 Mitigation Design Not applicable 8.12 Other Environmental Permits Not applicable 8.13 Technical Support to the COUNTY for Environmental Clearances and Re-evaluations A-39 CAS 8.13.1 NEPA or SEIR Re-evaluation: Not applicable. 8.13.2 Archaeological and Historical Features: Not applicable. 8.13.3 Wetland Impact Analysis: The CONSULTANT shall provide necessary technical information to the COUNTY'S Project Manager to analyze the impacts to wetlands and other surface waters due to changes in the project. 8.13.4 Essential Fish Habitat: Not applicable. 8.13.5 Wildlife and Habitat Impact Analysis: Not applicable. 8.13.6 Section 7 or Section 10 Consultation: The CONSULTANT shall provide necessary technical information to the COUNTY'S Project Manager to complete a Section 7 or Section 10 Consultation as applicable. 8.14 Preparation of Environmental Clearances and Reevaluations Not applicable. 8.14.1 NEPA or SEIR Reevaluation: Not applicable. 8.14.2 Archaeological and Historical Features: Not applicable. 8.14.3 Wetland Impact Analysis: Not applicable. 8.14.4 Essential Fish Habitat: Not applicable. 8.14.5 Wildlife and Habitat Impact Analysis: Not applicable. 8.14.6 Section 7 or Section 10 Consultation: Not applicable. 8.15 Contamination Impact Analysis Not applicable. 8.16 Asbestos Survey The CONSULTANT shall secure the services of a Florida Licensed Asbestos CONSULTANT to perform a comprehensive Asbestos Containing Materials (ACM) survey of underground pipes. The survey shall include sampling of all suspect ACM. In the event that ACM is found, the CONSULTANT shall prepare 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 an 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. This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for A-40 Co. fee determination. 8.17 Technical Meetings 8.18 Quality Assurance/Quality Control 8.19 Supervision 8.20 Coordination 9. STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS The CONSULTANT shall analyze, design, and develop contract documents for all structures in accordance with applicable provisions as defined in Section 2.20., Provisions for Work. Individual tasks identified in Sections 9 through 18 are defined in the Staff Hour Estimation Handbook and within the provision defined in Section 2.20, Provisions for Work. Contract documents shall display economical solutions for the given conditions. The CONSULTANT shall provide Design Documentation to the COUNTY with each submittal consisting of structural design calculations and other supporting documentation developed during the development of the plans. The design calculations submitted shall adequately address the complete design of all structural elements. These calculations shall be neatly and logically presented on digital media or, at the COUNTY's request, on 8'/2"x11" paper and all. sheets shall be numbered. The final design calculations shall be signed and sealed by a Florida -licensed professional engineer. A cover sheet indexing the contents of the calculations shall be included and the engineer shall sign and seal that sheet. All computer programs and parameters used in the design calculations shall include sufficient backup information to facilitate the review task. 9.1 Key Sheet and Index of Drawings 9.2 Project Layout 9.3 General Notes and Bid Item Notes 9.4 Miscellaneous Common Details 9.5 Incorporate Report of Core Borings 9.6 Existing Bridge Plans Not applicable. 9.7 Assemble Plan Summary Boxes and Quantities 9.8 Cost Estimate A-41 0 9.9 Technical Special Provisions 9.10 Field Reviews 9.11 Technical Meetings 9.12 Quality Assurance/Quality Control 9.13 Independent Peer Review 9.14 Supervision 9.15 Coordination 10. STRUCTURES— BRIDGE DEVELOPMENT REPORT Not applicable. 11. STRUCTURES - TEMPORARY BRIDGE Not applicable. 12. STRUCTURES - SHORT SPAN CONCRETE BRIDGE Not applicable. 13. STRUCTURES — MEDIUM SPAN CONCRETE Not applicable. 14. STRUCTURES — STRUCTURAL STEEL BRIDGE Not applicable. 15. STRUCTURES - SEGMENTAL CONCRETE BRIDGE Not applicable. 16. STRUCTURES - MOVABLE SPAN Not applicable. 17. STRUCTURES — RETAINING WALLS The CONSULTANT will evaluate the existing retaining wall at the North east corner of VBR and Goodlette to determine necessary repairs. A-42 C 18. STRUCTURES - MISCELLANEOUS The CONSULTANT shall prepare plans for Miscellaneous Structure(s) per the latest FDOT Design Manual. 18.1 Concrete Box Culverts Not applicable 18.2 Concrete Box Culverts Extensions Not applicable 18.2 Concrete Box Culvert Data Table Plan Sheets Not applicable 18.4 Concrete Box Culvert Special Details Plan Sheets Strain Poles - Not applicable 18.5 Steel Strain Poles Not applicable 18.6 Concrete Strain Poles Not applicable 18.7 Strain Pole Data Table Plan Sheets Not applicable 18.8 Strain Pole Special Details Plan Sheets Not applicable Mast Arms 18.9 Mast Arms — Strada, Goodlette 18.10 Mast Arms Data Table Plan Sheets 18.11 Mast Arms Special Details Plan Sheets Overhead/Ca ntilever Sign Structure -Not Applicable 18.12 High Mast Lighting Not Applicable A-43 CAc) 18.13 Noise Barrier Walls Not Applicable 18.14 Special Structures Not Applicable 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 study plans, typical sections, traffic technical memorandum and proposed geometric design alignment to identify proposed sign placements and roadway markings. 19.2 No Passing Zone Study Not applicable. 19.3 Reference and Master Design File The CONSULTANT shall prepare the Signing & Marking Design file to include all necessary design elements and all associated reference files. 19.4 Multi -Post Sign Support Calculations The CONSULTANT shall determine the appropriate column size from the FDOT'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 Not applicable 19.7 Quantities 19.8 Cost Estimate 19.9 Technical Special Provisions 19.10 Other Signing and Pavement Marking Analysis Not applicable A-44 Elk 19.11 Field Reviews 19.12 Technical Meetings 19.13 Quality Assurance/Quality Control 19.14 Independent Peer Review (not applicable) 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 20.3 Tabulation of Quantities 20.4 General Notes/Pay Item Notes 20.5 Project Layout 20.6 Plan Sheet 20.7 Typical Details 20.8 Guide Sign Work Sheet(s) 20.9 Traffic Monitoring Site. Not applicable 20.10 Cross Sections 20.11 Special Service Point Details 20.12 Special Details 20.13 Interim Standards 20.14 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical A-45 C01 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 The CONSULTANT shall perform traffic data collection, including crash reports, 24 hr. machine counts, 8 hr. turning movement counts at the following intersection: VBR/Goodlette Frank 21.2 Traffic Data Analysis The CONSULTANT shall assist County staff with determining signal operation plan, intersection geometry, local signal timings, pre-emption phasing & timings, forecasting traffic, and intersection analysis run. 21.3 Signal Warrant Study One signal warrant study will be performed at Bay Laurel Drive. 21.4 Systems Timings The CONSULTANT shall assist County staff with determining proper coordination timing plans including splits, force offs, offsets, and preparation of Time Space Diagram. County Staff will perform timings. 21.5 Reference and Master Signalization Design File The CONSULTANT shall prepare the Signalization Design file to include all necessary design elements and all associated reference files. 21.6 Reference and Master Interconnect Communication Design File The CONSULTANT shall prepare the Interconnect Communication Design file (if required) to include all necessary design elements and all associated reference files. 21.7 Overhead Street Name Sign Design The CONSULTANT shall design Signal Mounted Overhead Illuminated Street A-46 Name signs. 21.8 Pole Elevation Analysis The CONSULTANT will collect information regarding the existing poles elevations and provide a recommendation for replacement as needed. 21.9 Traffic Signal Operation Report As defined by the COUNTY. 21.10 Quantities 21.11 Cost Estimate 21.12 Technical Special Provisions The CONSULTANT shall meet the latest version of the Collier County Signalization Technical Special Provisions. 21.13 Other Signalization Analysis The CONSULTANT is required to incorporate into the project the following elements: Closed Circuit Television (CCTV) Cameras (as necessary) — the specification for these devices can be found on Collier County's website at http://www colliergov net/your-government/divisions-s-z/traffic- o erations/traffic-technical-special-provisions Vehicle Detection (Inductive loops); web address for these specifications is above. Queue Analysis — Determine auxiliary lanes capacity Any additional Technical Special Provisions (must be approved by Traffic Operations Engineers) 21.14 Field Reviews The CONSULTANT shall collect information from the maintaining agencies and conduct a field review. The review should include, but is not limited to, the following: • Existing Signal and Pedestrian Phasing • Controller Make, Model, Capabilities and Condition/Age Condition of Signal Structure(s) Type of Detection as Compared With Current County Standards A-47 CCAC Interconnect Media Controller Timing Data 21.15 Technical Meetings 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. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications and other services prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be one utilized by the CONSULTANT as part of their normal operation or it may be one specifically designed for this project. 21.17 Independent Peer Review 21.18 Supervision 21.19 Coordination 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: VBR- Strada Intersection VBR — Goodlette Intersection 22.1 Key Sheet 22.2 Summary of Pay Items Including Designer Interface (TRNS*Port) Input 22.3 Tabulation of Quantities 22.4 General Notes/Pay Item Notes 22.5 Plan Sheet 22.6 Interconnect Plans 22.7 Traffic Monitoring Site 0 Not applicable 22.8 Guide Sign Worksheet • US41 • Strada • Goodlette • Airport Pulling 22.9 Special Details 22.10 Special Service Point Details Not applicable 22.11 Mast Arm/Monotube Tabulation Sheet 22.12 Strain Pole Schedule Not applicable 22.13 TCP Signal (Temporary) Not applicable — Assume existing Signal Head location Modifications only for TCP 22.14 Temporary Detection Sheet Not applicable 22.15 Utility Conflict Sheet 22.16 Interim Standards 22.17 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of traffic design drawings, specifications and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications and other services prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verifye utilized by hat the required the CONSULTANT ars part followed. their normal Quality Control Plan may be A-49 cco 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 Not applicable 23.2 Lighting Design Analysis Report The CONSULTANT shall prepare a Preliminary Lighting Design Analysis Report. The report shall be submitted under a separate cover with the Phase II plans submittal. The report shall provide analyses for each typical section of the mainline, and arterial roads. Each lighting calculation shall be properly identified as to the area that it covers. The report shall include the Lighting Design Criteria that will be used and shall include the evaluation of the existing lighting design and a recommendation on upgrading the existing lighting levels. The evaluation shall consider pole heights, lamp wattage, and arm lengths. The evaluation shall be include a cost estimate that includes initial cost in addition to operations and maintenance cost for one year. The report shall also include the lighting calculations for each lighted sign. After approval of the preliminary report, the CONSULTANT shall submit a revised report for the final submittal. The Lighting Design Analysis Report shall include: Voltage drop calculations Load analysis calculations for each branch circuit 23.3 Aeronautical Evaluation Not applicable. 23.4 Voltage Drop Calculations The CONSULTANT shall submit voltage drop calculations showing the equation or equations used along with the number of luminaries per circuit, the length of each circuit, the size conductor or conductors used and their ohm resistance values. The voltage drop incurred on each circuit (total volts and percentage of drop) shall be calculated, and all work necessary to calculate the voltage drop values for each circuit should be presented in such a manner as to be duplicated by the County. A-50 CCNO The Voltage Drop Calculations shall be submitted as part of the Lighting Design Analysis Report. 23.5 FDEP Coordination and Report 23.6 Reference and Master Design Files The CONSULTANT shall prepare the Lighting Design file to include all necessary design elements and all associated reference files. 23.7 Temporary Lighting Not applicable. 23.8 Design Documentation The CONSULTANT shall submit a Design Documentation with each plans submittal under a separate cover and not part of the roadway documentation book. At a minimum, the design documentation shall include: • Phase submittal checklist. • Structural calculations for special conventional pole concrete foundations. Correspondence with the power company concerning new electrical service. 23.9 Quantities Includes all work required to determine the project quantities. 23.10 Cost Estimate 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 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 Collier County Traffic Operations Technical Special Provisions for lighting. Standard Specifications, recurring special provisions and supplemental specifications should not be modified unless absolutely necessary to control project specific requirements. The first nine sections of the standard specifications, recurring special provisions and supplemental specifications shall not be modified without written approval of the COUNTY. All modifications to other sections must be justified to the Project Manager 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 A-51 e 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. 23.12 Other Lighting Analysis 23.13 Field Reviews The CONSULTANT shall collect information from the maintaining agencies and conduct a field review. The review should include but is not limited to the following: • Existing Lighting Equipment • Load Center, Capabilities and Condition/Age • Condition of Lighting Structure(s) • Verification of horizontal clearances • Verification of breakaway requirements 23.14 Technical Meetings 23.15 Quality Assurance/Quality Control 23.16 Independent Peer Review 23.17 Supervision 23.18 Coordination 24. LIGHTING PLANS The CONSULTANT shall prepare a set of Lighting Plans in accordance with all applicable County Standards. 24.1 Key Sheet 24.2 Summary of Pay Item 24.3 Tabulation of Quantities 24.4 General Notes/Pay Item Notes 24.5 Pole Data, Legend & Criteria 24.6 Service Point Details 24.7 Project Layout A-52 CC81 24.8 Plan Sheet 24.9 Special Details 24.10 Temporary Lighting Data and Details — Not Applicable 24.11 Traffic Control Plan Sheets _- Not Applicable 24.12 Interim Standards - Not Applicable 24.13 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of traffic design drawings, specifications and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications and other services prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be one utilized by the CONSULTANT as part of their normal operation or it may be one specifically designed for this project. 24.14 Supervision 25. LANDSCAPE ARCHITECTURE ANALYSIS The CONSULTANT shall analyze and document Landscape Architecture Tasks in accordance with County Standards. The scope of this section is limited to coordination with other discipline and other proposed activities regarding the placement of light fixture, signals and signage that may impact the existing landscape. 25.1 Data Collection Not applicable 25.2 Site Inventory and Analysis Not applicable 25.3 Planting Design Not applicable 25.4 Irrigation Design Not applicable A-53 CCA 25.5 Hardscape Design Landscape/Irrigation Plans are not included in this Scope of Services. The CONSULTANT shall provide "base level of landscaping" in the roadway plans as follows: electrical and irrigation sleeving, clean median backfill with landscape quality soil, non -mountable Type F curbing and brick pavers at the median ends. Specification and references in "Landscape and Irrigation Specifications for Beautification Improvements" are found in the Collier County's Right of Way Manual. Plans will be reviewed by Collier County Landscape Design and Maintenance Staff. 25.6 Plan Summary Boxes Not applicable 25.7 Cost Estimates Not applicable 25.8 Technical Special Provisions Not applicable 25.9 Other Landscape Architecture Not applicable 25.10 Outdoor Advertising Not applicable. 25.11 Field Reviews 25.12 Technical Meetings I Public Meetings Not applicable 25.13 Quality Assurance/Quality Control 25.14 Independent Peer Review Not applicable 25.15 Supervision 25.16 Project Coordination 25.17 Interdisciplinary Coordination A-54 CAS 26. LANDSCAPE ARCHITECTURE PLANS The CONSULTANT shall prepare a set of Landscape Plans which includes the following. Not Applicable 26.1 Key Sheet - Not Applicable 26.2 Tabulation of Quantities - Not Applicable 26.3 General Notes -Not Applicable 26.4 Tree and Vegetation Inventory, Protection and Relocation Plans - Not Applicable 26.5 Planting Plans for Linear Roadway Projects - Not Applicable 26.6 Planting Plans (Interchanges and Toll Plazas) - Not applicable 26.7 Planting Details and Notes - Not Applicable 26.8 Irrigation Plans for Linear Roadway Project -Not Applicable 26.9 Irrigation Plans for Interchange and Toll Plazas - Not applicable 26.10 Irrigation Details and Notes - Not Applicable 26.11 Hardscape Plans: Not Applicable 26.12 Hardscape Details and Notes - Not Applicable 26.13 Maintenance Plan - Not Applicable 26.14 Cost Estimate - Not Applicable 26.15 Quality Assurance/Quality Control - Not Applicable 26.16 Supervision - Not Applicable 27. SURVEY The CONSULTANT shall perform survey tasks in accordance with County standards. The CONSULTANT shall submit all survey notes and computations to document the surveys. All field survey work shall be recorded in approved media and submitted to the COUNTY. Field books submitted to the COUNTY must be of an approved type. The field books shall be certified by the surveyor in responsible charge of work being performed before the final product is submitted. A-55 CCAII The survey notes shall include documentation of decisions reached from meetings, telephone conversations or site visits. All like work (such as bench lines, reference points, etc.) shall be recorded contiguously. The COUNTY may not accept field survey radial locations of section corners, platted subdivision lot and block corners, alignment control points, alignment control reference points and certified section corner references. The COUNTY may instead require that these points be surveyed by true line, traverse or parallel offset or Global Positioning Systems (GPS) 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. Includes analysis and processing of field collected data. 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 field collected data. . 27.3 Alignment and/or Existing Right of Way (R/W) Lines Establish, recover or re-establish project alignment. Also includes analysis and processing of all field collected data, existing maps, and/or reports for identifying mainline, based on Right of Way information provided by the County. Depict alignment and/or existing R/W lines (in required format) per COUNTY RAN Maps, platted or dedicated rights of way. 27.4 Aerial Targets Not applicable 27.5 Reference Points Reference Horizontal Project Network Control (HPNC) points, project alignment, vertical control points, section, % section, center of section corners and General Land Office (G.L.O.) 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) A-56 CCA Locate 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 as needed for designation. Location includes non- destructive excavation to determine size, type and location of existing utility, as necessary for final 3-dimensional verification. Survey includes collection of data on points as needed for designates and locates. Includes analysis and processing of all field collected data, and delivery ofalappropriate electronic l files. See also Utilities Section 7.13 The CONSULTANT shall SUE locations (deemed to be in potential conflict areas) that include 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 ink will be areas that rthworp erx�avation tharmed to perly will be sign for any new underground infrastructure o constructed on the project. The CONSULTANT's approach to practicing SUE shall be consistent with the American Society of Civil Engineers (ASCE) Standard (Cl/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 A-57 co 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. 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. Consultant will determine needs for maintenance and cleaning and make recommendations to County. 27.13 Bridge Survey (Minor/Major) Not applicable. 27.14 Channel Survey Not applicable. 27.15 Pond Site Survey Not applicable. 27.16 Mitigation Survey Not applicable 27.17 Jurisdiction Line Survey Not applicable 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 Not applicable 27.20 Subdivision Location Not applicable. 27.21 Maintained R[W Based on Right of Way documents provided by County. 27.22 Boundary Survey Not applicable 27.23 Water Boundary Survey Not applicable 27.24 Right of Way Staking, Parcel / Right of Way Line Not applicable 27.25 Right of Way Monumentation Not Applicable 27.26 Line Cutting 27.27 Work Zone Safety Provide work zone as required by County requirements. 27.28 Miscellaneous Surveys Refer to tasks of this document, as applicable, to perform surveys not described herein. The percent for uSupplemental will writb g by the COUNTY e determined at s Praoject M nThis ager item can only be used i a A-59 or their representative. 27.29 Supplemental Surveys vance by he Supplemental survey days and tasks of thiss are to be asprovd in appli able,dto perform surveys COUNTY PM. Refer to surveys not described herein. 27.30 Document Research Perform research of documentation provided by County 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 Not applicable 27.33 Quality Assurance/Quality Control (QAIQC) 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, up trManageFlorida P.S.M. or their delegate as approved by the COUN 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 Not applicable. 28.1 Flight Preparation Not applicable 28.2 Control Point Coordination .m Not applicable 28.3 Mobilization Not applicable 28.4 Flight Operations Not applicable 28.5 Film Processing Not applicable 28.6 Photo Products Not applicable 28.7 Scanning Not applicable 28.8 LiDAR Not applicable 28.9 Aerial Triangulation Not applicable 28.10 Surfaces Not applicable 28.11 Ortho Generation Not applicable 28.12 Rectified Digital Imagery (Georeferenced) Not applicable 28.13 Mosaicking Not applicable 28.14 Sheet Clipping Not applicable A-61 C 28.15 Topographic (31)) Not applicable 28.16 Planimetric (213) Not applicable 28.17 Drainage Basin Not applicable 28.18 CADD Edit Not applicable 28.19 Data Merging Not applicable 28.20 Miscellaneous Not applicable 28.21 Field Review Not applicable 28.22 Technical Meetings Not applicable 28.23 Quality Assurance/Quality Control Not applicable 28.24 Supervision Not applicable 28.25 Coordination Not applicable 29. MAPPING Not applicable 29.1 Alignment — Not applicable 29.2 Section and 1/4 Section Lines— Not applicable A-62 l 29.3 Subdivisions / Property Lines - Not applicable 29.4 Existing Right of Way— Not applicable 29.5 Topography— Not applicable 29.6 Parent Tract Properties and Existing Easements— Not applicable 29.7 Proposed Right of Way Requirements— Not applicable 29.8 Limits of Construction - Not applicable 29.9 Jurisdictional/Agency Lines — Not applicable Sheet Files 29.10 Control Survey Cover Sheet— Not applicable 29.11 Control Survey Key Sheet— Not applicable 29.12 Control Survey Detail Sheet— Not applicable 29.13 Right of Way Map Cover Sheet— Not applicable 29.14 Right of Way Map Key Sheet— Not applicable 29.15 Right of Way Map Detail Sheet— Not applicable 29.16 Maintenance Map Cover Sheet— Not applicable 29.17 Maintenance Map Key Sheet— Not applicable 29.18 Maintenance Map Detail Sheet— Not applicable 29.19 Reference Point Sheet - Not applicable 29.20 Project Network Control Sheet - Not Applicable 29.21 Table of Ownerships Sheet— Not Applicable Miscellaneous Surveys and Sketches 29.22 Parcel Sketches— Not Applicable 29.23 TIITF Sketches— Not Applicable 29.24 Other Specific Purpose Survey(s) — Not Applicable 29.25 Boundary Survey(s) Map— Not Applicable 29.26 Right of Way Monumentation Map— Not Applicable A-63 29.27 Title Search Map— Not Applicable 29.28 Title Search Report— Not Applicable 29.29 Legal Descriptions— Not Applicable 29.30 Final Map/Plans Comparison— Not Applicable 29.31 Field Reviews— Not Applicable 29.32 Technical Meetings— Not Applicable 29.33 Quality Assurance/Quality Control— Not Applicable 29.34 Supervision— Not Applicable 29.35 Coordination— Not Applicable 29.36 Supplemental Mapping— Not Applicable 30. TERRESTRIAL MOBILE UDAR 30.1 Terrestrial Mobile UDAR Mission Planning Not Applicable 30.2 Project Control Point Coordination Not Applicable 30.3 Terrestrial Mobile UDAR Mobilization - Not Applicable 30.4 Terrestrial Mobile LiDAR Mission - Not Applicable 30.5 Terrestrial Mobile LiDAR Processing - Not Applicable 30.6 Terrestrial Mobile Photography Processing - Not Applicable 30.7 Transformation / Adjustment -Not Applicable 30.8 Classification 1 Editing -Not Applicable 30.9 Specific Surface Reporting -Not Applicable. 30.10 Topographic (3D) Mapping - Not Applicable 30.11 Topographic (2D) Planimetric Mapping - Not Applicable 30.12 CADD Edits - Not Applicable 30.13 Data Merging - Not Applicable 30.14 Miscellaneous - Not Applicable A-64 30.15 Field Reviews - Not Applicable. 30.16 Technical Meetings - Not Applicable 30.17 Quality Assurance/ Quality Control - Not Applicable 30.18 Supervision - Not Applicable 30.19 Coordination - Not Applicable 31. ARCHITECTURE DEVELOPMENT - Not Applicable 32. NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE If this item is determined necessary and ill amestedbt d via Change Ordery the County, scope and be fee will be negotiated at that time and Pleme When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 33. INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS Not applicable 34. INTELLIGENT TRANSPORTATION SYSTEMS PLANS Not applicable 35. GEOTECHNICAL The CONSULTANT shall beAll work responsible �med bycomplete he CONSULTANT shall be in investigation for the project. perfo accordance with COUNTY standards, or as otherwise directed by the COUNTY. Before beginning each phase of investigation and after the Notice toProceed nis given, the CONSULTANT shall submit an investigation plan for approval meet with the COUNTY'.s Project Manager. . The locations and gation plaandn shalll include, but not be limited to, the proposed boring existing geotechnical information from available soures to cAdditional mleeti gs scribe may be surface and subsurface conditions of the project s te required to plan any additional field review and/orlansl any otherlmeet ngsplans/report comments, resolve responses to comments, necessary to facilitate the project. e COUNTY in adequate time to schedule a The CONSULTANT shall notify th representative to attend all related meetings and field activities. A subsoil investigation plan shall b submitted oCOUNTY typic I tofor Souapproval thwespFlorida. rior to site investigation. Muck and cap rock conditions are Not encountering muck and cap rock is outside the norm in Collier County. The A-65 presence of both must be identified and quantified in the soils report for the project. To do this may requireadditional hand holes in the soil layers uck and below than deeper drill holes to penetrate the cap roc identify originally shown in the investigation plan. The Soils Report shall contain a signed statement by the geologist 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. Note: undwater, and In soils, foundation, groother subsurface investigations, the actual between successive test points and sample characteristics may vary significantly intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total project cost and/or execution. These existing underground site conditions and cost/execution effects are beyond the control/responsibility of the Consultant. Consultant will make County aware of such conditions if encountered and provide recommendations to remedy. 35.1 Document Collection and Review CONSULTANT will review printed literature including topographic maps, county agricultural maps, aerial photography (including historic photos), ground water resources, geology bulletins, potentiometric maps, pile driving records, historic construction records and other geotechnical related resources. Prior to field reconnaissance, CONSULTANT shall review U.S.G.S., S.C.S. and potentiometric maps, and identify areas with problematic soil and groundwater conditions. Roadway The CONSULTANT shall be responsible for coordination of all geotechnical related field work activities. The CONSULTANT shall retain all samples until acceptance of Phase IV plans. Rock cores shall be retained as directed in writing by the COUNTY's Project Manager. Obtain pavement cores (up to 20) as directed in writing by the COUNTY's Project Manager. If required by the COUNTY's Project Manager, a preliminary roadway exploration shall be performed before the Phase I plans submittal. The preliminary roadway exploration will be performed and results provided to the Engineer of Record to assist in setting roadway grades and locating potential problem areas. The A-66 C preliminary roadway exploration shall be performed as directed in writing by the COUNTY's Project Manager. CONSULTANT shall perform specialized field-testing as required by project needs and as directed in writing by the COUNTY's Project Manager. All laboratory testing and classification will be performed in accordance with applicable County 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 t conditions, the CONSULTANT shall submit a methodology(s) for plugginghe borehole to the COUNTY for approval prior to commencing with the boring program. Borings for Signal Poles anticipated (Up to 7 Locations) 35.3 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 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 ffhe(FDOT'pl Roadlwayrk zone and Traffac is control will be performed in accordance with Design Standards Index 600 series. 35.6 Drilling Access Permits Obtain County District permits for performing geotechnical borings, as needed. (Up to 7 locations for Signal Poles) 35.7 Property Clearances Not applicable 35.8 Groundwater Monitoring Not applicable. 35.9 LBR / Resilient Modulus Sampling Collect appropriate samples for l District Maternalsofficeatio LorRheeState Mate gals Resilient Modulus samples to the A-67 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 Not applicable. 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 Not applicable 35.19 Monitor Existing Structures Not applicable A-68 e 35.20 Stormwater Volume Recovery and/or Background Seepage Analysis Not applicable 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 ons relative to time/amount, groundwaterEvaluate and rlgh ecomroundwater mend types of gel pavement base, etc.) osynthet cs and properties for various applications, as required. 35.22 Pavement Condition Survey and Pavement Evaluation Report If a pavement evaluation is performed, submit the report in accordance with Section 3.2 of the Materials Manual: Flexible Pavement Coring and Evaluation. 35.23 Preliminary Roadway Report 35.24 Final Report 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 / geotechnical related fieldwork activitie . The CONSULTANT shall retain allsamples until acceptance of Phase IV plans. 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. The staff hour tasks for high embankment fills and structural foundations for bridges, box culverts, walls, overhead signs, mast arm signals, strain poles, buildings, and other structures include the following: Including seven - 25 foot SPT borings. 35.27 Develop Detailed Boring Location Plan am Develop a detailed boring location plan. Meet with COUNTY's Project Manager for boring plan approval. If the drilling program expects to encounter artesian conditions, the CONSULTANT shall submit a methodology(s) for plugging the borehole to the COUNTY for approval prior to commencing with the boring program. 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 102 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 Notify property tenants in person of drilling and field activities, if applicable. Written notification to property owners/tenants is the responsibility of the COUNTY's Project Manager. 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-70 35.37 Selection of Foundation Alternatives (BDR) Not applicable. 35.38 Detailed Analysis of Selected Foundation Alternate(s) Not applicable. 35.39 Bridge Construction and Testing Recommendations Not applicable. 35.40 Lateral Load Analysis Not applicable 35.41 Walls Not applicable. 35.42 Sheet Pile Wall Analysis Not applicable. 35.43 Design Soil Parameters for Signs, Signals, High Mast Lights, and Strain Poles and Geotechnical Recommendations • Provide the design soil profile(s) that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design. Review design for geotechnical compatibility and constructability. 35.44 Box Culvert Analysis Not applicable 35.45 Preliminary Report - BDR Not applicable. 35.46 Final Report - Bridge and Associated Walls Not applicable. 35.47 Final Reports — Signs and Signals, Walls The final reports shall include the following: • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data. A-71 9 • 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: • 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. A-72 `tvc C 35.49 Other Geotechnical Other geotechnical effort specifically required for the project as determined by the COUNTY, 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 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 personnel shall be subject presentations bt the CONSULTANT. rev ewand approval y COUNTY. the indicated persrs 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 A-7 3 0 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, III & IV) in CADD format. 36.7 Coordination with Other CONSULTANTS The CONSULTANT is to coordinate his work with any and all adjacent and integral CONSULTANTS so as to effect complete and homogenous plans and specifications for the project(s) described herein. 36.8 Optional Services Utility Design Services other than Utility Valve Adjustments will be considered Additional Services and will be negotiated as a Change Order to the Contract once required designs are identified. 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-74 CO-( 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 ill be made pleted or partially completed to the COUNTY s reasonable satisfaction. Lump sum payments w 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 Time and Materials Not -To - Exceed 1 30% Plans and Estimates $ $ 2 60% Plans and Estimates $ 3 90% Plans, S ecifications and Estimate;JJ 4 100% Plans, Specifications and Estimates$ $ $68,121.00 5 Biddin Services/Post Desi n Services $ $ $ $ $ $ Total Lump Sum Fee $ $990,257.00 $ $ $68 121.00 Total Time and Materials Fee GRAND TOTAL FEE $1,058,378.00 Page 19 of 32 PSA Single Project Agreement 2017.010 Ver.2 CCX4 ll constitute he amounts B.2.2. ❑i *Time and Material Fees: The fees n°eeoflthe Basic Servi es. aDirect LabortCo is mean to be paid to CONSULTANT for the perform 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 Sch accordance with and not in excess of the rats set forth in the shall submit t1 to detailehdst me eecords, dule B. With each monthly Application for Payment, CONSULTANT and any other documentation reasonably required b reviewed and approved by the rCOUNTY, regarding ed CONSULTANT's he COUNTY Direct Labor Costs incurred at the time of billing, 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, excedthe COUNTY has determined m nedthe sum determined by pCONSULTANT has lying the applicable not to exceed task(s) limits by the percentage completed such task as of that particular monthly billing. jump sum amount g.2.3. Di *Lump Sum Fees: The fees noted in Section of the Basic Services. eThere shall be no to be paid to CONSULTANT for the performance 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 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 felele 2 of the Agreement, if any, the and Reimbursable Expenses based COUNTY agrees to pay CONSULTANT a negotiated total on the services to be provided and as set fortln the dment pecifedhinrlAttachmentzing such d1dtol this Services. The negotiated fee shall be based upon the rates Schedule B and all Reimbursable Expenses shall Services without the COUNTY's prior wy with the provision of Section 3tten below. There shall be no overtime pay on Additional approval. B, shall B.2.5. The compensation provided for under Section tBhe Basichis Se ices to be perfo timed under e the total and complete amount payable to CONSULTANTfor the provisions of this Agreement, and shall ine fore the cosoft o s llch teri cls, equipment, supplies and out-of-pocket expenses incurred in the p B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concernipay the payments Services requr Services iredofperformed under this this Agreement, CONSULTANT shall continue to perform Agreement, as directed by the COUNTY, pendinglution of the dispute that the COUNTY doesisd� pute are that the COUNTY continues to pay to CONSULTANT all amounts due and payable. 3. SCHEDULE OF PAYMENTS l su t no re B.3.1. Notwithstanding anything herein month for both BascNServicles ab d IAddit o� al than one invoice per month for all fees earned that 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. Page 20 of 32 PSA Single Project Agreement 2017.010 Ver.2 CCA 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 invoices of'a hesbeyond ntimelpyesubmitcified dted�ITime shaine dll is subject to non-payment under the legal doctrine 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 CONSTANT f�rchasecorrection. OrderlN tuber andnvoices l Projecbe bt name mitted on CONSULTANT's letterhead and must include the P 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 toany ltant or subcontractor to bCONSULTANT shall beeimited dto a by CONSULTANT for this Agreement or Additional Services 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 if Project related trips, to the extent such trips are airfapeoved by the COUNTY. Such expenses, standard accommodations and meals, a I approved by the COUNTY, may include coach , b the COUNTY, in accordance with §112.061, Fla. Stat. Further, such expenses, if approvedy 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. B.3.4.1.6. Other items on request and approved in writing by the COUNTY. and other B.3.4.1.7. The CONSULTANT incurred by CONSULTANT�n the performance of except for authorized reimbursableexpenses the Services. Page 21 of 32 PSA Single Project Agreement 2017.010 Ver.2 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.2 CO-( SCHEDULE B — ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Principal Senior Project Manager Project Manager Senior Engineer Engineer Senior Inspector Inspector Senior Planner Planner Senior Designer Designer Environmental Specialist Senior Environmental Specia Scientist/Geologist Senior Scientist/Geologlst Marine Biologist/Hydrogeolo< Senior Marine Biologist/Hydroge Senior GIS Specialist GIS Specialist Clerical/Administrative Senior Technician Technician Surveyor and Mapper CADD Technician Survey Crew - 2 man Survey Crew - 3 man Survey Crew - 4 man Senior Architect Architect ist ist ist Hourly Rate $206 $172 $147 $157 $123 >76 139 110 114 109 134 $118 $110 $138 $139 $102 $62 $85 $72 $120 $81 $130 $161 $189 $154 $121 The above hourly rates are applicable to Timether Merserials onnelt may benly. The added via an and belist may not Amendment be all Inclusive. Additional hourly rates for o p we upon mutual agreement in advance and in writing by the parties. El Page 23 of 32 PSA Single Project Agreement 2017.010 Ver.2 CCP-C SCHEDULE C PROJECT MILESTONE SCHEDULE Page 24 of 32 PSA Single Project Agreement 2017.010 Ver.2 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 requirements fores theand to the limits subconsultant arepecified in expressly this Section except to the extent such waived in writing by the COUNTY. Page 25 of 32 PSA Single Project Agreement 2017.010 Ver.2 CAS 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. g. 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 rtifFailu teof the Insurance not later than three (3) business days after the renewalof the p of cY(ies) 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? n Yes ❑ No Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement all f Flo employees da. The moengaged ntslof such � rk surandce er this Agreement in accordance with the laws of the St to o shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability The coverage e must in lode Employers' Liability , with a minimum limit of $1,000 ,00 The insurance company shall waive all claims rights against the COUNTY and the policy shall be so endorsed. l be 11. United States Longshoreman's and Harbor byrthisAgreemect gt?s❑lYesma�talloed where applicable to the completion of the work. 12. Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes 0 No 13. COMMERCIAL GENERAL LIABILITY. Required by this Agreement? 0 Yes ❑ No all be A. Commercial General Liability Insurance, incltten on ude, butan "occurrence" basis, not be limited to, Bodilyhlnjury, maintained by the CONSULTANT. Coverage Page 26 of 32 PSA Single Project Agreement 2017.010 Ver.2 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 hallliensure that s required toall meebcontractors comply with the same insurance requirements that the Contractor t. 15. Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not lesthethan comthe let o� of the Services mmercial General underbhis Agreementlimit shown in subparagraph (1) above if applicable to p Required by this Agreement? ❑ Yes X 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 0 No 17. AUTOMOBILE LIABILITY INSURANCE. Required by this Agreement? ❑ Yes 0 No Business Auto Liability: Coverage shall have minimum limits of $1.000,000 Per y Injury Liability and Property Damage Li Occurrence, Combined Single Limit for Bodilability. 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.2 CCA-0 18. TECHNOLOGY ERRORS AND OMISSIONS INSURANCE. Required by this Agreement? ❑ Yes F No Technology Errors and Omissions Insurance: Coverage shall have minimum limits of $ Per Occurrence. 19. CYBER INSURANCE. Required by this Agreement? ❑ Yes F No Cyber Insurance: Coverage shall have minimum limits of $ 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. of the on of any B. The policy shall contain wording claims, he effect that, in the the Umbrella policy willt"drop down" tol apply as underlying limit due to the payment primary insurance. 21. PROFESSIONAL LIABILITY INSURANCE. Required by this Agreement? ❑ Yes 0 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 each claims under this insurance. Such insurance shall have limits of not less than $ m 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 and acthis ceptance of thethis Project byProject the COUNTY.f not less than five (5) years following completion 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.2 0 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 pu cha s, se valuable papers and records coverage for plans, specifications, drawings, reports, p s, boo 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 profes ion l li bithe ity COUNTpolicy IY ll be purchased, then CONSULTANT agrees to use its best efforts in c p 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.2 ❑ This schedule is not applicable. SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Jacobs Engineering Gr )up, Inc. (company's name) hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning " Vanderbilt Beach Road 6 Lane Widening"project p 1e is accurate, complete and current as of the time of contracting. BY: TITLE: Senior Vice President DATE: 1/13/20 Page 30 of 32 PSA Single Project Agreement 2017.010 Ver.2 SCHEDULEF KEY PERSONNEL Name Personnel Category Percentage of Time Bill Gramer Javier Ortiz -Velez Bhushan Godbole Kennedy Simmonds Chad Polk Kevin Heldorfer Evan Gunderson Felicia KirbySenior Robert Paquin Nick De Ciccio Vanessa Davis DeeAn ela Ti'ikueni Dan Kushnar Tom Ross Jeff Oestriech Tara Jones Colleen Ross Sue Diuk Rick Gorsira Principal Senior Project Manager Senior En ineer Project Mana er Senior En ineer Engineer Senior Designer Designer Planner Senior Designer Clerical/Administrative Senior Engineer Engineer Senior Project Manager Engineer Senior Planner Senior Planner Senior Technician Senior Technician 25% 40% 20% 20% 20% 30% 20% 30 0 30% 30% 10% 20% 30% 15% 35% 15% 15% 10% 10% Page 31 of 32 PSA Single Project Agreement 2017.010 Ver.2 G Other: SCHEDULE G (Description) ❑ following this page (pages through _) On this schedule is not applicable Page 32 of 32 PSA Single Project Agreement 2017.010 Ver.2 DATE (MMIDDIYYYY) O1/22/2020 AC R r CERTIFICATE OF LIABILITY INSURANCE IS THIS TIFICATE IS ISSUED AS A MATEOR NEGATIVELY AMEND, EXTEND OR ALTER ON ONLY AND CONFERS NO RIGHTS COVERAGE AFFORDED ABY THE TE DPOLICIES CERTIFICATE DOES NOT AFFIRMATIVELY BELOW. THIS CERTIFICATE OF INSURANCE DOES ATE HOLDER.UTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND pro Islulls or be endorsed. IMPORTANT: If the certificate holder Ito the DDITIONALand conditiED, the ons of the 1policy, )ceust polic eave DsDmayylrequir�e anRe•do endorsement. A statement on If SUBROGATION IS WAIVED, subject this certificate does not confe�rights o the certificate holder in lieu of sucoNrACTrsement(s). LIC#0437153 1-212-948-1306 NAME: 1-212-948-130E FAXPRODUCER PHONE AIC NoMarsh Risk & Insurance SeE E-MAIL CIRTS_Support@jacobs.com ADDRESS: NAIC# 633 W. Fifth Street INSURERS AFFORDING COVERAGE 22667 ,.,onoco e • ACE AMER INS CO Los Angeles, CA 90071 INSURED Jacobs Engineering Group Inc. C/O Global Risk Management INSURERS: 1000 Wilshire Blvd., Suite 2100 INSURER F Los Angeles, CA 90017 58381184 REVISION NUMBER: COVERAGES CERTIFICATE NUMBER:VE OR THE POLICY PERIOD WHICH THIS THIS IS TO CERTIFY THAT THE PO NYI REQUIREMENT, TERM OR ONDFE LISTED tINTIONVOF ANY CONTRACT OOs D �TCHREIBEDOHE EEN DOCUMENTWITH EC TTOTAL� HE TERMS, INDICATED. NOTWITHSTANDING CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY T EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDU-CCYD FF BY PAID PL ICY ECLAIMS. PLIMITS ADDLSUBR MMIDDIYYYY MMIDDIYYYI' 000 ISR POLICY NUMBER TYPEOFINSURANCE INSD VD 07/01/19 07/O1/20 EACH OCCURRENCE 1, 00 0 $ , TR X HDO G71565129 COMMERCIAL GENERAL LIABILITY TO RENTED PREMISES Ea occurrence $ 500,000 A X CLAIMS -MADE OCCUR MED EXP (Any one person) $ 5,000 X CONTRACTUAL LIABILITY PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OPAGG $ 1,000,000 GEN'L X PRO- ❑ LOC POLICY ❑ JECT 07/01/20 EeaBcide�tSINGLELIMIT $ $ 1,000,000 OTHER: ISA H25295511 07/01/19 BODILY INJURY (Per person) $ A AUTOMOBILE LIABILITY BODILY INJURY (Per accident) $ X ANY AUTO OWNED SCHEDULED PROPERTY DAMAGE $ AUTOS ONLY AUTOS NON -OWNED Per accident $ HIRED AUTOS ONLY AUTOS ONLY EACH OCCURRENCE $ UMBRELLALIAB OCCUR AGGREGATE $ EXCESS LIAB CLAIMS -MADE _ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y 1 N A ANYPROPRIETOR/PARTNER/EXECUTIVE N 1 A nFF Ir:FR/MEMBER EXCLUDED? A I (Mandatory in SCF C65892327 (WI) 07/01/19 WCUC65892285 (AK,LA,OH,T 4?/01/19 WLR C65892248 (AOS) 07/01/19 07/01/20 STATUTE C 1,000,000 07/01/20 E.L. EACH ACCIDENT $ 07/01/20 E.L. DISEASE -EA EMPLOYEE $ 1,000,000 ,veeecG_prnICYLIMIT $ 1,000,000 Vanderbilt Beach Road 6 Lane Widening. CONTRACT END DATE: DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is require PROJECT MGR: Bill Gramer. CONTRACT MGR: Bill Grainer. RE: LA, OH, TX. Collier County Board of County 1/31/2024. SECTOR: Public. $2,250,000 SIR for states of: AK, of the insured in the Commissioners is added as an additional insured for general liability as respects the negligence *THE TERMS, CONDITIONS, AND LIMITS PROVIDED UNDER THIS CERTIFICATE performance of s added services to cert holder under contract for captioned work. Coverage is primary and certifica holder's insurance is excess and non-contributory. OF INSURANCE WILL NOT EXCEED OR BROADEN IN ANY WAY THE TERMS, CONDITIONS, AND LIMITS AGREED TO UNDER THE APPLICABLE CONTRACT.* rrANrFLLATION TE HOLDER Collier County Board of County Commissioners 3327 Tamiami Trail East Naples, FL 34112 ACORD 25 (2016103) nyumdo newgalexy 58381184 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, ACCORDANCE WITH THE POLICY PROVISIONS.NOTICE WILL BE DELIVERED IN AUTHORIZED REPRESENTATIVE USA ©1988-2015 ACORD CORPORATION. All rights reserve The ACORD name and logo are registered marks of ACORD ADDITIONAL INSURED AUTOMATIC STATUS a262 rssierW Nuriber Marne i+�ei ed ;1 t±4b &9irre0Nh9 Group Mo, �Hl) ty hoIRtl�� p�aro Cem�rwi CIGT1 6512E 0710112019 TO 0710112020 — Isqued Ely (Marna c1 Mu aWr4e car,Pny ) AGE Arnaran Inwraw* C$mpOMy THIS ENDCFtSEMENt CHANGES THE POLICYPLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE I=4LL�71t�1N{�; COMMERCIAL GENERAL LIABILITY COVERAGE FORM S .H " d is reqifired tten Nance of Pier943t Or Orga"Ifst out Any bierwil 4r c�r�9t�ixati4n for wh�mer$ such�twrittented �c�tract o agreement doe$ contract or agcccment to provide insurance, �entumd into prior to the loss, not wpresgly identify a pa izetion .0"n to be npplied to their additional insured status. Who75 An Ie�surec] {section Ili includes as an additional in the pemn or organization shaum in the #ache Jule, but the insurance shill not exceed the soope of ccwerage artd jor limits of this polio}% Notwit17st;111ding lhw fc►s`egaing sentc�nccF In no evt�t shall the [rnsuranc�e provided Ana! irs ual red'a. sc � ofd exceed t raPe: of ge is not exp �� 1v et 1n such contracte co%mrago and/or limits by raid contract or ag,reernent; and, if such -eat tUl or agreement, they~ such coverage is litftlt the � rrted additionalthe 1 sot 's 4ngoing� 41 erat[r�ns�IstTli s ittsur nce shall bo primary gy the Want by lrtaurecl'.4 neligeryce during ntcil,-0to with the insuurance provided her under to the extent spocaitt d its said Insurance to the extent r,�ytaered > said cnntraet or agreement, o.ird .any other Insursnea or self,irasvrar�ce maintained such pemn or orgInization shell be nonco . �'i c4ntract agrtreyrettt. Where the contract or agreernettt provides or as r xm t, ht the enssu h coveragel insured's hall be ie of rn ted is the � s indemnity lndemnity 46bligatiuns under such contract>3 obligations acre en IT&eable under applLciable law, era i the otwithstanding the foregoing sentence, in no event shall the insurance pri►videci srrch ad�it 01W. insumd scope of rerag requires by said contract or agreement nidcd additional riktn traabr Notwithstanding anything to the cantrary, the coverage of tile Nmed insured under written limited to the minimum coverage thAts requilvd to be proOded by agreement. page 1 of 1 MS-15992 (07)18} ASc:NA)b 2016 A] rgh'$fQ �r