Loading...
#22-7794 (Kisinger Campo & Associates Corp.) PROFESSIONAL SERVICES AGREEMENT Contract# 22-7944 for DESIGN SERVICES FOR 16TH STREET NE BRIDGE THIS AGREEMENT is made and entered into this t3 day of Tv 1 , 20 22 by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY") and Kisinger Campo & Associates, Corp. authorized to do business in the State of Florida, whose business address is One Tampa City Center, 201 N. Franklin Street, Ste 400, Tampa, FL 33602 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESS ETH: WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning DESIGN SERVICES FOR 16TH STREET NE BRIDGE (hereinafter referred to as the "Project"), said services in accordance with the provisions of Section 287.055, Florida Statutes being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and; WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to COUNTY professional services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the COUNTY for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. Page 1 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] S 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 Guillermo Madriz, PE 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: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(a�colliercountvfl.gov The Contractor must specifically comply with the Florida Public Records Law to: Page 2 of 30 PSA_CCNA Single Project Agreement[2022_ver.I I 0 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 CONSULTANT for services and/or items necessary to correct the deficiencies directly related to the CONSULTANT's non-performance whether or not the COUNTY obtained substitute performance. 1.10. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without the COUNTY's prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide the COUNTY prompt written notice of any such subpoenas. Page 3 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] 0 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: 2.1.1 Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. 2.1.2 Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, 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. 2.1.3 Providing renderings or models for the COUNTY's use. Page 4 of 30 PSA_CCNA Single Project Agreement[2022_ver.l] 0 2.1.4 Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting the COUNTY in obtaining such process licensing. 2.1.5 Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.1.6 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. 2.1.7 Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.1.8 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). 2.1.9 Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE 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: 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; Page 5 of 30 PSA_CCNA Single Project Agreement[2022 ver.1] 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 precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT's compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the COUNTY hereunder, the COUNTY at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the COUNTY's satisfaction that the CONSULTANT's performance is or will shortly be back on schedule. 4.5. In no event shall any approval by the COUNTY authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by the COUNTY to CONSULTANT be deemed a waiver of any right or claim the COUNTY may have against CONSULTANT for delay or any other damages hereunder. Page 6 of 30 PSA_CCNA Single Project Agreement[2022_ver.11 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. I I hereto, are for purposes of providing estimates), as required by the grantor agency. ARTICLE SIX THE OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by the COUNTY, CONSULTANT shall deliver to the COUNTY copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). The COUNTY shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to the COUNTY the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring the COUNTY to pay any additional compensation, CONSULTANT hereby grants to the COUNTY a nonexclusive, irrevocable license in all of the Project Documents for the COUNTY's use on this Project. CONSULTANT warrants to the COUNTY that it has full right and authority to grant this license to the COUNTY. Further, CONSULTANT consents to the COUNTY's use of the Project Documents to complete the Project following CONSULTANT's termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges the COUNTY may be making Project Documents available for review and information to various third parties and hereby consents to such use by the COUNTY. Page 7 of 30 PSA_CCNA Single Project Agreement[2022_ver.l] 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 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 8.1. 8.2. To the extent that the Agreement that the work pertains to 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. Page 8 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against the COUNTY for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by the COUNTY applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 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 Page 9 of 30 PSA_CCNA Single Project Agreement[2022_ver.I] CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the COUNTY. Each subconsultant or subcontract agreement shall preserve and protect the rights of the COUNTY under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the sub consulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub-subconsultants or sub-subcontractors. 10.4. CONSULTANT acknowledges and agrees that the COUNTY is a third-party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between the COUNTY and any subconsultant or subcontractor. Further, all such contracts shall 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 Page 10 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] 0 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. 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. 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 Page 11 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] 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. ARTICLE FOURTEEN CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the COUNTY shall be in writing and shall be delivered by hand, email, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following the COUNTY's address of record: Board of County Commissioners for Collier County, Florida Division Name: Transportation Engineering Division Division Director: Jay Ahmad Address: 2885 Horseshoe Drive S Naples, FL 34104 Administrative Agent/PM: Dennis McCoy, PM Telephone: (239) 252-5726 E-Mail(s): Dennis.McCoy(a colliercountyfl.gov 16.2. All notices required or made pursuant to this Agreement to be given by the COUNTY to the CONSULTANT shall be made in writing and shall be delivered by hand, email or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT's address of record: Company Name: Kisinger Campo & Associates, Corp. Address: 13461 Parker Commons Boulevard, Ste 104 Ft. Myers, FL 33912 Page 12 of 30 PSA_CCNA Single Project Agreement[2022_ver.l] 0 Attention Name & Title: Guillermo Madriz, PE Telephone: (239) 278-5999 E-Mail(s): marketinq(a�kcaenq.com 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing the COUNTY, shall promote the best interests of the COUNTY and assume towards the COUNTY a duty of the highest trust, confidence, and fair dealing. 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of the COUNTY. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE Schedule E CCNA Projects: TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL Schedule G Other: N/A Solicitation # 22-7944 , including all Attachment(s), Exhibit(s) & Addendum Consultant's Proposal Page 13 of 30 PSA CCNA Single Project Agreement[2022 ver.1] 17.10. Grant Funded Projects (only applicable to Grant funded projects): In the event of any conflict between or among the terms of any of the Contract Documents and/or the COUNTY's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Grant Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the CONSULTANT at the COUNTY's discretion. ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to the COUNTY the Truth-In-Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT's compensation shall be adjusted to exclude any sums by which the COUNTY determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by the COUNTY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." Page 14 of 30 PSA_CCNA Single Project Agreement[2022_ver.I] ARTICLE TWENTY DISPUTE RESOLUTION 20.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by the COUNTY's staff person who would make the presentation of any settlement reached during negotiations to the COUNTY for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by the COUNTY's staff person who would make the presentation of any settlement reached at mediation to the COUNTY's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE TWENTY-ONE IMMIGRATION LAW COMPLIANCE 21.1. By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the Florida state law requirements set forth in Florida Statute, §448.095, as may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the COUNTY shall have the discretion to unilaterally terminate this Agreement immediately. [Signature page to follow this page] ******Remainder of page intentionally left blank****** Page 15 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement the day and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA Crystal K. Kinzel, Clerk of the Circuit Court and,Corpptroller By: Y �' B . . 62) .. 1 Y Date- ` WIL M L. MCDANIEL, JR. AtteS anti` �! .an�5 , Chairman J A ve as o and Legality: t%k/L County Attorney GILT Q -Ta/. I.. Name Consultant: Consultant's Witnesses: KISINGER CAMPO &ASSOCIATES, CORP. U.nnin C-4t;`o5. By: et.bdix.* Witness Paul G. Foley, PE (CEO/President) Veronica Green - Contracts Specialists Name and Title Name and Title A ./4 _...- ,s,-A.A. it ss e' Regin.11antz - Con aCtsSpes+a' is Name and Title I Page 16 of 30 (-',,�{ PSA_CCNA Single Project Agreement[2022_ver.11 24 0"`t�� SCHEDULE A SCOPE OF SERVICES 1 following this page (pages through 59 ) Page 17 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] May 2022 SCHEDULE A Co ier County SCOPE OF SERVICES FOR DESIGN SERVICES FOR 16TH STREET NE BRIDGE RPS NO.: 22-7944 0 1 PURPOSE 2 PROJECT DESCRIPTION 3 4 3 PROJECT COMMON AND PROJECT GENERAL TASKS 16 4a ROADWAY ANALYSIS 21 4b VALENCIA TURN LANE 23 5 ROADWAY PLANS 24 6b DRAINAGE PLANS 26 7 UTILITIES 27 8 ENVIRONMENTAL PERMITS and ENVIRONMENTAL CLEARANCES 29 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS 32 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT—N/A 33 11 STRUCTURES - TEMPORARY BRIDGE-N/A. 35 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE 35 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE—N/A 36 14 STRUCTURES - STRUCTURAL STEEL BRIDGE—N/A 37 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE-N/A 37 16 STRUCTURES -MOVABLE SPAN-N/A. 37 17 STRUCTURES - RETAINING WALLS—Optional Services 37 18 STRUCTURES - MISCELLANEOUS 38 19 SIGNING AND PAVEMENT MARKING ANALYSIS 39 20 SIGNING AND PAVEMENT MARKING PLANS 40 21 SIGNALIZATION ANALYSIS 41 22 SIGNALIZATION PLANS 42 23 LIGHTING ANALYSIS 42 24 LIGHTING PLANS 43 25 LANDSCAPE ANALYSIS(N/A) 44 26 LANDSCAPE PLANS (N/A) 45 27 SURVEY 45 28 PHOTOGRAMMETRY(N/A) 48 29 MAPPING—N/A 49 30 TERRESTRIAL MOBILE LiDAR-N/A. 51 31 ARCHITECTURE DEVELOPMENT—N/A. 52 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT-N/A (see PD&E Study) 52 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS(N/A) 52 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS—N/A 52 35 GEOTECHNICAL 52 36 3D MODELING—N/A 58 37 PROJECT REQUIREMENTS 58 2 V 1 PURPOSE The purpose of this Exhibit is to describe the scope of work and the responsibilities of the CONSULTANT and the COUNTY in connection with the design and preparation of a complete set of construction contract documents and incidental engineering services, as necessary,for improvements to the transportation facility described herein. Provide services as defined in this Scope of Services, which references the Florida Department of Transportation (FDOT) manuals, and procedures. For this project the CONSULTANT and/or Sub-Consultant(s) must be FDOT qualified (Rule Chapter 14-75) to perform the assigned work and/or services required of the project. As a minimum, the CONSULTANT and/or Sub- Consultant(s)must be qualified to perform the following types of work: Major work mix includes: • 0020 New Bridge Construction • 0221 Widen& Resurface Existing Lanes • 0205 Sidewalk • 0715 Traffic Engineering Study • 0716 Traffic Signals • 0774 Signing/Pavement Markings • 0777 Lighting Major work groups include: • 2.0 Project Development and Environmental(PD&E)Studies • 3.1 Minor Highway Design • 4.1 Miscellaneous Structures and Minor Bridge Design Minor work groups include: • 4.1 Miscellaneous Structures and Minor Bridge Design • 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 • 8.4 Right of Way Mapping • 9.1 Soil Exploration • 9.2 Geotechnical Classification Lab Testing • 9.3 Highway Materials Testing • 9.4 Foundation Studies • 9.5 Geotechnical Specialty Lab Testing The Florida Department of Transportation (FDOT) is the administrator of the Federal funds for this project. Therefore, the Firms submitting as the PRIME CONSULTANT must be prequalified by the FDOT to work on LAP projects.Furthermore,at a minimum the Prime Firm must be pu-qualified through FDOT in the following work groups: • Group 3 -Highway Design—Roadway: 3.1 Minor Highway Design • Group 4—Highway Design—Bridges:4.1 Miscellaneous Structures and Minor Bridge Design Known alternative construction contracting methods include: N/A 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. These Contract documents will be used by the COUNTY or its Construction Engineering Inspection (CEI) representatives for inspection and final acceptance of the project. The CONSULTANT shall follow a systems engineering process to ensure that all required project components are included in the development of the Contract documents and the project can be built as designed and to specifications. 3 0 The Scope of Services establishes which items of work in the FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance (Florida Greenbook), COUNTY Code and other pertinent manuals are specifically prescribed to accomplish the work included in this contract and indicate which items of work will be the responsibility of the CONSULTANT and/or the COUNTY. The CONSULTANT shall be aware that as a project is developed, certain modifications and/or improvements to the original concepts may be required.The CONSULTANT shall incorporate these refinements into the design and consider such refinements to be an anticipated and integral part of the work.This shall not be a basis for any supplemental fee request(s). The CONSULTANT shall demonstrate good project management practices while working on this project. These include communication with the COUNTY and others as necessary,management of time and resources,and documentation.The CONSULTANT shall set up and maintain throughout the design of the project a contract file in accordance with COUNTY procedures. CONSULTANTs are expected to know the laws and rules governing their professions and are expected to provide services in accordance with current regulations, codes and ordinances and recognized standards applicable to such professional services. The CONSULTANT shall provide qualified technical and professional personnel to perform to COUNTY standards and procedures, the duties and responsibilities assigned under the terms of this agreement. The CONSULTANT shall 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 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, iffavorable. It is imperative that all signal,roadway lighting, and signing and pavement 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. 2 PROJECT DESCRIPTION The CONSULTANT shall investigate the status of the project and become familiar with concepts and commitments (typical sections, alignments, etc.) developed from prior studies and/or activities. If a Preliminary Engineering Report is available from a prior or current Project Development and Environment(PD&E)study,the CONSULTANT shall use the approved concepts as a basis for the design unless otherwise directed by the COUNTY. The intersection of 16th Street NE and Vanderbilt Beach Road may be under construction before this project. The CONSULTANT shall incorporate all future improvements by"others"as an existing condition unless otherwise directed by the Project Manager. The project encompasses approximately a 3.3-mile section of 16th Street NE from the intersection with Golden Gate Boulevard West extending north to the intersection of Randall Boulevard. 16th Street NE intersects with a series of narrow dead-end streets. The improvements proposed will provide connectivity and roadway enhancements to those dead-end streets and improve emergency response times and safety along the corridor. The Golden Gate Main Canal divides the existing two-lane rural roadway approximately one mile north of the intersection of 16th Street NE and Golden Gate Boulevard West. The southern portion of the roadway from Golden Gate Boulevard West to the canal and from the canal to 10th Avenue NE consists of two, 9-ft travel lanes, narrow unpaved shoulders, and roadside ditches on both sides. The northern segment of 16th Street NE from loth Street NE to Randall Boulevard consists of two, I 1-ft travel lanes and 1-ft paved shoulders with pavement markings. There are no sidewalks or bike lanes on either side of the existing roadway. A PD&E Study entitled"Golden Gate Estates Bridge Crossings"was completed for this site in September 2016. The proposed roadway improvements for this project consist of adding a new bridge, providing additional lane width and shoulders by widening to the west of the existing roadway. The widening will provide 11-foot travel lanes with 6-foot shoulders (4-foot paved plus 2-foot unpaved) along the entire length of the project. A 6-foot sidewalk will be constructed to the west of the roadway. The typical section of the proposed bridge consists of two, 12-foot travel lanes, 6-foot shoulders on each side, and a 6-foot sidewalk on the west side of the bridge. The proposed bridge width and length is 44 feet 7.5 inches and 142 feet,respectively. The final design shall confirm or modify these parameters for the bridge. 4 CAO The project will add a new signal system at 16"Street NE and Randall Boulevard for the interim condition with consideration of temporary span wire assemblies. The CONSULTANT shall include a traffic signal justification for the intersection with Randall Boulevard for COUNTY approval prior to the 60%plan submittal. 2.1 Project General and Roadway(Activities 3,4,and 5) Public Involvement: See Public Involvement Scope, Section 3.1 Other Agency Presentations/Meetings: See Public Involvement Scope, Section 3.1 Joint Participation Agreements:N/A. Local Agency Program Agreement: A Local Agency Program (LAP) Agreement is a contractual agreement between a LAP certified Local Agency and the Florida Department of Transportation for Federal-Aid transportation projects. This project is funded for both Construction and Construction Engineering and Inspection (CEI). The FDOT will issue a Notice to Proceed (NTP)before the contract is executed between the COUNTY and the CONSULTANT. The COUNTY in partnership with the FDOT will prepare and execute the LAP agreements prior to the notification for the start of the construction phase (estimated FDOT fiscal year FY23/24). The CONSULTANT shall prepare the LAP Construction Checklist Form before the project is let to bid. Specification Package Preparation: See Specifications Package Preparation, Section 3.3 Value Engineering: Value Engineering/Independent Peer Review services will not be conducted for this project. Please review Section 3.5 for details. Plan Type: Plan/Profile. 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 November 2020 LAP Manual,Chapter 20,and the latest version of the FDOT Manual of Uniform Minimum Standards for Design,Construction and Maintenance(commonly known as the Florida Greenbook). Additional criteria from the Construction Standards Handbook for Work Within the Public Right-of-way Collier COUNTY, Florida, and the Collier COUNTY Urban Land Development Code (CCULDC)should also be utilized.The 2021 FDOT Design Manual(FDM)criteria as well as the National Association of City Transportation Officials(NACTO) Urban Bikeway Design Guide should be considered for best practice. Deviations from the criteria and processes provided in the FDM must be approved by the COUNTY in writing. Typical Section: The CONSULTANT shall develop and submit a signed and sealed Typical Section Package. The at-grade intersection improvement design will be based on the preferred improvements shown in the 2016 PD&E Study referred as "Golden Gate Estates Bridge Crossings". Pavement Design:The CONSULTANT shall provide all pavement designs required for the project.The CONSULTANT shall submit a signed and sealed Pavement Design Package before the 30%plan submittal for COUNTY approval. Pavement Type Selection Report(s): N/A. Cross Slope:As needed. The CONSULTANT shall evaluate any necessary modifications to cross slopes of existing pavement to be retained as part of this project. Access Management Classification: To be coordinated with the COUNTY as required. Transit Route Features: N/A Major Intersections/Interchanges: 16"Street NE and Randall Boulevard, 16"Street NE and Vanderbilt Beach Road and, 16th Street NE and Golden Gate Boulevard West. The design shall incorporate the tie-in of the project to the existing condition at 16th Street NE intersections with Vanderbilt Beach Road and Golden Gate Boulevard West. Intersection design of 16th Street NE at Vanderbilt Beach Road(proposed by others) is excepted from this scope of services. Roadway Alternative Analysis: N/A. Level of TTCP: The CONSULTANT shall provide Temporary Traffic Control Plans as required. Appropriate maintenance of traffic during construction is critical to the public, local businesses, and emergency services. The CONSULTANT shall develop maintenance of traffic plans that limit impacts to the public while minimizing the cost and duration ofconstruction. Temporary Lighting: The CONSULTANT is responsible for any temporary lighting designs necessary for the project. 5 0 Temporary Signals: N/A Temporary Drainage: The CONSULTANT is responsible for any temporary drainage designs necessary for the project. Design Variations/Exceptions: The CONSULTANT is responsible for confirming with SFWMD any applicable variances for vertical bridge clearance criteria for Golden Gate Estates. The CONSULTANT will design for a 2-foot LME clearance over the Golden Gate Main Canal and apply for a waiver through SFWMD. Back of Sidewalk Profiles: As required Selective Clearing and Grubbing: approximately 15 acres Landscaping: N/A 2.2 Drainage(Activities 6a and 6b) System Type: As required. The storm water systems shall be designed to meet the permitting requirements of all applicable permitting agencies. The storm water system designs shall consider best management practices, open system, closed system, lateral ditches, exfiltration, etc.,or a combination thereof,within or outside the existing right-of-way. The CONSULTANT shall develop all hydraulic requirements, designs and Construction Contract Documents for all hydraulic features, such as but not limited to all storm water conveyance, storage, and treatment facilities, required for the project. All existing drainage structures and features shall be shown on the construction plans and should be inspected for scour, erosion, structural integrity, and accumulation of sediments as necessary. Treatments should be coordinated with the COUNTY's Project Manager before being added to the Construction Contract Documents. 2.3 Utilities Coordination (Activity 7) The CONSULTANT is responsible to certify that all necessary arrangements for utility work on this project have been made and will not conflict with the physical construction schedule. The CONSULTANT should coordinate with COUNTY personnel to coordinate transmittals to Utility Companies and meet production schedules. The CONSULTANT shall ensure FDOT, and COUNTY standards, policies, procedures, practices, and design criteria are followed concerning utility coordination. The CONSULTANT may employ more than one individual or utility engineering CONSULTANT to provide utility coordination and engineering design expertise. The CONSULTANT shall identify a dedicated person responsible for managing all utility coordination activities. This person shall be contractually referred to as the Utility Coordination Manager and shall be identified in the CONSULTANT proposal. The Utility Coordination Manager shall be required to satisfactorily demonstrate to the COUNTY's Project Manager that they have the following knowledge,skills, and expertise: A minimum of 4 years of experience performing utility coordination in accordance with FDOT, Federal Highway Administration (FHWA), and American Association of State Highway and Transportation Officials (AASHTO) standards, policies, and procedures. A thorough knowledge of the FDOT plans production process and District utility coordination process. A thorough knowledge of FDOT agreements, standards,policies, and procedures. The Utility Coordination Manager shall be responsible for managing all utility coordination, including the following: Assuring that Utility Coordination and accommodation is in accordance with the 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. 6 Review and certify to the COUNTY Project Manager that all Utility Work Schedules are correct and in accordance with the COUNTY's standards, policies, and procedures. Prepare,review,and process all utility related reimbursable paperwork inclusive of betterment and salvage determination. The CONSULTANT's utility coordination work shall be performed and directed by the Utility Coordination Manager that was identified and approved by COUNTY's Project Manager. Any proposed change of the approved Utility Coordination Manager shall be subject to review and approval by COUNTY's Project Manager prior to any change being made in this contract. Anticipated utilities include: • CenturyLink/Lumen • City of Naples- Water • Comcast • Florida Power and Light • Lee County Electric Co-Op • Summit Broadband, Inc. • TECO Peoples Gas • Collier COUNTY IT • Collier COUNTY Utilities • Collier COUNTY Traffic Operations 2.4 Environmental Permits and Environmental Clearances(Activity 8) The CONSULTANT shall coordinate with all appropriate regulatory agencies to obtain all necessary permits, which may include but not limited to: • Environmental Resource Permit(SFWMD) • Right-of-way Occupancy Permit(SFWMD) • FDEP Section 404 Permit 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. The CONSULTANT shall obtain COUNTY review of the plans and application before submitting to the permitting agencies and assist the COUNTY in developing the permitting strategy for the project. All application and processing fees associated with permitting activities shall be paid for by the COUNTY directly to each applicable agency. The COUNTY will direct use of mitigation banks as required. 2.5 Structures(Activities 9—18) Bridge: The CONSULTANT shall provide all necessary design services, obtain new bridge number from the FDOT, and deliver construction documents for the new bridge defined below with a new structure. The length of the new structure is dependent on-site constraints, the requirements defined herein and the requirements to be established by the permitting agencies. Bridge Number: TBD Please see section 2.1 for typical section requirements Type of Bridge Structure Work: • BRIDGE TYPE STUDY—N/A • Temporary Bridge—N/A • Short Span Concrete- • Medium Span Concrete-N/A Retaining Walls: The CONSULTANT shall provide all design services and deliver construction documents for any temporary and/or permanent retaining walls required for the project. Retaining Walls are an Optional Service, to be included as dictated by design. Noise Barrier Walls: (N/A) 7 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. The CONSULTANT shall coordinate with COUNTY's Traffic Operations Section to maintain integrity of COUNTY's sign asset database. The CONSULTANT shall include the following notes in the contract documents, "Contractor to follow Traffic Operations Signing and Pavement Markings special provision details which include using a 2.5"x 2.5"galvanized metal square tubular signpost." 2.7 Signalization (Activities 21 &22) This Scope of Services includes (after warrant is established) the design of signals within the footprint of the intersection of Randall Boulevard at 16th Street NE. Intersections: Existing Signalized Intersection: 16"Street NE at Vanderbilt Beach Road (proposed by others). This signal is excepted from this scope of service. Proposed Signalized Intersection: Randall Blvd. and 16th St NE.Note: Signal will be designed as an intermediate diagonal strain pole assembly and does not include design and analysis of the future 4-In/6-In ultimate intersection configuration with mast arm assemblies. A signal warrant justification for the intersection of Randall Blvd and 16th St NE will need to be completed. Traffic Data Collection: The CONSULTANT shall collect one (1) 12-hour traffic count at the intersection of Randall Boulevard and 16'Street NE. Traffic Studies: The CONSULTANT shall complete a signal warrant justification for the intersection of Randall Blvd. and 16th Street NE. Count Stations: TBD. Traffic Monitoring Sites: TBD 2.8 Lighting(Activities 23 &24) The CONSULTANT shall evaluate the need for lighting at the intersections of 16'Street NE and Randall Blvd,and at Golden Gate Blvd. 2.9 Landscape(Activities 25&26)—N/A Outdoor Advertising: N/A 2.10 Survey(Activity 27) Design Survey:The CONSULTANT shall provide all survey services necessary for the project. It is anticipated this will include a detailed topographic and control survey for 16'Street NE from Randall Blvd. south to Golden Gate Blvd. West including all access points in between,within Collier COUNTY existing ROW. The existing right-of-way width is approximately 100 feet, and the topographic survey performed within these limits shall extend 10 feet to the west and east of these boundaries. In addition,at the minor intersecting streets,the limits of survey shall extend approximately 200 feet on either side of the centerline of the 16"Street NE right of way. At the Golden Gate Canal, the survey limits shall be a minimum of 200 feet wide(south to north)and will extend 1100 feet(east and west)up/down station from the centerline of the canal right-of-way. Subsurface Utility Exploration: The CONSULTANT is responsible for designating all utilities within the project limits. If applicable, Subsurface Utility Engineering (SUE) per the American Society of Civil Engineers accepted guidelines for the collection and depiction of existing subsurface utility data using Quality Level"A"at any proposed mast arm foundations in an area two (2)times the proposed drilled shaft diameter prior to the final design. Proposed SUE locations must be approved by the COUNTY prior to authorization of this task. Additionally, scope includes up to eight(8)pothole locations. Right of Way Survey: The CONSULTANT is responsible for all Right of Way Surveys and defining all official County maintained right of ways necessary for the project. 8 CA 0 Pond Site and Floodplain Compensation Area: -(Pond Site is not proposed for this project) Prepare a topographical survey for the proposed floodplain compensation area and outfall to the proposed pond. Spot elevations will be collected on a 100' +/-grid. Vegetation Survey:N/A Bathymetric Survey: Provide bathymetric survey along Golden Gate Canal. Bathymetric survey shall be performed in conformance with South Florida Water Management District(SFWMD). 2.11 Photogrammetry(Activity 28)(N/A) In accordance with FDOT Photogrammetry Handbook and adequate coverage to provide data as defined below in Section 2.12 Mapping. 2.12 Mapping(Activity 29)—N/A R/W is not anticipated for the project. In the event R/W Mapping becomes necessary,this can be provided as an optional service negotiated at a later date. 2.13 Terrestrial Mobile LiDAR(Activity 30)—NA. 2.14 Architecture(Activity 31)-NA. 2.15 Noise Barriers(Activity 32)—N/A(See PD&E Study) 2.16 Intelligent Transportation Systems(Activities 33&34)-As required. 2.17 Geotechnical(Activity 35) The CONSULTANT shall be responsible for all necessary geotechnical activities associated with/required for this project. Types of borings anticipated include for roadway, structures, storm pipe, lighting, and signals. 2.18 3D Modeling(Activity 36)—NA 2.19 Project Schedule The anticipated design schedule for the project is 630 calendar days from the date of Notice to Proceed (NTP). The targeted total contract schedule is 1240 calendar days from the issuance of the NTP.This will consist of a design phase(630 days),a bid phase(180 days)and a post design phase(430 days).A separate NTP will be issued for the post design services phase. Within ten (10) days after the NTP is issued, and prior to the CONSULTANT beginning work, the CONSULTANT shall provide a detailed project activity/event schedule in Microsoft Project for COUNTY and CONSULTANT to meet the completion date for design. The schedule shall indicate each milestone activity/event that is included in the scope of work and at a minimum, submission dates for 30% plans, 60% plans, 90% plans, Final plan, and SFWMD submittal packages. The schedule shall allow for a minimum of 30 calendar days for FDOT/COUNTY reviews of the 30%plans, 60%plans, 90%plans and Final plans. All fees and price proposals are to be based on a contract schedule of 1200 calendar days for final construction contract documents and post design services. In no event shall the contract deadline exceed 1200 calendar days from the date of initial Notice to Proceed. A constructability review will be conducted by the COUNTY between the 60%and 90%plan submittals. The Bid Plans shall not be submitted prior to obtaining a notice of intent to permit from the governing permitting agencies, which may include FDEP,USACE, and SFWMD. Periodically,throughout the life of the contract,the project schedule shall be reviewed and,with the approval of the COUNTY, adjusted as necessary to incorporate changes in the Scope of Services and progress to date.The approved schedule and schedule status report, along with progress, shall be submitted with the monthly progress report and invoice. 2.20 Submittals 9 Ct'O The CONSULTANT shall furnish construction contract documents as required by the COUNTY to adequately control, coordinate,and approve the work concepts.At each submittal phase,the CONSULTANT shall provide all sheets pertaining to the roadway design, and those of the other component plans in strict conformance to the FDOT Design Manual sequence of plans preparation. Partial phase deliverables will not be accepted. To expedite the design reviews,the COUNTY prefers to use the Bluebeam Revu Studio software platform. The CONSULTANT shall set up studio project collaboration sessions in Bluebeam at each phase submittal if the CONSULTANT is accustomed to and uses this platform. The CONSULTANT shall manage the marked-up documents so that comments can be tracked and are easily organized for hard copy printouts. The comment and review process for all deliverables for this Contract shall utilize Bluebeam Studio Sessions. The CONSULTANT shall be responsible to setup Bluebeam Session for soliciting COUNTY's comments on each submittal. The CONSULTANT's Bluebeam setup shall include comment tracking and response mechanism. The CONSULTANT shall provide session access to COUNTY's staff(and other independent CONSULTANT's) as identified by COUNTY's Project Manager. The CONSULTANT shall provide response to each comment until comment is identified marked with a"CLOSED" status by the Reviewer. The CONSULTANT shall maintain copies of all Session files and submit to COUNTY as supplementary files to the Final Deliverable. Use of Bluebeam Sessions for submittal reviews (including setup, upload and maintain comment records) is considered as part of the design approval process; subsequently no separate payment shall be made for Bluebeam Sessions. 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 Florida Greenbook 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 project development, the COUNTY requires the inclusion of Engineering Data files (prepared by or for the CONSULTANT) for critical geometrics in the design. These can include the alignments, profiles, 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. Drawings files shall be provided in most current versions of a fully functional MicroStation V8i(.dgn)or AutoCAD 2019(.dwg) or later software format and plotted or scanned to an Adobe Acrobat(.pdf)format in individual sheets. Specifications shall be provided in Microsoft Word 2003 or later. The CONSULTANT shall use the most current FDOT CADD Manual to produce engineering plans preparation. The CADD Manual addresses the requirements to utilize Computer Aided Design and Drafting (CADD)for production and delivery of digital project data. 2.21 Provisions for Work All work shall be prepared with English units in accordance with the latest editions of standards and requirements utilized by the COUNTY which include,but are not limited to,publications such as: ■ General o Title 29, Part 1910, Standard 1910.1001, Code of Federal Regulations(29 C.F.R. 1910.1001)—Asbestos Standard for Industry, U.S. Occupational Safety and Health Administration (OSHA) o 29 C.F.R. 1926.1 101 —Asbestos Standard for Construction, OSHA o 40 C.F.R. 61, Subpart M -National Emission Standard for Hazardous Air Pollutants(NESHAP), Environmental Protection Agency(EPA) o 40 C.F.R. 763, Subpart E—Asbestos-Containing Materials in Schools, EPA o 40 C.F.R. 763, Subpart G—Asbestos Worker Protection, EPA o Americans with Disabilities Act(ADA) Standards for Accessible Design o AASHTO—A Policy on Design Standards Interstate System o AASHTO—Roadside Design Guide o AASHTO—Roadway Lighting Design Guide 10 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.),Standards of Practice 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 COUNTY of Business& Professional Regulations Rules o Florida COUNTY of Environmental Protection Rules o FDOT Basis of Estimates Manual o FDOT Computer Aided Design and Drafting(CADD) Manual o FDOT Standard Plans o FDOT Flexible Pavement Design Manual o FDOT-Florida Roundabout Guide o FDOT Handbook for Preparation of Specifications Package o FDOT Standard Plans Instructions o FDOT Manual of Uniform Minimum Standards for Design,Construction and Maintenance for Streets and Highways("Florida Greenbook") o FDOT Materials Manual o FDOT Pavement Type Selection Manual o FDOT Design Manual o FDOT Procedures and Policies o FDOT Procurement Procedure 001-375-030, Compensation for CONSULTANT Travel Time on Professional Services Agreements o FDOT Project Development and Environment 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 Manual on Speed Zoning for Highways, Roads, and Streets in Florida 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 Florida Statutes(F.S.) o Florida's Level of Service Standards and Guidelines Manual for Planning 11 0 o Model Guide Specifications—Asbestos Abatement and Management in Buildings,National Institute for Building Sciences(NIBS) o Quality Assurance Guidelines o Safety Standards o Any special instructions from the COUNTY • Roadway o FDOT—Florida Intersection Design Guide o FDOT- Project Traffic Forecasting Handbook o FDOT-Quality/Level of Service Handbook o Florida's Level of Service Standards and Highway Capacity Analysis for the SHS o Transportation Research Board(TRB)- Highway Capacity Manual • Permits o Chapter 373, F.S.—Water Resources o US Fish and Wildlife Service Endangered Species Programs o Florida Fish and Wildlife Conservation Commission Protected Wildlife Permits o Bridge Permit Application Guide, COMDTPUB P16591.3C o Building Permit • Drainage o FDOT Bridge Hydraulics Handbook o FDOT Culvert Handbook o FDOT Drainage Manual o FDOT Erosion and Sediment Control Manual o FDOT Exfiltration Handbook o FDOT Hydrology Handbook o FDOT Open Channel Handbook o FDOT Optional Pipe Materials Handbook o FDOT Storm Drain Handbook o FDOT Stormwater Management Facility Handbook o FDOT Temporary Drainage Handbook o FDOT Drainage Connection Permit Handbook o FDOT Bridge Scour Manual • Survey and Mapping o All applicable Florida Statutes and Administrative Codes o Applicable Rules, Guidelines Codes, and authorities of other Municipal, COUNTY, State and Federal Agencies. o FDOT Aerial Surveying Standards for Transportation Projects Topic 550-020-002 o FDOT Right of Way Mapping Handbook o FDOT Surveying Procedure Topic 550-030-101 o Florida COUNTY of Transportation Right of Way Procedures Manual o Florida COUNTY of Transportation Surveying Handbook 12 o Right of Way Mapping Procedure 550-030-015 • Traffic Engineering and Operations and ITS o AASHTO-An Information Guide for Highway Lighting o AASHTO-Guide for Development of Bicycle Facilities o FHWA Standard Highway Signs Manual o FDOT Manual on Uniform Traffic Studies(MUTS) o FDOT Median Handbook o FDOT Traffic Engineering Manual o National Electric Safety Code o National Electrical Code ■ Florida's Turnpike Enterprise o Florida's Turnpike Plans Preparation and Practices Handbook(TPPPH) o Florida's Turnpike Lane Closure Policy o Florida's Turnpike Drainage Manual Supplement o Rigid Pavement Design Guide for Toll Locations with Electronic Toll Collection o Flexible Pavement Design Guide for Toll Locations with Electronic Toll Collection o Florida's Turnpike General Tolling Requirements(GTR) o Additional Florida's Turnpike Enterprise standards,guides,and policies for design and construction can be found on the FTE Design Website: http://design.floridasturnpike.com ■ Traffic Monitoring o American Institute of Steel Construction (AISC) Manual of Steel Construction,referred to as"AISC Specifications" o American National Standards Institute(ANSI)RP-8-00 Recommended Practice for Roadway Lighting o AASHTO AWS D1.1/ANSI Structural Welding Code—Steel o AASHTO D1.5/AWS D1.5 Bridge Welding Code o FHWA Traffic Detector Handbook o FDOT General Interest Roadway Data Procedure o FHWA Traffic Monitoring Guide o FDOT's Traffic/Polling Equipment Procedures • Structures o AASHTO Load and Resistance Factor Design (LRFD)Bridge Design Specifications andInterims o AASHTO LRFD Movable Highway Bridge Design Specifications and Interims o AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals,and Interims. o AASHTO/-AWS-Dl. 5M/D1.5: An American National Standard Bridge Welding Code o AASHTO Guide Specifications for Structural Design of Sound Barriers o AASHTO Manual for Condition Evaluation and Load and Resistance Factor Rating(LRFR)of Highway Bridges o FDOT Bridge Load Rating Manual o FDOT Structures Manual 13 o FDOT Structures Design Bulletins(available on FDOT Structures web site only) • Geotechnical o FHWA Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Specifications o Manual of Florida Sampling and Testing Methods o Soils and Foundation Handbook • Landscape Architecture o Florida COUNTY of Agriculture and Consumer Services Grades and Standards for Nursery Plants ■ Architectural o Building Codes o Florida Building Code: • Building • Fuel Gas • Mechanical • Plumbing • Existing Building o Florida Accessibility Code for Building Construction o Rule Chapter 60D, F.A.C., Division of Building Construction o Chapter 553, F.S.—Building Construction Standards o ANSI A117.1 2003 Accessible and Usable Building and Facilities o Titles II and III,Americans With Disabilities Act(ADA), Public Law 101-336;and the ADA Accessibility Guidelines(ADAAG) • Architectural—Fire Codes and Rules o National Fire Protection Association(NFPA)- Life Safety Code o NFPA 70-National Electrical Code o NFPA 101 - Life Safety Code o NFPA 10- Standard for Portable Fire Extinguishers o NFPA 11 - Standard for Low-Expansion Foam Systems o NFPA 11A - Standard for High-and Medium-Expansion Foam Systems o NFPA 12- Standard for Carbon Dioxide Extinguishing Systems o NFPA 13 - Installation of Sprinkler Systems o NFPA 30- Flammable and Combustible Liquids Code o NFPA 54-National Gas Fuel Code o NFPA 58 -LP-Gas Code o Florida Fire Prevention Code as adopted by the State Fire Marshal — Consult with the Florida State Fire Marshal's office for other frequently used codes. • Architectural—Extinguishing Systems o NFPA 10 - Fire Extinguishers o NFPA 13 - Sprinkler o NFPA 14- Standpipe and Hose System o NFPA 17- Dry Chemical o NFPA 20-Centrifugal Fire Pump 14 0 o NFPA 24 - Private Fire Service Mains o NFPA 200- Standard on Clean Agent Fire Extinguishing Systems • Architectural—Detection and Fire Alarm Systems o NFPA 70- Electrical Code o NFPA 72- Standard for the Installation, Maintenance and Use of Local Protective Signaling Systems o NFPA 72E-Automatic Fire Detectors o NFPA 72G- Installation, Maintenance, and Use of Notification Appliances o NFPA 72H -Testing Procedures for Remote Station and Proprietary Systems o NFPA 74- Household Fire Warning Equipment o NFPA 75 - Protection of Electronic Computer Equipment • Architectural—Mechanical Systems o NFPA 90A-Air Conditioning and Ventilating Systems o NFPA 92A-Smoke Control Systems o NFPA 96 - Removal of Smoke and Grease-Laden Vapors from Commercial Cooking Equipment o NFPA 204M- Smoke and Heating Venting • Architectural—Miscellaneous Systems o NFPA 45 - Laboratories Using Chemicals o NFPA 80- Fire Doors and Windows o NFPA 88A-Parking Structures o NFPA 105- Smoke and Draft-control Door Assemblies o NFPA 110- Emergency and Standby Power Systems o NFPA 220-Types of Building Construction o NFPA 241 - Safeguard Construction, Alteration,and Operations o Rule Chapter 69A-47, F.A.C., Uniform Fire Safety For Elevators o Rule Chapter 69A-51, F.A.C., Boiler Safety • Architectural—Energy Conservation o Rule Chapter 60D-4, F.A.C.,Rules For Construction and Leasing of State Buildings To Insure Energy Conservation o Section 255.255, F.S., Life-Cycle Costs • Architectural—Elevators o Rule Chapter 61C-5, F.A.C., Florida Elevator Safety Code o ASME A-17.1, Safety Code for Elevators and Escalators o Architectural—Floodplain Management Criteria o Section 255.25, F.S.,Approval Required Prior to Construction or Lease of Buildings o Rules of the Federal Emergency Management Agency(FEMA) • Architectural—Other o Rule Chapter 64E-6, F.A.C., Standards for On Site Sewage Disposal Systems(Septic Tanks) o Rule Chapter 62-600, F.A.C., Domestic Wastewater Facilities o Rule Chapter 62-761, F.A.C., Underground Storage Tank Systems 15 G�' o American Concrete Institute o American Institute of Architects-Architect's Handbook of Professional Practice o American Society for Testing and Materials-ASTM Standards o Brick Institute of America o DMS - Standards for Design of State Facilities o Florida Concrete Products Association o FDOT—ADA/Accessibility Procedure o FDOT—Building Code Compliance 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) 2.22 Services to be Performed by the COUNTY when appropriate and/or available,the COUNTY will provide project data including: • All certifications necessary for project letting. • All information that may come to the COUNTY pertaining to future improvements. • All future information that may come to the COUNTY during the term of the CONSULTANT's Agreement, which in the opinion of the COUNTY is necessary for the prosecution of the work. • Available traffic and planning data. ■ Engineering standards review services. • All available information in the possession of the COUNTY pertaining to utility companies whose facilities may be affected by the proposed construction. • All future information that may come to the COUNTY pertaining to subdivision plans so that the CONSULTANT may take advantage of additional areas that can be utilized as part of the existing right of way. • Previously constructed Highway Beautification or Landscape Construction Plans • Existing right of way maps(if available) • PD&E Documents ■ Design Reports(if available) • Letters of authorization designating the CONSULTANT as an agent of the COUNTY in accordance with F.S. 337.274. • Phase reviews of plans and engineering documents. • Regarding Environmental Permitting Services: • Approved Permit Document when available. • Approval of all contacts with environmental agencies. • Payment for permitting and mitigation fees • General philosophies and guidelines of the COUNTY to be used in the fulfillment of this contract. Objectives, constraints,budgetary limitations, and time constraints will be completely defined by the Project Manager. • Appropriate signatures on application forms. 3 PROJECT COMMON AND PROJECT GENERALTASKS 16 G�'u Project Common Tasks Project Common Tasks,as listed below,are work efforts that are applicable to many project activities,4(Roadway Analysis)through 36 (3D Modeling). These tasks are to be included in the project scope in each applicable activity when the described work is to be performed by the CONSULTANT. Project Research: The CONSULTANT shall perform research of existing PD&E Studies,DCA, PUD and DRI documents that are applicable 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. 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 I (30%), II (60%), III (90%), and IV (100% or final) including the bid schedule. The CONSULTANT shall be responsible for inputting the pay items and quantities into a Summary of Pay Items sheet with all required Plans submittals as required. 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 (2021) and recurring special provisions. Standard Specifications, recurring special provisions and supplemental specifications should not be modified unless 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 formatted on 8-1/2"x11"sheets when printed or copied. 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 not be accepted. If the COUNTY requests another format than specified herein, it shall be considered additional service. Field Reviews: Includes all trips required to obtain necessary data for all elements of the project identified in this scope of work. Technical Meetings: The CONSULTANT shall attend all technical meetings necessary to execute the Scope of Services of this contract. This includes meetings with COUNTY, FDOT and/or Agency staff, between disciplines and SUBCONSULTANTs, such as access management meetings,pavement design meetings, local governments,railroads, airports,progress review meetings (phase review),and miscellaneous meetings. The CONSULTANT shall prepare, and submit to the COUNTY's Project Manager for review, the meeting minutes for all meetings attended by them. The meeting minutes are due within five (5)working days of attending the meeting. Quality Assurance/Quality Control: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. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all maps, design drawings, specifications, and other documentation prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan shall be one specifically designed for this project. The CONSULTANT shall submit a Quality Control Plan for approval within twenty (20) business days of the written Notice to Proceed and it shall be signed by the CONSULTANT's Project Manager and the CONSULTANT's QC Manager. The Quality Control Plan shall include the names of the CONSULTANT's staff that will perform the quality control reviews. The Quality Control reviewer shall be a Florida Licensed Professional Engineer fully prequalified under F.A.C. 14-75 in the work type being reviewed. A marked up set of prints from a Quality Control Review indicating the reviewers for each component (structures, roadway, drainage, signals, geotechnical, signing and marking, lighting, surveys, etc.) and a written resolution of comments on a point-by-point basis will be required, if requested by the COUNTY,with each phase submittal.The responsible Professional Engineer, Landscape Architect, or Professional Surveyor & Mapper that performed the Quality Control review 17 will sign a statement certifying that the review was conducted and found to meet required specifications. Independent Peer Review: The COUNTY will furnish the Independent Peer Review tasks under a separate contract at 60% and 90% design submittal phases and occur concurrently with ERC/COUNTY review. The CONSULTANT shall provide to the Independent Peer Reviewer access to all project plans and documents when requested. The independent peer review does not relieve the CONSULTANT from the responsibility of their internal quality control process and shall remain accountable for the professional quality and technical accuracy of their work product. The Independent Peer Review for design Phase Plans submittals shall ensure the plans meet the FDM,the FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways ("Florida Greenbook"), Standard Plans and FDOT CADD Manual. The Constructability/Biddability Review shall ensure the project can be constructed and paid for as designed. Constructability/Biddability Reviews should be conducted prior to the 90% and Final submittals,using the FDOT 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/Biddability reviews. These items will be reviewed by COUNTY's Project Manager. Supervision: The CONSULTANT shall supervise all technical design activities. Coordination: The CONSULTANT shall 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. 3.1 Public Involvement The CONSULTANT shall prepare for and attend(1)public meeting after the 60%Phase as directed by the COUNTY. Public involvement includes communicating to all interested persons, groups, and government organizations information regarding the development of the project.The CONSULTANT shall provide to the COUNTY drafts of all Public Involvement documents (i.e., newsletters, property owner letters, advertisements, etc.) associated with the following tasks for review and approval at least five(5)business days prior to printing and/or distribution. 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 public meeting will be scheduled after the 60%submittal and may be a public workshop. The goal of the public meeting will be to show all the design components of 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. Collect Public Input—This activity occurs throughout the life of the project, requiring the CONSULTANT to maintain files, newspaper clippings, letters,emails,and any record of direct contact before,during and after the Public Workshops. Input will be gathered during the Public Workshops, or by other methods, such as personal contact, letters, surveys, visits, phone calls, website comments in response to, or following said meeting. Comments and Coordination Report—A comments and coordination report shall be prepared, containing documentation of the public participation accomplished throughout the design period. This report should summarize and respond to the comments received from the public involvement workshops,agency coordination, etc. 3.1.1 Public Involvement Plan At the onset, the CONSULTANT will prepare a written Public Involvement Plan outlining each element of the project's public involvement strategy. The plan shall be updated and amended throughout the contract and indicate the basic public involvement approach to be taken with the project. It will list the contact persons, media officials, and agencies as well as the means that will be used to involve them in the process. The Public Involvement Plan shall include the creation and maintenance of a project specific website.The Public Involvement Plan will be submitted to the COUNTY for approval. 18 3.1.2 Notifications Upon receipt of the COUNTY's written approval of the Public Involvement Plan, letters shall be prepared and mailed by the CONSULTANT to local government elected officials. The letters shall be consistent with the Public Involvement Plan, introducing the CONSULTANT and informing officials of the project. Additional contacts shall be maintained throughout the study process as designated in the Public Involvement Plan. 3.1.3 Preparing Mailing Lists At the beginning of the project, The CONSULTANT shall identify all impacted property owners and tenants (within a minimum of 300 feet of the project corridor)The CONSULTANT will develop and maintain a computerized database of contacts, beginning with a list of those notified in the Kickoff Notification Process, Public officials, community service organizations, environmental agencies, local and regional transportation officials, and special interest groups shall be identified by the CONSULTANT as those individuals or groups to be affected by the project. The CONSULTANT shall prepare a mailing list of all such entities and shall update the mailing list as needed during the life of the project. 3.1.4 Median Modification Letters(N/A) The CONSULTANT shall prepare a median modification letter to be sent to property owners along the corridor. In addition, the CONSULTANT shall prepare a sketch of each proposed median modification for inclusion in the letter.The letters will be sent on COUNTY letterhead. 3.1.5 Driveway Modification Letters The CONSULTANT shall prepare a driveway modification letter to be sent to property owners along the corridor. In addition,the CONSULTANT shall prepare a sketch of each proposed driveway modification for inclusion in the letter. The letters will be sent on COUNTY letterhead. 3.1.6 Newsletters If requested by the COUNTY, the CONSULTANT shall prepare a newsletter on COUNTY Letterhead for distribution to elected officials,public officials,property owners along the corridor and other interested parties. The letters will be sent by the CONSULTANT. 3.1.7 Renderings and Fly-Throughs—N/A 3.1.8 PowerPoint Presentations If requested by the COUNTY,the CONSULTANT shall prepare PowerPoint presentations for use in public meetings. 3.1.9 Public Meeting Preparations The CONSULTANT shall prepare the necessary materials for use in all public meetings. The COUNTY will investigate potential meeting sites to advise the CONSULTANT on their suitability. The COUNTY will pay all costs for meeting site rents and insurance. 3.1.10 Public Meeting Attendance and Follow-up • The CONSULTANT shall attend the public meeting, assist with meeting setup, and take down. The CONSULTANT shall also prepare a summary of the public meeting that includes all copies of all materials shown or provided at the public meeting. The summary shall also include a listing of all written comments made during or after the meeting and responses to those written comments. The CONSULTANT will attend the meetings with an appropriate number of personnel to assist the COUNTY'S Project Manager. The CONSULTANT should anticipate two public information meetings during the design process. If a public hearing is necessary,this will be considered Additional Services. 3.1.11 Other Agency Meetings In addition to scheduled public meetings the CONSULTANT may be required to participate in meetings with local governing authorities and/or Metropolitan Planning Organization(MPO).The CONSULTANT's participation may include, but not be limited to, presentations during the meeting, note taking, and summarizing the meeting in a memo to the file. It is estimated for this project there will be two(2)meetings with local governing authorities and/or MPOs during the design. 3.1.12 Web Site 19 e CONSULTANT will provide Public Involvement Graphics to COUNTY for the COUNTY Website. 3.2 Joint Project Agreements-N/A 3.3 Specifications Package Preparation The CONSULTANT shall prepare and provide a specifications package for those specifications NOT considered FDOT Standard Specifications.The CONSULTANT will obtain Lighting and Traffic Signal Specifications from the COUNTY's Traffic Operations website. The specifications package shall address all items and areas of work and include any Mandatory Specifications, Modified Special Provisions, and Technical Special Provisions. The specifications package must be submitted for review to the COUNTY's Project Manager at least 30 days prior to the 90%plans submittal. This submittal does not require signing and sealing and shall be coordinated through the COUNTY's Project Manager. The CONSULTANT shall coordinate with the COUNTY on the submittal requirements, but at a minimum shall consist of(l)the complete specifications package, (2) a copy of the marked-up workbook used to prepare the package, and(3)a copy of the final project plans. Final submittal of the specifications package must occur at least 10 working days prior to the Final/100% plan submittal. This submittal shall be signed,dated, and sealed in accordance with applicable Florida Statutes. 3.4 Contract Maintenance and Project Documentation Contract maintenance includes project management effort for complete setup and maintenance of files, electronic folders, and documents, developing technical monthly progress reports and schedule updates. Project documentation includes the compilation and delivery of final documents, reports or calculations that support the development of the contract plans; includes uploading files to an FTP server. 3.5 Value Engineering(Multi-Discipline Team)Review—N/A 3.6 Prime Consultant Project Manager Meetings Includes only the Prime CONSULTANT Project Manager's time for travel and attendance at Activity Technical Meetings and other meetings listed in the meeting summary for Task 3.6 on tab 3 Project General Task of the staff hour forms. Staff hours for other personnel attending Activity Technical Meetings are included in the meeting task for that specific Activity. 3.7 Plans Update The effort needed for Plans Update services will vary 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 are included in this contract and may include,but are not limited to,meetings, construction assistance (responding to RFI's),plans revisions,shop drawing review services,survey services,as-built drawings,permit construction certification, and load ratings. The CONSULTANT will provide the COUNTY the following limited services during the construction (assumes 15 months): • Provide project contract administration during construction. • Attendance of one(1)pre-construction meeting by each of the major disciplines. • Provide contract document interpretation and assistance in addressing requests in addressing requests for information (RFI)and unforeseen conditions when requested by the COUNTY. • Assist COUNTY with South Florida Water Management (SFWMD) permit certification, including review of contractor's as-built plans,preparation of certification form and submittal to the agency. • Periodic meeting attendance (assumes one (1) meeting per month during construction.) and field visits (as required to respond to RFI's and review construction progress). • Assist COUNTY with shop drawing review(s). • Review and assist in field changes which include minor redesign, as requested by the COUNTY. • Perform a review of contractor's final as-built drawings. • Assist COUNTY with Bridge Load Rating Certification. • Attend one(1)substantial completion walk through meeting in the field. Post Design Services are not intended for instances of CONSULTANT errors and/or omissions. 20 CAO) All CONSULTANT contact with the Contractor shall be made through the COUNTY'S Construction Project Manager. The CONSULTANT shall not contact the Contractor directly unless there is a possible immediate threat to public health and/or safety. The COUNTY'S Construction Project Manager must be contacted immediately thereafter. 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 electronic 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 CONSULTANT. 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 project's close-out 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 CE1 CONSULTANT Quality assurance material testing will be the responsibility of the CONTRACTOR. 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 Management—N/A 3.11 Railroad,Transit and/or Airport Coordination—NA. 3.12 Landscape and Existing Vegetation Coordination—NA. 3.13 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). 3.14 Other Project General Tasks The CONSULTANT shall assist the COUNTY during the construction bidding phase of the project including, but not limited to, attending the pre-bid meeting, addressing addendum, evaluating bids and bidders, and providing written letters of recommendation. 4a ROADWAY ANALYSIS The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable manuals,guidelines,standards, handbooks,procedures,and current design memorandums. 4a.1 Typical Section Package—N/A 4a.2 Pavement Type Selection Report- N/A. 4a.3 Pavement Design Package The CONSULTANT shall provide an approved Pavement Design Package at the 30% plan submittal. The COUNTY shall approve the Pavement Design prior to proceeding with the 60%design. 4a.4 Cross-Slope Correction-As needed. The CONSULTANT shall investigate the existing pavement to be retained as part of the project and include in the design any 21 e required correction of existing cross-slopes. Cross slope information will be collected at 100' intervals.After the analysis of the cross slopes a recommendation will be provided as part of the pavement report. The CONSULTANT will coordinate with Collier COUNTY Maintenance to help identify any known locations which may be deficient. 4a.5 HorizontalNertical Master Design Files The CONSULTANT shall design the geometrics using the design standards that are most appropriate with proper consideration given to the design traffic volumes, design speed, capacity and levels of service, functional classification, adjacent land use, design consistency and driver expectancy,aesthetics,existing vegetation to be preserved,pedestrian and bicycle concerns,ADA requirements, Safe Mobility For Life Program, access management, PD&E documents, and scope of work. The CONSULTANT shall also develop utility conflict information to be provided to the project Utility Coordinator in the format requested by the COUNTY. 4a.6 Access Management The CONSULTANT shall incorporate access management standards for the project in coordination with COUNTY staff. The CONSULTANT shall review the FDOT PD&E Study for any access management recommendations. Signalized intersections were not included in the PD&E study;therefore,the CONSULTANT shall anticipate a reevaluation of the PD&E and coordinate with the FDOT in the reevaluation process. 4a.7 Roundabout Evaluation-N/A. 4a.8 Roundabout Final Design Analysis—N/A. 4a.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. 4a.10 Temporary Traffic Control Plan (TTCP)Analysis The CONSULTANT shall develop a safe and effective Traffic Control Plan Concept to ensure vehicular and pedestrian traffic movement during construction of the proposed improvements. Level I Traffic Control Plans with General Notes, Phasing Notes, Phase Typical Sections, and advanced warning signage layout sheets only. No detailed analysis included. The Traffic Control Concept Plan shall be prepared by a certified designer who has completed training as required by the COUNTY.Detailed traffic control plans shall be required of the Contractor. 4a.11 Master TTCP Design Files Assume Level I TCP w/notes,typical sections, and advanced warning signage layout sheets per FDOT Index 102-600 series.No detailed phase drawings or cross sections. 4a.12 Selective Clearing and Grubbing—N/A 4a.13 Tree Disposition Plans—N/A 4a.14 Design Variations and Exceptions—N/A The CONSULTANT shall prepare the documentation necessary to gain COUNTY and FDOT approval of all appropriate Design Variations and/or Design Exceptions before the first submittal. The CONSULTANT understands that a design exception has already been applied for by the COUNTY and approved for a six-foot shoulder width along 16th St.NE. 4a.15 Design Report The CONSULTANT shall prepare 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 81/4"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 81/4"x11" size. Digital copies of all paper submittals above shall be provided in pdf or Microsoft Word format for submittal to the COUNTY. 4a.16 Quantities The CONSULTANT shall develop accurate quantities and the supporting documentation,including construction days when required. 4a.17 Cost Estimate The CONSULTANT shall provide the Engineer's Estimate of Probable Cost at each submittal phase. The Engineer's 22 0 Estimate of Probable Cost shall be updated and adjusted at each submittal to be maintained up to and including final bid documents submittal. 4a.18 Technical Special Provisions and Modified 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 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). 4a.19 Other Roadway Analyses This scope item is considered an Additional/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. 4a.20 Field Reviews Field reviews will be conducted upon completion of COUNTY and Independent Peer Reviewer 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 and may be followed by an afternoon field visit if there are 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. 4a.21 Monitor Existing Structures—N/A 4a.22 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), and miscellaneous meetings necessary for all elements of the roadway analysis identified in this scope of work. Up to eight(8)meetings included. 4a.23 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings,specifications, and other services furnished by the CONSULTANT under this contract. 4a.24 Independent Peer Review Please see Section 3.0. 4a.25 Supervision Includes all efforts required to supervise all technical design activities. 4a.26 Coordination Includes all efforts to coordinate all elements of the roadway analysis to produce a final set of construction documents. 4b VALENCIA TURN LANE This task is separated at the COUNTY'S discretion to incorporate analysis and design elements necessary for the construction of a westbound right-turn-lane along Randall Boulevard at the entrance to the Valencia residential community. The CONSULTANT shall incorporate those services identified herein for the inclusion of said right-turn-lane into the design plans for the 16`h St NE Bridge Project. Quantities and cost estimates will be identified separately within the design documents. More specifically, Task 4b seeks to include the following services associated with the additional design of said turn lane in accordance with the scope of services herein. Traffic Analysis and Design Roadway Analysis and Design Signing&Pavement Marking Analysis and Design 23 0 Signalization Analysis and Design Survey: The CONSULTANT shall prepare one(1)sketch and description of a parcel of land to be used for potential right-of- way for right turn lane addition. The CONSULTANT shall prepare one(1)sketch and description of a Temporary Construction Easement(TCE)to be used for construction purposes. 5 ROADWAY PLANS The CONSULTANT shall prepare Roadway,Drainage,TTCP,Utility Adjustment Sheets,plan sheets,notes,and details as shown in the FDM Summary of Phase Submittals Table 301.2.2.The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 5.1. Key Sheet 5.2. Summary of Pay Items 5.3. Typical Section Sheets 5.4.1 Typical Sections 5.4.2 Typical Section Details 5.4. General Notes/Pay Item Notes 5.5. Summary of Quantities Sheets 5.6. Project Layout Sheets 5.7. Plan/Profile Sheet 5.8. Profile Sheet-N/A 5.9. Plan Sheet—N/A 5.10. Special Profile—N/A 5.11. Back-of-Sidewalk Profile Sheet—N/A(per COUNTY) 5.12. Interchange Layout Sheet—N/A 5.13. Ramp Terminal Details(Plan View)—N/A 5.14. Intersection Layout Details(Randall Blvd) 5.15. Special Details—N/A 5.16. Cross-Section Pattern Sheets—N/A 5.17. Roadway Soil Survey Sheets (by Geotechnical Engineer) 5.18. Cross Sections 5.19. Temporary Traffic Control Plan Sheets—N/A 5.20. Temporary Traffic Control Cross Section Sheets—N/A 5.21. Temporary Traffic Control Detail Sheets(General Notes,Typical Sections & Typical Signage Layout) 5.22. Utility Adjustment Sheets(SUE Data) 5.23. Selective Clearing and Grubbing Sheets—N/A(per COUNTY) 5.23.1 Selective Clearing and Grubbing—N/A(per COUNTY) 5.23.2 Selective Clearing and Grubbing Details—N/A(per COUNTY) 5.24. Tree Disposition Plan Sheets—N/A(per COUNTY) 5.24.1 Tree Disposition Plan Sheets—N/A(per COUNTY) 5.24.2 Tree Disposition Plan Tables and Schedules—N/A (per COUNTY) 5.25. Project Control Sheets(furnished by Surveyor) 5.26. Environmental Detail Sheets—(if applicable) Preparation of detail sheets for potential environmental issues such as, underground fuel tanks and monitoring wells, septic tanks within the proposed right of way. All piping and pumps in association with the above referenced issues shall also be located and identified by the survey. The CONSULTANT shall relay to the COUNTY any findings of contaminated soil, monitoring wells, or any features (particularly springs or sinks) relating to contamination or hazardous material. 24 0 Coordination with Permits/Environmental staff and preparing Dredge& Fill Detail sheets where applicable. 5.27. Utility Verification Sheets(SUE Data) 5.28. Quality Assurance/Quality Control 5.29. Supervision 6a DRAINAGE ANALYSIS The CONSULTANT shall analyze and document Drainage Tasks in accordance with all applicable manuals,guidelines,standards, handbooks,procedures,and current design memorandums. The CONSULTANT shall be responsible for designing a drainage and stormwater management system. All design work shall comply with the requirements of the appropriate regulatory agencies and the FDOTs Drainage Manual. The CONSULTANT shall coordinate fully with the appropriate permitting agencies and the COUNTY's staff. All activities and submittals should be coordinated through the COUNTY's Project Manager.The work will include the engineering analyses for any or all of the following: 6a.1 Drainage Map Hydrology Create a(pre- and/or post-condition) working drainage basin map to be used in defining the system hydrology. This map shall incorporate drainage basin boundaries, existing survey and/or LiDAR and field observations, as necessary,to define the system. Basin delineations shall also include any existing collection systems in a logical manner to aid in the development of the hydraulic model. Include coordination hours needed to convey drainage hydrologic features onto produced drainage maps. 6a.2 Base Clearance Calculations Analyze, determine, and document high water elevations per basin which will be used to set roadway profile grade and roadway materials. Determine surface water elevations at cross drains, floodplains, outfalls, and adjacent stormwater ponds. Determine groundwater elevations at intervals between the above-mentioned surface waters. Document findings in a Base Clearance Report. 6a.3 Pond Siting Analysis and Report — N/A 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 Design roadway conveyance and outfall ditches. This task includes capacity calculations, longitudinal grade adjustments, flow changes,additional adjustments for ditch convergences,selection of suitable channel lining,design of side drain pipes, and documentation. (Design of linear stormwater management facilities in separate task.) 6a.6 Design of Stormwater Management Facility(Offsite or Infield Pond)—N/A 6a.7 Design of Stormwater Management Facility (Roadside Treatment Swales and Linear Ponds)- Design stormwater management facilities to meet requirements for stormwater quality treatment, attenuation, and aesthetics. Develop proposed pond layout (contributing drainage basin, shape, contours, slopes, volumes, tie-ins, aesthetics, etc.), perform routing, pollutant/nutrient loading calculations, recovery calculations and design the outlet control structure. 6a.8 Design of Floodplain Compensation Determine floodplain encroachments,coordinate with regulatory agencies,and develop proposed compensation area layout (shape, contours, slopes, volumes, etc.). Document the design following the requirements of the regulatory agency. 6a.9 Design of Storm Drains Delineate contributing drainage areas, determine runoff, inlet locations, and spread. Calculate hydraulic losses (friction, utility conflict and, if necessary,minor losses). Determine design tailwater and, if necessary, outlet scour protection. 6a.10 Optional Culvert Material Determine acceptable options for pipe materials using the Culvert Service Life Estimator. 6a.11 French Drain Systems—N/A. 25 0 The CONSULTANT shall meet with each UAO as necessary, separately, or together, throughout the project design duration to provide guidance in the interpretation of plans, review changes to the plans and schedules, standard or selective clearing and grubbing work, and assist in the development of the UAO(s) plans and work schedules. The CONSULTANT is responsible for motivating the UAO to complete and return the necessary documents after each Utility Contact or Meeting. 7.7 Collect and Review Plans and Data from UAO(s) The CONSULTANT shall review utility marked plans and data individually as they are received for content. Ensure information from the UAO (utility type, material, and size) is sent to the designer for inclusion in the plans. Forward all requests for utility reimbursement and supporting documentation to the COUNTY. 7.8 Subordination of Easements Coordination—N/A. 7.9 Utility Design Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a Utility meeting with all affected UAO(s). The CONSULTANT shall be prepared to discuss impacts to existing trees/vegetation and proposed landscape, drainage,traffic signalization,temporary traffic control plans(TTCP)(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 TTCP 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 (Horizontal/Vertical Master Design File)and Task 4.9(Cross Section Design Files)for utility conflict location identification and adjustments. 7.10 Review Utility Markups& Work Schedules and Processing of Schedules&Agreements The CONSULTANT shall review utility marked up plans and work schedules as they are received for content and coordinate review with the designer.Send color markups and schedules to the appropriate COUNTY office(s)such as survey,geotechnical, drainage,structures,lighting,roadway,signals,utilities,landscape architecture,municipalities,maintaining agency,and District Traffic Operations for review and comment if required by the District. Coordinate with the District for execution. Distribute Executed Final Documents. Prepare Work Order for UAO(s). The CONSULTANT shall coordinate with the COUNTY PUD the programming of necessary Work Program funds. 7.11 Utility Coordination/Follow-up The CONSULTANT shall provide utility coordination and follow up.This includes follow-up, interpreting plans,and assisting the UAOs with completion of their work schedules and agreements.Includes phone calls,face-to-face meetings,etc.,to motivate and ensure the UAO(s) complete and return the required documents in accordance with the project schedule. Ensure the resolution of all known conflicts. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees. This task can be applied to all phases of the project. 7.12 Utility Constructability Review The CONSULTANT shall review utility schedules against construction contract time and phasing for compatibility. Coordinate with and obtain written concurrence from the construction office. See Task 4.5 (Horizontal/Vertical Master Design File)and Task 4.9(Cross Section Design Files)for utility conflict identification and adjustments. 7.13 Additional Utility Services The CONSULTANT shall provide additional utility services. The CONSULTANT shall, via soft-dig, potholing, 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'S Construction Project Manager. Refer to Section 27.10 for SUE services. 7.14 Processing Utility Work by Highway Contractor(UWHC)—N/A This includes coordination of utility design effort between the COUNTY and the UAO(s). The CONSULTANT shall conduct additional coordination meetings, prepare, and process the agreements, review tabulation of quantities, perform UWHC constructability and biddability review, review pay items, cost estimates and Technical Special Provisions (TSP) or Modified Special Provision (MSP) prepared by the UAO. This does not include the utility design effort. This item is not usually included in the scope at the time of negotiation. 7.15 Contract Plans to UAO(s) If requested by the District, the CONSULTANT shall transmit the contract plans as processed for letting to the UAO(s). Transmittals to UAO(s)may be by email (certified mail upon request),return receipt requested. 28 7.16 Certification/Close-Out—N/A This includes hours for transmitting utility files to the COUNTY and preparation of the Utility Certification Letter. The CONSULTANT shall certify to the COUNTY Project Manager the following: All utility negotiations (Full execution of each agreement, approved Utility Work Schedules, Technical Special Provisions or Modified Special Provisions written, etc.)have been completed with arrangements made for utility work to be undertaken and completed as required for proper coordination with the physical construction schedule. OR An on-site inspection was made,and no utility work will be involved. OR Plans were sent to the Utility Companies/Agencies and no utility work is required. OR A No Response letter on COUNTY letter, delivered to the UAO via certified mail, return receipt requested, documenting all failed attempts to obtain RGBs, UWS or No Conflict letter from any non-responsive UAO. 7.17 Other Utilities This scope item is considered an Additional/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 the time and will be implemented via Change Order or Contract Amendment. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 8 ENVIRONMENTAL PERMITS and ENVIRONMENTAL CLEARANCES The CONSULTANT shall notify the COUNTY Project Manager, Environmental Permit Coordinator, and other appropriate COUNTY personnel in advance of all scheduled meetings with the regulatory agencies to allow a COUNTY representative to attend. The CONSULTANT shall copy in the Project Manager and the Environmental Permit Coordinator on all permit related correspondence and meetings. The CONSULTANT shall use current regulatory guidelines and policies for all permits required as identified in Section 2.4. 8.1 Preliminary Project Research The CONSULTANT shall perform preliminary project research and shall be responsible for regulatory agency coordination to assure that design efforts are properly directed toward permit requirements. The research shall include but should not be limited to a review of the project's PD&E documents including the Environmental Document, Natural Resources Evaluation Report, and Cultural Resources Assessment Survey Report. The CONSULTANT shall research any existing easements or other restrictions that may exist both within or adjacent to the proposed project boundary. Project research may include but should not be limited to review of available: federal, state, and local permit files and databases; and local government information including COUNTY and property appraiser data. The CONSULTANT shall determine if any Sovereign Submerged Lands easements need to be modified or acquired. Any applicable information will be shown on the plans as appropriate. 8.2 Field Work 8.2.1 Pond Site Alternatives: -N/A 8.2.2 Establish Wetland Jurisdictional Lines and Assessments: The CONSULTANT shall be responsible for, but not limited to,the following activities: • Determine landward extent of wetlands and other surface waters as detailed in Rule Chapter 62-340, F.A.C., as ratified in Section 373.4211, F.S..; United States Army Corps of Engineers (USACE) Wetland Delineation Manual (Technical Report Y-87-1); Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Atlantic and Gulf Coastal Plain Region (ERD/EL TR-10-20). • Collect all data and information necessary to determine the jurisdictional boundaries of wetlands and other surface waters as defined by the rules or regulations of each permitting agency processing a COUNTY permit application for the project. • Set seasonal high-water levels in adjacent wetlands with biological indicators • Obtain a jurisdictional determination as defined by the rules or regulations of each permitting agency processing a COUNTY permit application for the project. • Prepare aerial maps showing the jurisdictional boundaries of wetlands and other surface waters.Aerial maps shall be reproducible, of a scale of I" = 400'or more detailed and be recent photography. The maps shall show the 29 jurisdictional boundaries of each agency. Photocopies of aerials are not acceptable. When necessary, a wetland specific survey will be prepared by a registered surveyor and mapper. All surveyed jurisdictional boundaries are to be tied to the project's baseline of survey. • Prepare a written assessment of the current condition and functional value of the wetlands and other surface waters. Prepare data in tabular form which includes the ID number for each wetland(and other surface water, if necessary)impacted,size of wetland to be impacted,type of impact,and identify any wetland(by ID number and size)within the project limits that will not be impacted by the project. • Prepare appropriate agency forms to obtain required permits. Forms may include but are not limited to the USACE"Wetland Determination Data Form—Atlantic and Gulf Coastal Plain Region";the USACE"Approved Jurisdictional Determination Form"; Uniform Mitigation Assessment Method forms and/or project specific data forms. 8.2.3 Species Surveys: The CONSULTANT shall conduct wildlife surveys as defined by rules or regulations of any permitting agency or commenting agency that is processing a COUNTY permit. Species specific survey included for gopher tortoise burrows, fox squirrel nests, Florida bonneted bat (roost and acoustic survey). No species-specific survey for red-cockaded woodpecker and Florida scrub-jay. The CONSULTANT shall conduct a field review of the project site and document existing conditions with regard to habitats and potential presence of listed species. CONSULTANT will prepare the required supplemental environmental technical memorandum necessary to facilitate FDOT review and support for a Type 2, Categorical Exclusion Re-evaluation to meet National Environmental Policy Act (NEPA) compliance. CONSULTANT will prepare the required documentation to support the Type 2 CE Re-evaluation and will submit the required information for the Type 2 CE Re-evaluation to the COUNTY and FDOT to achieve the required Environmental Certification required for the LAP Agreement. The above scope and corresponding fees include consultation with the Florida Fish and Wildlife Conservation Commission (FWC)and the U.S. Fish and Wildlife Service(FWS). The CONSULTANT is to coordinate with the SFWMD and any other regulatory agencies having jurisdiction to assure that design efforts are properly directed toward permit requirements. The CONSULTANT will prepare a complete permit package necessary to construct the project, including site and system design information required by and acceptable to the District and all other regulatory agencies. The CONSULTANT will professionally endorse the permit package(s) for District permitting and any regulatory agency exercising jurisdiction. The CONSULTANT is responsible for permit package submittal, agency coordination and for all the information necessary to secure permits from these regulatory agencies. 8.3 Agency Verification of Wetland Data The CONSULTANT shall be responsible for verification of wetland and other surface water data identified in Section 8.2 and coordinating regulatory agency field reviews, including finalization of assessments and jurisdictional determinations with applicable agencies. 8.4 Complete and Submit All Required Permit Applications The CONSULTANT shall collect all the data and information necessary to prepare the permit applications and obtain the environmental permits required to construct the project as identified in the Project Description and as described in 8.4.1, 8.4.2, and 8.12 (Other Permits). The CONSULTANT shall prepare each permit application in accordance with the rules and/or regulations of the regulatory agency responsible for issuing a specific permit and/or authorization to perform work. The permit application packages must be approved by the COUNTY and FDOT prior to submittal to regulatory agencies. The CONSULTANT will submit all permit applications, as directed by the COUNTY. The COUNTY will be responsible for payment of all permit fees. 8.4.1 Complete and Submit all Required Wetland Permit Applications: The CONSULTANT shall prepare, complete, and submit required wetland permit (i.e., ERP, Section 404) application packages to the appropriate regulatory agencies. This includes,but is not limited to,applications submitted to WMDs and/or DEP. The application package may include but is not limited to attachments (i.e., project location map, aerials, affidavit of ownership, pictures, additional technical analysis, etc.), a cover letter with project description as well as completion of applicable agency forms. The CONSULTANT shall prepare and respond to agency Requests for Additional Information (RAIs), including necessary revisions to the application package. All responses and completed application packages must be approved by the COUNTY prior to submittal to the regulatory agencies. Geotechnical permitting should also be prepared, submitted, and obtained. 30 Cp,O 8.4.2 Complete and Submit all Required Species Permit Applications: The CONSULTANT shall prepare, complete, and submit required species permit applications to the appropriate agencies. This includes federal and state protected species permit application packages as required. The work includes completion of application package(i.e., project location map, aerials, affidavit of ownership, pictures, additional technical analysis, etc.), and cover letter with project description as well as completion of applicable forms. The CONSULTANT shall respond to agency RAIs, including necessary revisions to the application package. All responses and completed applications must be approved by the COUNTY prior to submittal to the regulatory agency. Permit applications limited to FWC 10 or fewer gopher tortoise relocation permit and modification of existing USFWS Biological Opinion. 8.5 Coordinate and Review Dredge and Fill Sketches The CONSULTANT shall review Dredge and Fill Detail sheets to ensure information on the sketch(es)meet the requirements of the regulatory agencies and are appropriate for environmental permit application submittal and acquisition. The CONSULTANT will also provide environmental data/information as needed to support the preparation of the Dredge and Fill sketches. 8.6 Prepare USCG Permit Application—N/A 8.7 Prepare Water Management District or Local Water Control District Right of Way Occupancy Permit Application The CONSULTANT shall be responsible for the preparation of the ROW Occupancy permit application in accordance with the regulatory agency requirements. 8.8 Prepare Coastal Construction Control Line(CCCL) Permit Application—N/A 8.9 Prepare USACE Section 408 Application to Alter a Civil Works Project—N/A 8.10 Compensatory Mitigation Plan Prior to the development of mitigation alternatives,the CONSULTANT shall meet with the Project Manager to determine the COUNTY's policies in proposing mitigation. The CONSULTANT will be directed by the COUNTY to investigate the mitigation options that meet federal and state requirements in accordance with section 373.4137, F.S. Below is the only mitigation options: ■ Purchase of mitigation credits from a mitigation bank 8.11 Mitigation Coordination and Meetings The CONSULTANT shall coordinate with COUNTY personnel prior to approaching any environmental permitting or commenting agencies. Once a mitigation plan has been reviewed and approved by the COUNTY,the CONSULTANT will be responsible for coordinating the proposed mitigation plan with the environmental agencies. The CONSULTANT will provide mitigation information needed to update the COUNTY Project Manager. 8.12 Other Environmental Permits Environmental Clearances, and Technical Support scope items are considered Additional/Optional Service if requested by the COUNTY. Fees for these items are not included in the negotiated contract fees. If these items are determined necessary and are 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. 8.13 Technical Support to the COUNTY for Environmental Clearances and Re-evaluations The CONSULTANT shall provide engineering and environmental support for the COUNTY to obtain environmental clearances for all changes to the project after the PD&E study was approved.These changes include but are not limited to pond and/or mitigation sites identified, land use or environmental changes, and major design changes. 8.13.1 NEPA or SEIR Re-evaluation: Before the development of the final design plans, the CONSULTANT shall be responsible for coordinating with the FDOT to provide necessary engineering information required in the preparation of the re- evaluation by the FDOT. The preparation of environmental re-evaluations includes those as listed in Part 1, Chapter 13 of the FDOT PD&E Manual: Right of Way, Design Change,and Construction Advertisement. The CONSULTANT shall provide information to update the Project Commitment Record for incorporation into the re- evaluation. It is the responsibility of the CONSULTANT to provide the engineering information on major design changes including changes in typical section, roadway alignment, pond site selection, right of way requirements, drainage, and traffic volumes that may affect noise models. 8.13.2 Archaeological and Historical Resources: The CONSULTANT shall provide necessary technical information to 31 analyze the impacts to all cultural and historical resources due to changes in the project in accordance with Part 2,Chapter 8 of the PD&E Manual. 8.13.3 Wetland Impact Analysis: The CONSULTANT shall provide necessary technical information to analyze the impacts to wetlands and other surface waters in accordance with Part 2, Chapter 9 of the PD&E Manual due to changes in the project. 8.13.4 Essential Fish Habitat Impact Analysis:The CONSULTANT shall provide necessary technical information to analyze the impacts to essential fish habitat in accordance Part 2, Chapter 17 of the PD&E Manual due to changes in the project. 8.13.5 Protected Species and Habitat Impact Analysis: The CONSULTANT shall provide necessary technical information to analyze the impacts to all protected species and habitat in accordance with Part 2, Chapter 16 of the PD&E Manual due to changes in the project. The CONSULTANT shall perform the necessary analysis to complete agency consultation in accordance with Section 7 or Section 10 of the Endangered Species Act. 8.14 Preparation of Environmental Clearances and Re-evaluations NA. The CONSULTANT shall prepare reports and clearances for all the changes to the project that occurred after the PD&E study was approved. These changes could include but are not limited to pond and/or mitigation sites identified, land use or environmental changes, and major design changes. 8.14.1 NEPA or SEIR Re-evaluation: During the development of the final design plans,the CONSULTANT shall be responsible for collecting the data and preparing technical documents for the FDOT to perform the re-evaluation in accordance with Part 1,Chapter 13 of the PD&EManual. 8.14.2 Archaeological and Historical Resources: The CONSULTANT shall collect data necessary to completely analyze the impacts,due to changes in the project or project area,to all cultural and historic resources, and prepare a Cultural Resource Assessment Survey Report, in accordance with Part 2, Chapter 8 of the PD&E Manual. 8.14.3 Wetland Impact Analysis: The CONSULTANT shall analyze the impacts to wetlands due to changes to the project and complete the wetlands section of a Natural Resources Evaluation Report, in accordance with Part 2,Chapter 9 of the PD&E Manual. 8.14.4 Essential Fish Habitat Impact Analysis: The CONSULTANT shall analyze the impacts to essential fish habitat due to changes to the project and complete the Essential Fish Habitat section of a Natural Resources Evaluation Report, in accordance with Part 2, Chapter 17 of the PD&E Manual. 8.14.5 Protected Species and Habitat Impact Analysis: The CONSULTANT shall collect data necessary to prepare the protected species and habitat section of the Natural Resources Evaluation Report and analyze the impacts to protected species and habitat by the changes to the project, in accordance with Part 2, Chapter 16 of the PD&E Manual. The CONSULTANT shall perform the necessary analysis to complete agency consultation in accordance with Section 7 or Section 10 of the Endangered Species Act. 8.15 Contamination Impact Analysis, N/A(see PD&E Study) The CONSULTANT shall prepare Contamination Screening Evaluation for the project limits including stormwater ponds and floodplain compensation sites as described in Part 2, Chapter 20, of the PD&E Manual. The appropriate level of analysis and deliverable type will be approved by the COUNTY's Project Manager and District Contamination Impact Coordinator. The draft Level 1 Contamination Screening Evaluation document shall be submitted to the COUNTY's Project Manager for review and final approval. The CONSULTANT shall include an evaluation of any new contamination impacts due to changes to the project from the PD&E design concept, if applicable, and any new discharges or new potential contamination impacts not evaluated in any previously completed Contamination Screening Evaluation. The project impacts, conclusions and recommendations, figures,tables, and appendices will be provided in a Level I Contamination Screening Evaluation Report. The CONSULTANT shall provide Level II assessment services. If contamination is identified within the limits of construction, the CONSULTANT shall coordinate with the COUNTY Project Manager to properly mark identified contamination areas in the plans and develop specifications as appropriate. 8.16 Asbestos Survey-N/A 8.17 Technical Meetings 8.18 Quality Assurance/Quality Control 8.19 Supervision 8.20 Coordination 9 STRUCTURES-SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS 32 (;AU The CONSULTANT shall analyze, design, and develop contract documents for all structures in accordance with applicable provisions as defined in Section 2.21, 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 2.21, 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—N/A 9.3 General Notes and Bid Item Notes 9.4 Miscellaneous Common Details—N/A 9.5 Incorporate Report of Core Borings 9.6 Standard Plans- Bridges 9.7 Existing Bridge Plans—N/A 9.8 Assemble Plan Summary Boxes and Quantities 9.9 Cost Estimate 9.10 Technical Special Provisions and Modified Special Provisions—N/A 9.11 Field Reviews 9.12 Technical Meetings 9.13 Quality Assurance/Quality Control 9.14 Independent Peer Review—N/A 9.15 Supervision 9.16 Coordination 10 STRUCTURES- BRIDGE DEVELOPMENT REPORT—N/A The CONSULTANT shall prepare a Bridge Development Report(BRIDGE TYPE STUDY). The BRIDGE TYPE STUDY shall be submitted as part of the Phase I(30%)Submittal,General Requirements. General Requirements 10.1 Bridge Geometry 10.2 Ship Impact Data Collection-N/A. 10.3 Ship Impact Criteria-N/A. Superstructure Alternatives 10.4 Short-Span Concrete 10.5 Medium-Span Concrete 10.6 Long Span Concrete—N/A 10.7 Structural Steel—N/A Foundation and Substructure Alternatives 10.8 Pier/Bent 10.9 Shallow Foundations/GRS Abutments-N/A. 033 10.10 Deep Foundations Movable Span-N/A. 10.11 Data Collection and Design Criteria 10.12 Movable Span Geometrics and Clearances 10.13 Deck System Evaluation 10.14 Framing Plan Development 10.15 Main Girder Preliminary Design 10.16 Conceptual Span Balance/Counterweight 10.17 Support System Development 10.18 Drive Power Calculations 10.19 Drive System Development 10.20 Power and Control Development 10.21 Conceptual Pier Design 10.22. Foundation Analysis(FL PIER) 10.23 Tender Visibility Study Other BRIDGE TYPE STUDY Issues 10.24 Aesthetics 10.25 TTCP/Staged Construction Requirements 10.26 Constructability Requirements 10.27 Load Rating for Damaged/Widened Structures-N/A. 10.28 Quantity and Cost Estimates 10.29 Quantity and Cost Estimates-Movable Span-N/A. 10.30 Wall Type Justification Report Preparation 10.31 Exhibits 10.32 Exhibits- Movable Span-N/A. 10.33 Report Preparation 10.34 Report Preparation-Movable Span-N/A. 10.35 BRIDGE TYPE STUDY Submittal Package Preliminary Plans(To be included in the BRIDGE TYPE STUDY) 1. General Notes Sheets 2. Plan and Elevation Sheets 3. Construction Staging 4. Superstructure Section Sheets 5. Substructure Section Sheets 6. Report of core borings 7. Preliminary foundation layouts 8. Wall Layout Sheets Preliminary Geotechnical investigations Report shall be included as part of the BRIDGE TYPE STUDY preparation. 34 CAO 11 STRUCTURES-TEMPORARY BRIDGE-N/A. 12 STRUCTURES-SHORT SPAN CONCRETE BRIDGE The CONSULTANT shall prepare plans for Short Span Concrete Bridge(s)at the location(s) specified in Section 2.5. General Layout Design and Plans 12.1 Overall Bridge Final Geometry 12.2 Expansion/Contraction Analysis 12.3 General Plan and Elevation 12.4 Construction Staging—N/A 12.5 Approach Slab Plan and Details 12.6 Miscellaneous Details End Bent Design and Plans 12.7 End Bent Geometry 12.8 End Bent Structural Design 12.9 End Bent Plan and Elevation 12.10 End Bent Details Intermediate Bent Design and Plans 12.11 Bent Geometry 12.12 Bent Stability Analysis 12.13 Bent Structural Design 12.14 Bent Plan and Elevation 12.15 Bent Details Miscellaneous Substructure Design and Plans 12.16 Foundation Layout Superstructure Design and Plans 12.17 Finish Grade Elevation Calculation 12.18 Finish Grade Elevations Cast-In-Place Slab Bridges—N/A 12.19 Bridge Deck Design 12.20 Superstructure Plan 12.21 Superstructure Sections and Details Prestressed Slab Unit Bridges 12.22 Prestressed Slab Unit Design 12.23 Prestressed Slab Unit Layout 12.24 Prestressed Slab Unit Details and Schedule 12.25 Deck Topping Reinforcing Layout 12.26 Superstructure Sections and Details Reinforcing Bar Lists 12.27 Preparation of Reinforcing Bar List Load Rating 35 12.28 Load Rating 13 STRUCTURES-MEDIUM SPAN CONCRETE BRIDGE-N/A The CONSULTANT shall prepare plans for Medium Span Concrete Bridge(s)at the location(s)specified in Section 2.5. General Layout Design and Plans 13.1 Overall Bridge Final Geometry 13.2 Expansion/Contraction Analysis 13.3 General Plan and Elevation 13.4 Construction Staging 13.5 Approach Slab Plan and Details 13.6 Miscellaneous Details End Bent Design and Plans 13.7 End Bent Geometry 13.8 Wingwall Design and Geometry 13.9 End Bent Structural Design 13.10 End Bent Plan and Elevation 13.11 End Bent Details Intermediate Bent Design and Plans 13.12 Bent Geometry 13.13 Bent Stability Analysis 13.14 Bent Structural Design 13.15 Bent Plan and Elevation 13.16 Bent Details Pier Design and Plans 13.17 Pier Geometry 13.18 Pier Stability Analysis 13.19 Pier Structural Design 13.20 Pier Plan and Elevation 13.21 Pier Details Miscellaneous Substructure Design and Plans 13.22 Foundation Layout Superstructure Deck Design and Plans 13.23 Finish Grade Elevation (FGE)Calculation 13.24 Finish Grade Elevations 13.25 Bridge Deck Design 13.26 Bridge Deck Reinforcing and Concrete Quantities 13.27 Diaphragm Design 13.28 Superstructure Plan 13.29 Superstructure Section 13.30 Miscellaneous Superstructure Details 36 Reinforcing Bar Lists 13.31 Preparation of Reinforcing Bar List Continuous Concrete Girder Design 13.32 Section Properties 13.33 Material Properties 13.34 Construction Sequence 13.35 Tendon Layouts 13.36 Live Load Analysis 13.37 Temperature Gradient 13.38 Time Dependent Analysis 13.39 Stress Summary 13.40 Ultimate Moments 13.41 Ultimate Shear 13.42 Construction Loading 13.43 Framing Plan 13.44 Girder Elevation, including Grouting Plan and Vent Locations 13.45 Girder Details 13.46 Erection Sequence 13.47 Splice Details 13.48 Girder Deflections and Camber Simple Span Concrete Design 13.49 Prestressed Beam 13.50 Prestressed Beam Schedules 13.51 Framing Plan Beam Stability 13.52 Beam/Girder Stability Bearing 13.53 Bearing Pad and Bearing Plate Design 13.54 Bearing Pad and Bearing Plate Details Load Rating 13.55 Load Ratings 14 STRUCTURES-STRUCTURAL STEEL BRIDGE—N/A 15 STRUCTURES-SEGMENTAL CONCRETE BRIDGE-N/A. 16 STRUCTURES-MOVABLE SPAN-N/A. 17 STRUCTURES-RETAINING WALLS—Optional Services The CONSULTANT shall prepare plans for Retaining Wall(s)as specified in Section 2.5. General Requirements 37 CI 17.1 Key Sheet—N/A 17.2 Horizontal Wall Geometry Permanent Proprietary Walls 17.3 Vertical Wall Geometry 17.4 Semi-Standard Drawings 17.5 Wall Plan and Elevations(Control Drawings) 17.6 Details Temporary Proprietary Walls—N/A 17.7 Vertical Wall Geometry 17.8 Semi-Standard Drawings 17.9 Wall Plan and Elevations(Control Drawings) 17.10 Details Cast-In-Place Retaining Walls 17.11 Design 17.12 Vertical Wall Geometry 17.13 General Notes 17.14 Wall Plan and Elevations(Control Drawings) 17.15 Sections and Details 17.16 Reinforcing Bar List Other Retaining Walls and Bulkheads—N/A 17.17 Design 17.18 Vertical Wall Geometry 17.19 General Notes,Tables and Miscellaneous Details 17.20 Wall Plan and Elevations 17.21 Details 18 STRUCTURES- MISCELLANEOUS The CONSULTANT shall prepare plans for Miscellaneous Structure(s)as specified in Section 2.5. Concrete Box Culverts—N/A 18.1 Concrete Box Culverts 18.2 Concrete Box Culverts Extensions 18.3 Concrete Box Culvert Data Table Plan Sheets 18.4 Concrete Box Culvert Special Details Plan Sheets Strain Poles Strain poles material to be determined during design. 18.5 Steel Strain Poles 18.6 Concrete Strain Poles 18.7 Strain Pole Data Table Plan Sheets 18.8 Strain Pole Special Details Plan Sheets Mast Arms N/A 38 tea 18.9 Mast Arms 18.10 Mast Arms Data Table Plan Sheets 18.11 Mast Arms Special Details Plan Sheets Overhead/Cantilever Sign Structure(N/A) 18.12 Cantilever Sign Structures 18.13 Overhead Span Sign Structures 18.14 Special(Long Span)Overhead Sign Structures 18.15 Monotube Overhead Sign Structure 18.16 Bridge Mounted Signs(Attached to Superstructure) 18.17 Overhead/Cantilever Sign Structures Data Table Plan Sheets 18.18 Overhead/Cantilever Sign Structures Special Details Plan Sheets High Mast Lighting(N/A) 18.19 Non-Standard High Mast Lighting Structures 18.20 High Mast Lighting Special Details Plan Sheets Noise Barrier Walls(Ground Mount) N/A 18.21 Horizontal Wall Geometry 18.22 Vertical Wall Geometry 18.23 Summary of Quantities—Aesthetic Requirements 18.24 Control Drawings 18.25 Design of Noise Barrier Walls Covered by Standards 18.26 Design of Noise Barrier Walls not Covered by Standards 18.27 Aesthetic Details Special Structures(N/A) 18.28 Fender System 18.29 Fender System Access 18.30 Special Structures 18.31 Other Structures 18.32 Condition Evaluation of Signal and Sign Structures,and High Mast Light Poles 18.33 Condition Evaluation of Signal and Sign Structures,and High Mast Light Poles (No As built or Design Plans Available) 18.34 Analytical Evaluation of Signal and Sign Structures, and High Mast Light Poles 19 SIGNING AND PAVEMENT MARKING ANALYSIS The CONSULTANT shall analyze and document Signing and Pavement Markings Tasks in accordance with all applicable manuals, guidelines,standards,handbooks,procedures,and current design memorandums. 19.1 Traffic Data Analysis The CONSULTANT shall review the approved preliminary engineering report, typical section package, and proposed geometric design alignment to identify proposed sign placements and roadway markings. Perform queue analysis for Randall Boulevard intersection only. 19.2 No Passing Zone Study—N/A 19.3 Reference and Master Design File The CONSULTANT shall prepare the Signing & Marking Design file to include all necessary design elements and all 39 associated reference files. 19.4 Multi-Post Sign Support Calculations The CONSULTANT shall determine the appropriate column size from the COUNTY's Multi-Post Sign Program(s). 19.5 Sign Panel Design Analysis Establish sign layout, letter size and series for non-standard signs. 19.6 Sign Lighting/Electrical Calculations-N/A. 19.7 Quantities 19.8 Cost Estimate 19.9 Technical Special Provisions and Modified Special Provisions—N/A (will utilize County's Special Provisions) 19.10 Other Signing and Pavement Marking Analysis—N/A 19.11 Field Reviews 19.12 Technical Meetings 19.13 Quality Assurance/Quality Control 19.14 Independent Peer Review 19.15 Supervision 19.16 Coordination 20 SIGNING AND PAVEMENT MARKING PLANS The CONSULTANT shall prepare a set of Signing and Pavement Marking Plans in accordance with all applicable manuals, guidelines, standards,handbooks, procedures,and current design memorandums that includes the following. 20.1 Key Sheet 20.2 Tabulation of Quantities 20.3 General Notes/Pay Item Notes 20.4 Project Layout 20.5 Plan Sheet 20.6 Typical Details 20.7 Guide Sign Work Sheet(s)—includes advance street name signs on all approaches to the intersections of 16th Street NE and Randall Boulevard,and 16th Street NE and Golden Gate Boulevard West. 20.8 Traffic Monitoring Site as required—N/A 20.9 Cross Sections(N/A) 20.10 Special Service Point Details as required (N/A) 20.11 Special Details 20.12 Interim Standards(N/A) 20.13 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. 20.14 Supervision 40 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 collect one (1) 12-hour traffic count at the intersection of Randall Boulevard and 16th Street NE. 21.2 Traffic Data Analysis The CONSULTANT shall determine signal operation plan, intersection geometry, forecasting traffic, and intersection analysis run for Randall Boulevard intersection only. 21.3 Signal Warrant Analysis The CONSULTANT shall conduct signal warrant analysis per the MUTCD at the intersection of 16th St NE and Randall Boulevard. 21.4 Systems Timings(N/A) County Traffic Section will perform the signal timing determination. 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—N/A 21.7 Overhead illuminated Street Name Sign Design at the intersection with Randall Boulevard The CONSULTANT shall design Signal Mounted Overhead Street Name signs at Randall Boulevard intersection only. 21.8 Pole Elevation Analysis 21.9 Traffic Signal Operation Report—N/A 21.10 Quantities 21.11 Cost Estimate 21.12 Technical Special Provisions and Modified Special Provisions—N/A(will utilize County's 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-operations/traffic-technical- special-provisions Vehicle Detection(Inductive loops);web address for these specifications is above. Queue Analysis—Determine auxiliary lanes capacity for Randall Boulevard intersection only. 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. 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. 41 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—N/A 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: • Randall Blvd.— 16th Street NE Intersection 22.1 Key Sheet 22.2 Signature Sheet 22.3 Tabulation of Quantities 22.4 General Notes/Pay Item Notes 22.5 Plan Sheet 22.6 Interconnect Plans—N/A 22.7 Traffic Monitoring Site—N/A 22.8 Guide Sign Worksheet 22.9 Special Details 22.10 Special Service Point Details 22.11 Mast Arm/Monotube Tabulation Sheet—N/A 22.12 Strain Pole Schedule—N/A 22.13 TTCP Signal(Temporary)—N/A) 22.14 Temporary Detection Sheet—N/A 22.15 Utility Conflict Sheet 22.16 Interim Standards- N/A 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 verify that the required procedures were followed. The Quality Control Plan may be one utilized by the CONSULTANT as part of their normal operation, or it may be one specifically designed for this project. 22.18 Supervision 23 LIGHTING ANALYSIS The CONSULTANT shall analyze and document Lighting Tasks in accordance with all applicable manuals,guidelines,standards, handbooks,procedures,and current design memorandums.New LED lighting will be required at the intersection of 16th St NE and Randall Boulevard only. 23.1 Lighting Justification Report—N/A 23.2 Lighting Design Analysis Report 42 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 the intersection of 16' St NE and Randall Boulevard only. After approval of the preliminary report,the CONSULTANT shall submit a revised report for each submittal. The Lighting Design Analysis Report shall include: • Lighting Calculations • Structural calculations for special conventional pole concrete foundations if required • Letter to the power company requesting service • Power company confirmation letter on the requested services • Voltage drop calculations • Load analysis calculations for each branch circuit 23.3 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. The Voltage Drop Calculations shall be submitted as part of the Lighting Design Analysis Report. 23.4 FDEP Coordination and Report-N/A. 23.5 Reference and Master Design Files The CONSULTANT shall prepare the Lighting Design file to include all necessary design elements and all associated reference files. 23.6 Temporary Lighting—N/A, by the CONTRACTOR if required. 23.7 Design Documentation—N/A; included in LDAR 23.8 Quantities 23.9 Cost Estimate 23.10 Technical Special Provisions and Modified Special Provisions 23.11 Other Lighting Analysis—N/A 23.12 Field Reviews The CONSULTANT shall collect information from the maintaining agencies and conduct a field review.The review should include but is not limited to the following: • Existing Lighting Equipment • Load Center, Capabilities and Condition/Age • Condition of Lighting Structure(s) • Verification of horizontal clearances • Verification of breakaway requirements 23.13 Technical Meetings 23.14 Quality Assurance/Quality Control 23.15 Independent Peer Review 23.16 Supervision 23.17 Coordination 24 LIGHTING PLANS The CONSULTANT shall prepare a set of Lighting Plans in accordance with all applicable manuals, guidelines, standards, handbooks,procedures, and current design memorandums for the intersection of 16`h St NE and Randall Boulevard only. 24.1 Key Sheet 43 24.2 General Notes/Pay Item Notes 24.3 Pole Data,Legend & Criteria 24.4 Service Point Details 24.5 Project Layout—N/A 24.6 Plan Sheet 24.7 Special Details—N/A 24.8 Temporary Lighting Data and Details—N/A 24.9 Temporary Traffic Control Plan Sheets—N/A 24.10 Interim Standards—N/A 24.11 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. 24.12 Supervision 25 LANDSCAPE ANALYSIS(N/A) The CONSULTANT shall analyze and document Landscape Architecture Tasks in accordance with all applicable manuals, guidelines, standards,handbooks, procedures,and current design memorandums. 25.1 Data Collection All research required to collect data necessary to complete the initial design analysis. Includes identifying local ordinances and collection of other project data as defined in the"Collier COUNTY Best Management Practices for Landscape Design and Permitting within the Right-of-Way"(as approved by the Board September 28,2016). 25.2 Site Inventory and Analysis for Proposed Landscape Includes identification of opportunities and constraints for the proposed landscape project based on existing site conditions. Identify available planting areas for nursery landscape material. Summary of analysis, if required, is included in conceptual design. Roll plots may be required. 25.2a Selective Clearing and Grubbing Site Inventory 25.2b Inventory and Analysis 25.2 cl Vegetation Disposition Plan- Mainline 25.3 Planting Design—N/A. 25.3a Conceptual Planting Design—N/A. 25.3b Final Planting Design—N/A. 25.4 Irrigation Design—N/A. 25.4a Conceptual Irrigation Design—N/A. 25.4b Final Irrigation Design—N/A. 25.5 Hardscape Design 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 44 CAD Maintenance Staff. 25.6 Roll Plots Task includes any roll plots for the project to aid in developing final plans(landscape opportunity,disposition,site inventory and analysis, etc.) 25.7 Cost Estimates 25.8 Technical Special Provisions and Modified Special Provisions 25.9 Inspection Services Services may include: on-site inspection, construction, observation,monitoring, supervision, and any reporting requirements. 25.10 Other Landscape Services—N/A 25.11 Outdoor Advertising—N/A 25.12 Field Reviews 25.13 Technical Meetings/Public Meetings—N/A 25.14 Quality Assurance/Quality Control 25.15 Independent Peer Review—N/A 25.16 Supervision 25.17 Project Coordination 25.18 Interdisciplinary Coordination 26 LANDSCAPE PLANS(N/A) The CONSULTANT shall prepare a set of Landscape Plans which includes the following. 26.1 Key Sheet—N/A 26.2 Tabulation of Quantities and Plant Schedule—N/A 26.3 General Notes—N/A 26.4 Tree and Vegetation Protection and Relocation Plans and Tree Disposition Plans—N/A 26.5 Planting Plans for Linear Roadway Projects—N/A 26.6 Planting Plans (Interchanges and Toll Plazas)—N/A 26.7 Planting Details and Notes—N/A 26.8 Irrigation Plans for Linear Roadway Project—N/A 26.9 Irrigation Plans for Interchange and Toll Plazas—N/A 26.10 Irrigation Details and Notes—N/A 26.11 Hardscape Plans—N/A 26.12 Hardscape Details and Notes 26.13 Landscape Maintenance Plan—N/A 26.14 Quality Assurance/Quality Control 26.15 Supervision 27 SURVEY The CONSULTANT shall perform survey tasks in accordance with applicable statutes, manuals, guidelines, standards, handbooks,procedures, and current design memoranda. The CONSULTANT shall submit 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. 45 cn0 The field books shall be certified by the surveyor in responsible charge of work being performed before the final product is submitted. 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 Project Manager; may include primary or secondary control points. Includes analysis and processing of all field collected data,and preparation of forms. 27.2 Vertical Project Control(VPC) Establish or recover VPC, for the purpose of establishing vertical control on datum approved by the COUNTY Project Manager; may include primary or secondary vertical control points. Includes analysis and processing of all field collected data,and preparation of forms. 27.3 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, ramp, offset, or secondary alignments. Depict alignment and/or existing R/W lines(in required format)per COUNTY R/W Maps,platted or dedicated rights of way. 27.4 Aerial Targets Place, locate, and maintain required aerial targets and/or photo identifiable points. Includes analysis and processing of all field collected data,existing maps, and/or reports. Placement of the targets will be at the discretion of the aerial firm. 27.5 Reference Points Reference Horizontal Project Control(HPC)points, project alignment, vertical control points, section, '/4 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) Locate all above ground features and improvements. Deliver in appropriate electronic format. Effort includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.8 Roadway Cross Sections/Profiles Perform cross sections or profiles. May include analysis and processing of all field-collected data for comparison with DTM. 27.9 Side Street Surveys Refer to tasks of this document as applicable. 27.10 Underground Utilities 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". Designation includes 2-dimensional collection of existing utilities and selected 3-dimensional verification as needed for designation. Designation shall include electronic depths. Location includes non-destructive excavation to determine size, type, and location of existing utility, as necessary for final 3-dimensional verification. Survey includes collection of data on points as needed for designates and locates. Includes analysis and processing of all field collected data, and delivery of all appropriate electronic files. The Consultant shall SUE eight foot"X"shaped trenches at new underground infrastructure or earthwork excavation (i.e., drilled shafts, sheet piles, strain poles, mast arms, miscellaneous foundations,drainage structures,pipe culverts,new ditches, etc.) in areas that work will be performed. CONSULTANT shall provide electronic depths with the designates. This scope of services is limited to up to two(2)"X"shaped trenches for the proposed signal infrastructure at the intersection of 16th Street and Randall Boulevard. Proposed SUE locations must be approved by the COUNTY prior to authorization of this task. 46 A Professional Land Surveyor,registered in the State of Florida, shall sign and seal the data provided and included in the Verified Utility Locate Plan Sheets. All information shall be provided in the format requested by the COUNTY. 27.11 Outfall Survey Locate above ground features and improvements for the limits of the project by collecting the required data for the purpose of a DTM. Survey with sufficient density of shots. Shoot all break lines, high and low points. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.12 Drainage Survey Locate underground data(XYZ, pipe size, type, condition, and flow line)that relates to above ground data. Includes field edits, analysis and processing of all field collected data, existing maps,and/or reports. 27.13 Bridge Survey(Minor/Major)—N/A 27.14 Channel Survey Locate topographic features and improvements for the limits of the project(500 feet east and west of 16th Street NE within the channel)by collecting the required data. Includes field edits, analysis and processing of all field collected data, maps, and/or reports. 27.15 Pond Site Survey—N/A Refer to tasks of this document as applicable. 27.16 Mitigation Survey—N/A Refer to tasks of this document as applicable. 27.17 Jurisdiction Line Survey Perform field location (2-dimensional) of jurisdiction limits as defined by respective authorities, also includes field edits, analysis and processing of all field collected data,preparation of reports. 27.18 Geotechnical Support 27.19 Sectional/Grant Survey—N/A Perform field location/placement of section corners, 1/4 section corners, and fractional corners where pertinent. Includes analysis and processing of all field-collected data and/or reports. 27.20 Subdivision Location Survey all existing recorded subdivision/condominium boundaries, tracts, units, phases, blocks, street R/W lines, common areas. Includes analysis and processing of all field collected data and/or reports. If unrecorded subdivision is on file in the public records of the subject COUNTY,tie existing monumentation of the beginning and end of unrecorded subdivision. 27.21 Maintained R/W Perform field location (2-dimensional) of maintained R/W limits as defined by respective authorities, if needed. Also includes field edits,analysis and processing of all field collected data, preparation of reports. 27.22 Boundary Survey—N/A Perform boundary survey as defined by COUNTY standards. Includes analysis and processing of all field-collected data, preparation of reports. 27.23 Water Boundary Survey—N/A 27.24 Right of Way Staking, Parcel/Right of Way Line—N/A 27.25 Right of Way Monumentation—N/A 27.26 Line Cutting Perform all efforts required to clear vegetation from the line of sight. 27.27 Work Zone Safety Provide work zone as required by COUNTY standards. 27.28 Vegetation Survey—N/A 27.29 Tree Survey—N/A 27.30 Miscellaneous Surveys—N/A 47 Refer to tasks of this document,as applicable,to perform surveys not described herein.The percent for Supplemental will be determined at negotiations. This item can only be used if authorized in writing by the COUNTY Project Manager. 27.31 Supplemental Surveys—N/A Supplemental survey days and hours are to be approved in advance by COUNTY Project Manager. Refer to tasks of this document, as applicable,to perform surveys not described herein. 27.32 Document Research Perform research of documentation to support field and office efforts involving surveying and mapping. 27.33 Field Review Perform verification of the field conditions as related to the collected survey data. 27.34 Technical Meetings Attend meetings as required and negotiated by the Surveying and Mapping COUNTY. 27.35 Quality Assurance/Quality Control(QA/QC) Establish and implement a QA/QC plan. Also includes SUBCONSULTANT review, response to comments and any resolution meetings if required, preparation of submittals for review, etc. 27.36 Supervision Perform all activities required to supervise and coordinate project. These activities must be performed by the project supervisor,a Florida P.S.M. or their delegate as approved by the COUNTY Project Manager. 27.37 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 Project Manager. 28 PHOTOGRAMMETRY(N/A) The CONSULTANT shall perform photogrammetric tasks in accordance with all applicable statues, manuals,guidelines, standards, handbooks,procedures, and current design memoranda. In addition to the maps and photographic products,the CONSULTANT shall submit all computations to document the mapping. This will include documentation of all decisions reached from meetings,telephone conversations, and site visits. 28.1 Flight Preparation Review record data, create target diagrams,and plan the mission. 28.2 Control Point Coordination Determine photo identifiable control points, and mark contact prints. 28.3 Mobilization Perform pre-and post-flight aircraft inspection;prepare the aircraft and camera for the mission. 28.4 Flight Operations Operate the aircraft,aerial camera, and other instruments to obtain aerial photography. 28.5 Film Processing Process, check, and annotate the aerial film. 28.6 Photo Products Prepare contact prints, contact diapositives, and photo enlargements. 28.7 Scanning Scan photographic images. 28.8 LiDAR Includes data acquisition,post processing of LiDAR data to XYZ coordinates for"bare earth" classification. 28.9 Aerial Triangulation 48 Measure and adjust control within aerial images. 28.10 Surfaces • Includes collection of break lines and spot elevations. 28.11 Ortho Generation Includes creation of final images. 28.12 Rectified Digital Imagery(Georeferenced) Create the rectified digital image. 28.13 Mosaicking Create the mosaic. 28.14 Sheet Clipping Create plot files for sheets from the database. 28.15 Topographies(3D) Prepare topographic maps including surface and planimetrics. (Photogrammetrist will not propose hours for Surfaces and Topographics.) 28.16 Planimetrics(2D) Prepare 2D planimetric map. 28.17 Drainage Basin Includes preparing drainage basin maps in clipped "sheet" format. 28.18 CADD Edit Perform final edit of graphics for delivery of required MicroStation design files (. dgn), CADD, and Geopak files. 28.19 Data Merging Merge photogrammetric files, field survey files, and data from other sources. 28.20 Miscellaneous Other tasks not specifically addressed in this document. 28.21 Field Review Perform on site review of maps. 28.22 Technical Meetings Attend meetings as required. 28.23 Quality Assurance/Quality Control Establish and implement a QA/QC plan. 28.24 Supervision Supervise all photogrammetric activities. This task must be performed by the project supervisor, a Florida P.S.M. 28.25 Coordination Coordinate with all elements of the project to produce a final photogrammetric product. 29 MAPPING—N/A R/W is not anticipated for the project. In the event R/W Mapping becomes necessary,this can be provided as an optional service negotiated at a later date. The CONSULTANT will be responsible for the preparation of control survey maps,right of way maps,maintenance maps,sketches, other miscellaneous survey maps, and legal descriptions as required for this project in accordance with all applicable COUNTY Manuals,Procedures,Handbooks,District specific requirements,and Florida Statutes.All maps,surveys and legal descriptions will be prepared under the direction of a Florida Professional Surveyor and Mapper(PSM)to COUNTY size and format requirements utilizing COUNTY approved software and will be designed to provide a high degree of uniformity and maximum readability. The 49 CA CONSULTANT will submit maps,legal descriptions,quality assurance check prints,checklists,electronic media files and any other documents as required for this project to the COUNTY for review at stages of completion as negotiated. This scope of services assumes that right-way-acquisitions may only occur to construct the roadway and signal improvements at the intersection of 16th Street and Randall Boulevard. Master CADD File 29.1 Alignment 29.2 Section and 1/4 Section Lines 29.3 Subdivisions/Property Lines 29.4 Existing Right of Way 29.5 Topography 29.6 Parent Tract Properties and Existing Easements 29.7 Proposed Right of Way Requirements The ENGINEER OF RECORD(EOR)will provide the proposed requirements. The PSM is responsible for calculating the final geometry.Notification of Final Right of Way Requirements along with the purpose and duration of all easements will be specified in writing. 29.8 Limits of Construction The limits of construction DGN file as provided by the EOR will be imported or referenced to the master CADD file, Additional labeling will be added as required. The PSM is required to advise the EOR of any noted discrepancies between the limits of construction line and the existing/proposed right of way lines, and for making adjustments as needed when a resolution is determined. 29.9 Jurisdictional/Agency Lines These lines may include,but are not limited to,jurisdictional,wetland, water boundaries, and COUNTY limit lines. Sheet Files 29.10 Control Survey Cover Sheet—N/A 29.11 Control Survey Key Sheet—N/A 29.12 Control Survey Detail Sheet—N/A 29.13 Right of Way Map Cover Sheet—N/A 29.14 Right of Way Map Key Sheet—N/A 29.15 Right of Way Map Detail Sheet—N/A 29.16 Maintenance Map Cover Sheet—N/A 29.17 Maintenance Map Key Sheet—N/A 29.18 Maintenance Map Detail Sheet—N/A 29.19 Reference Point Sheet—N/A This sheet(s)will be included with the Control Survey Map, Right of Way Map and Maintenance Map. 29.20 Project Control Sheet This sheet depicts the baseline, the benchmarks, the primary and secondary control points, and their reference points including the type of material used for each point,their XYZ coordinates,scale factors and convergence angles.This sheet(s) may be included with the Control Survey Map, Right of Way Map and Maintenance Map. 29.21 Table of Ownerships Sheet— N/A Miscellaneous Surveys and Sketches 29.22 Parcel Sketches 29.23 TIITF Sketches—N/A 29.24 Other Specific Purpose Survey(s)—N/A 29.25 Boundary Survey(s)Map 50 p.0 29.26 Right of Way Monumentation Map 29.27 Title Search Map—N/A 29.28 Title Search Report 29.29 Legal Descriptions 29.30 Final Map/Plans Comparison The PSM will perform a comparison of the final right of way maps with the available construction plans to review the correctness of the type of parcel to be acquired and the stations/offsets to the required right of way.The PSM will coordinate with the FOR to resolve any conflicts or discrepancies and provide documentation of the review. 29.31 Field Reviews 29.32 Technical Meetings 29.33 Quality Assurance/Quality Control 29.34 Supervision 29.35 Coordination 29.36 Supplemental Mapping—N/A 30 TERRESTRIAL MOBILE LiDAR-N/A. The CONSULTANT shall perform Terrestrial Mobile LiDAR tasks in accordance with all applicable statutes,manuals,guidelines, standards,handbooks,procedures,and current design memoranda. In addition to the maps and LiDAR products,the CONSULTANT shall submit all computations and reports to support the mapping. This will include documentation of all decisions reached from meetings,telephone conversations,and site visits. 30.1 Terrestrial Mobile LiDAR Mission Planning Research and prepare materials necessary for the successful execution of the Mobile LiDAR Mission. This includes but is not limited to route and safety planning, GPS/data acquisition scheduling,weather reports, and site terrain research. 30.2 Project Control Point Coordination All efforts necessary to coordinate the proper placement of project ground control i.e., base stations, transformation control points, and validation points, supporting the Mobile LiDAR survey. 30.3 Terrestrial Mobile LiDAR Mobilization Prepare the LiDAR sensor and vehicle for project data collection and get specialized personnel and equipment on site. 30.4 Terrestrial Mobile LiDAR Mission Perform site calibrations of LiDAR sensor and collect laser survey data, including any simultaneous base station GPS occupations and operation of any necessary safety equipment. 30.5 Terrestrial Mobile LiDAR Processing Download and post process collected measurement data from Mobile LiDAR vehicle sensors,and any base stations occupied during mission. Analyze Mobile LiDAR measurement points and scan route overlaps. Separate any large point cloud data sets into manageable file sizes with corresponding indexes. 30.6 Terrestrial Mobile Photography Processing Process,reference,and name digital photographic imagery files collected during Mobile LiDAR mission. 30.7 Transformation/Adjustment Adjust LiDAR point cloud data to Project Control points. Create point cloud data file(s) in approved digital format. Prepare required reports of precision and accuracy achieved. If this task is performed by separate firm, or is the final product to be delivered, include effort for Survey Report. 30.8 Classification/Editing Identify and attribute(classify)point cloud data into requested groups. Classify or remove erroneous points. 30.9 Specific Surface Reporting 51 Prepare reports,data and/or graphics of specific surface details such as,but not limited to pavement rutting,bridge structure clearance to roadway surface. 30.10 Topographic(3D) Mapping Produce three dimensional (3D) topographic survey map(s) from collected Mobile LiDAR data. This includes final preparation of Construction Information Management(CIM)deliverable, if applicable. 30.11 Topographic(2D)Planimetric Mapping Produce two dimensional (2D)planimetric map(s) from collected Mobile LiDAR data. 30.12 CADD Edits Perform final edit of graphics for delivery of required CADD files. This includes final presentation of CIM deliverable, if applicable. 30.13 Data Merging Merge Mobile LiDAR survey and mapping files,with other field survey files, and data from other sources. 30.14 Miscellaneous Other tasks not specifically addressed in this document. 30.15 Field Reviews Perform on site review of maps. 30.16 Technical Meetings Attend meetings as required. 30.17 Quality Assurance/Quality Control Establish and implement a QA/QC plan. 30.18 Supervision Supervise all Terrestrial Mobile LiDAR activities. This task must be performed by the project supervisor, a Florida P.S.M. 30.19 Coordination Coordinate with all elements of the project to produce a final product. 31 ARCHITECTURE DEVELOPMENT—N/A. 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT-N/A(see PD&E Study) 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS(N/A) 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS—N/A 35 GEOTECHNICAL The CONSULTANT shall,for each project,be responsible for a complete geotechnical investigation.All work performed by the CONSULTANT shall be in accordance with FDOT standards. Before beginning each phase of investigation and after the Notice to Proceed is given,the CONSULTANT shall submit an investigation plan for approval and meet with the COUNTY's Project Manager or representative to review the project scope and COUNTY requirements. The investigation plan shall include,but not be limited to,the proposed boring locations and depths, and all existing geotechnical information from available sources to generally describe the surface and subsurface conditions of the project site.Additional meetings may be required to plan any additional field efforts,review plans,resolve plans/report comments,resolve responses to comments,and/or any other meetings necessary to facilitate the project. The CONSULTANT shall notify the COUNTY in adequate time to schedule a representative to attend all related meetings and field activities. 52 A subsoil investigation plan shall be submitted to the COUNTY for approval prior to site investigation. Muck and cap rock conditions are typical to Southwest Florida. Not encountering muck and cap rock is outside the norm in Collier COUNTY. The presence of both must be identified and quantified in the soils report for the project.To do this may require additional hand holes in muck and deeper drill holes to penetrate the cap rock and identify the soil layers below than was originally shown in the investigation plan. The Soils Report shall contain a signed statement by the Geotechnical Engineer that they have walked the project site and verified to the best of their ability that information provided in the report is representative of what the surface conditions and vegetation suggest would exist below. Where cap rock is expected to be encountered in the installation of stormwater pipe and other structures,the pay items"Rock Trench Excavation"and"muck removal"(if encountered)shall be provided. All Geotechnical work shall meet the minimum requirements of the FDOT Soils and Foundations Handbook. 35.1 Document Collection and Review 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 100%plans. Rock cores shall be retained as directed in writing by the COUNTY Project Manager. The CONSULTANT shall perform specialized field-testing in accordance with the FDOT Soils and Foundation Handbook and as required by project needs which may include but not be limited to: • Roadway auger borings every 100 feet to a depth of 6 feet. • LBR sampling and testing at 3 per mile. • Pavement core sampling and testing at 1 sample per 1,000 feet. • Corrosion series testing at sample per abundant stratum per 500 feet • Buried storm sewer system SPT borings to a depth of 10 feet every 500 feet • SPT borings on all corners of intersection for all new signals and/or mast arm to a depth of 25 feet. • Two corrosion series tests at each intersection location • Four double-ring infiltrometer tests along drainage swales. If required by the COUNTY Project Manager, a preliminary roadway exploration shall be performed before the 30% 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 preliminary roadway exploration shall be performed as directed in writing by the COUNTY Project Manager. CONSULTANT shall perform specialized field-testing as required by project needs and as directed in writing by the COUNTY 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 Geotechnical 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. 35.3 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. 53 35.5 Coordinate and Develop TTCP for Field Investigation Coordinate and develop Temporary Traffic Control Plan (TTCP). All work zone traffic control will be performed in accordance with the COUNTY's Standard Plans Index 102 series. 35.6 Drilling Access Permits Obtain all State,COUNTY, and Water Management District permits for performing geotechnical borings, as needed. 35.7 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 CONSULTANT.The CONSULTANT shall be responsible for assembling a list of all property owners where access is required for conducting geotechnical investigations. A standardized letter shall be prepared by the CONSULTANT for review and approval by the COUNTY prior to notifying affected property owners. 35.8 Groundwater Monitoring—N/A Monitor groundwater, using piezometers. 35.9 LBR/Resilient Modulus Sampling Collect appropriate samples for Limerock Bearing Ratio (LBR)or Resilient Modulus testing. 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. 35.13 Laboratory Data Tabulate laboratory test results for inclusion in the geotechnical report,the report of tests sheet(Roadway Soil Survey Sheet), and for any necessary calculations and analyses. 35.14 Seasonal High-Water Table Review the encountered ground water levels and estimate seasonal high ground water levels. Estimate seasonal low ground water levels, if requested. 35.15 Parameters for Water Retention Areas Calculate parameters for water retention areas,exfiltration trenches,and/or swales. 35.16 Delineate Limits of Unsuitable Material Delineate limits of unsuitable material(s) in both horizontal and vertical directions. Assist the Engineer of Record with detailing these limits on the cross-sections. If requested,prepare a plan view of the limits of unsuitable material. 35.17 Electronic Files for Cross-Sections Create electronic files of boring data for cross-sections. 35.18 Embankment Settlement and Stability Estimate the total magnitude and time rate of embankment settlements. Calculate the factor of safety against slope stability failure. 35.19 Monitor Existing Structures Coordinate with EOR and structural engineer (when applicable) to identify and develop mitigation strategies for sensitive structures and facilities which require special considerations for settlement,vibration and/or groundwater monitoring by the contractor during construction. When there is risk of damage to the structure or facility, provide recommendations in the geotechnical report addressing project specific needs and coordinate those locations with the EOR. See PPM Volume I Chapter 34 and Chapter 9 of the Soils and Foundations Handbook. 35.20 Stormwater Volume Recovery and/or Background Seepage Analysis Perform stormwater volume recovery analysis as directed by the COUNTY. 35.21 Geotechnical Recommendations , 54 Provide geotechnical recommendations regarding the proposed roadway construction project including the following: description of the site/alignment, design recommendations and discussion of any special considerations (i.e., removal of unsuitable material, consolidation of weak soils, estimated settlement time/amount, groundwater control, high groundwater conditions relative to pavement base, etc.)Evaluate and recommend types of geosynthetics and properties for various applications, as required. 35.22 Pavement Condition Survey and Pavement Evaluation Report If a pavement evaluation is performed, submit the report in accordance with Section 3.2 of the Materials Manual: Flexible Pavement Coring and Evaluation. Enter all core information into the Pavement Coring and Reporting(PCR)system. 35.23 Preliminary Roadway Report If a preliminary roadway investigation is performed,submit a preliminary roadway report before the Phase I plans submittal. The purpose of the preliminary roadway report will be to assist in setting road grades and locating potential problems. • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e., soils grouped into layers of similar materials) and construction recommendations relative to Standard Plans Indices 120-001 and 120-002. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis. • An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment settlement and stability calculations, design LBR calculation/graphs, and other pertinent calculations. • The CONSULTANT will respond in writing to any changes and/or comments from the COUNTY and submit any responses and revised reports. 35.24 Final Report The Final Roadway Report shall include the following: • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e., soils grouped into layers of similar materials) and construction recommendations relative to Standard Plans Indices 120-001 and 120-002. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis. • An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment settlement and stability calculations,design LBR calculation/graphs, and other pertinent calculations. • The CONSULTANT will respond in writing to any changes and/or comments from the COUNTY and submit any responses and revised reports. 35.25 Auger Boring Drafting Draft auger borings as directed by the COUNTY. 35.26 SPT Boring Drafting Draft SPT borings as directed by the COUNTY. The CONSULTANT shall be responsible for coordination of all geotechnical related fieldwork activities. The CONSULTANT shall retain all samples until acceptance of 100%plans. Rock cores shall be retained as directed in writing by the COUNTY Project Manager. CONSULTANT shall perform specialized field-testing as required by needs of project and as directed in writing by the COUNTY 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,high-mast lighting, overhead signs,mast arm signals, strain poles,buildings, and other structures include the following: 35.27 Develop Detailed Boring Location Plan Develop a detailed boring location plan. Meet with COUNTY Geotechnical 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. ® 55 35.28 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 35.29 Coordinate and Develop TTCP for Field Investigation Coordinate and develop TTCP plan. All work zone traffic control will be performed in accordance with the COUNTY's Standard Plans 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. 35.37 Selection of Foundation Alternatives(BRIDGE TYPE STUDY)N/A Evaluation and selection of foundation alternative, including the following: • GRS-IBS • Spread footings • Prestressed concrete piling-various sizes • Drilled shafts • Foundation analyses shall be performed using approved COUNTY methods. Assist in selection of the most economical, feasible foundation alternative. 35.38 Detailed Analysis of Selected Foundation Alternate(s) 35.39 Bridge Construction and Testing Recommendations Provide construction and testing recommendations including potential constructability problems. 35.40 Lateral Load Analysis(Optional) Perform lateral load analyses as directed by the COUNTY. 35.41 Walls Provide the design soil profile(s),which include the soil model/type of each layer and all soil engineering properties required by the Engineer of Record for conventional wall analyses and recommendations. Review wall design for geotechnical compatibility and constructability. Evaluate the external stability of conventional retaining walls and retained earth wall systems. For retained earth wall systems, calculate and provide minimum soil reinforcement lengths versus wall heights, and soil parameters assumed in analysis. Estimate differential and total(long term and short term)settlements. Provide wall construction recommendations. 35.42 Sheet Pile Wall Analysis(Optional)—N/A 56 0 Analyze sheet pile walls as directed by the COUNTY. 35.43 Design Soil Parameters for Signs,Signals,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—N/A • Provide the design soil profile(s)that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design. Review design for geotechnical compatibility and constructability. • Provide lateral earth pressure coefficients. • Provide box culvert construction and design recommendations. • Estimate differential and total (long term and short term)settlements. • Evaluate wingwall stability. 35.45 Preliminary Report- BRIDGE TYPE STUDY—N/A The preliminary structures report shall contain the following discussions as appropriate for the assigned project: • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • Summary of structure background data, S.C.S., U.S.G.S.,geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis). • Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the COUNTY's Standard specification. • An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis,notes/sample calculations,sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts,a complete FHWA check list,pile driving records(if available),and any other pertinent information. 35.46 Final Report- Bridge and Associated Walls The final structures report shall include the following: • Copies of U.S.G.S. and S.C.S.maps with project limits shown. • Summary of structure background data, S.C.S.,U.S.G.S.,geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis. • Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the COUNTY's Standard specification. • An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis,notes/sample calculations,sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts,a complete FHWA check list,pile driving records(if available),and any other pertinent information. 35.47 Final Reports-Signs,Signals, Box Culvert,Walls,and High Mast ' ights The final reports shall include the following: • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • Summary of structure background data, S.C.S., U.S.G.S.,geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis). • Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the COUNTY's Standard specification. • An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, 57 0 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 Project Manager for review prior to project completion. After review by the COUNTY,the reports will be submitted to the COUNTY 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 COUNTY of Transportation Soils and Foundations Handbook. 35.49 Other Geotechnical—Optional Services Other geotechnical effort specifically required for the project as determined by the COUNTY and included in the geotechnical upset limit. Includes all field and laboratory testing services associated with conducting one (1) SPT water boring to a depth of 175 feet below existing ground surface for bridge design. Results and recommendations to be included within the Final Report identified in section 35.46. 35.50 Technical Special Provisions and Modified 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 3D MODELING—N/A 37 PROJECT REQUIREMENTS 37.1 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. 37.2 Key Personnel 58 0 The CONSULTANT's work shall be performed and directed by the key personnel identified in the proposal presentations by the CONSULTANT. Any changes in the indicated personnel shall be subject to review and approval by COUNTY. 37.3 Progress Reporting The CONSULTANT shall meet with the COUNTY as required and shall provide a written monthly progress report with approved schedule,schedule status,and payout curve or by using the earned value method that describe the work performed on each task. The report will include assessing project risk through monthly documentation of identifying and updating the risk category and approach for monitoring those tasks. Invoices shall be submitted after the COUNTY approves the monthly progress report and the payout curve or with earned value analysis. 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. 37.4 Correspondence Copies of all written correspondence between the CONSULTANT and any party pertaining specifically to this contract shall be provided to the COUNTY for their records within one(1)week of the receipt or mailing of said correspondence. 37.5 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 Modified Special Provisions, and plans as required by FDOT and COUNTY standards. 37.6 Computer Automation The project will be developed utilizing Computer Aided Drafting and Design (CADD) systems. It is the responsibility of the CONSULTANT to meet the requirements in the FDOT CADD Manual. The CONSULTANT shall submit final documents and files as described therein. The CONSULTANT shall submit all required plan submittals(60%,90%& 100%) in CADD format. 37.7 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. 37.8 Optional Services At the COUNTY's option, the CONSULTANT may be requested to provide optional services. The fee for these services shall be negotiated in accordance with the terms in the resultant contract, for a fair, competitive, and reasonable cost, considering the scope and complexity of the project(s). Additional services may be authorized by Change Order or supplemental amendment in accordance with the COUNTY's Procurement Policy. The additional services may include other Services as required. Additional Traffic Studies: The CONSULTANT shall conduct additional traffic analysis at the direction of the COUNTY to provide future queue length information and intersection configuration needs at the intersections of 16`h Street NE and Randall Boulevard, 16th Street NE and Vanderbilt Beach Road, and 16"Street NE and Golden Gate Boulevard West. Additional Field Reviews: The CONSULTANT shall, at the direction of the COUNTY, collect information as specified in Section 21.14 for the intersection of 16th Street NE and Vanderbilt Beach Road. Additional SUE: The CONSULTANT shall, at the direction of the COUNTY, perform up to eight(8) additional pothole locations as specified in Section 27.10. Retaining Walls: The CONSULTANT shall, at the direction of the COUNTY and due to project specific requirements, include the design of retaining walls as described in Section 17. Water Boring: The CONSULTANT shall, at the direction of the COUNTY and due to project specific requirements, perform a water boring as described in Section 35.49. 59 �Ll SCHEDULE B BASIS OF COMPENSATION 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. In no event shall such Time and Materials compensation exceed the amounts set forth in the table below. Tasks/Item Description Lump Sum Time and Materials Not-To-Exceed 1 30% Submittal $605,759.19 $ 2 60% Submittal $343,370.49 $ 3 90% Submittal $196,655.88 $ 4 Final Design $94,916.90 $ 5 3.8 Post Design Services $ $72,933.16 6 17. Retaining Walls (Optional Service) $ 19,199.00 $ 7 27.10 Additional SUE (Optional Service) $ $5,856.00 8 35.49 Water Boring (Optional Service) $ $35,565.06 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Page 18 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] 0 QJ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total Lump Sum Fee $ 1,259,901.46 Total Time and Materials Fee $114,354.22 GRAND TOTAL FEE $ 1,374,255.68 B.2.2. 0* Time and Material Fees: The fees noted in Section B.2.1. shall constitute the amounts to be paid to CONSULTANT for the performance of the Basic Services. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT's personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment 1 to this Schedule B. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by the COUNTY, regarding CONSULTANT's Direct Labor Costs incurred at the time of billing, to be reviewed and approved by the COUNTY. There shall be no overtime pay without the COUNTY's prior written approval. B.2.2.1. Notwithstanding anything herein to the contrary, in no event may CONSULTANT's monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task(s) limits by the percentage the COUNTY has determined CONSULTANT has completed such task as of that particular monthly billing. Page 19 of 30 PSA_CCNA Single Project Agreement[2022_ver.l] B.2.3. n* Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. There shall be no overtime pay without the COUNTY's prior written approval. B.2.3.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: Page 20 of 30 PSA_CCNA Single Project Agreement[2022 ver.l] B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. [END OF SCHEDULE B] REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page 21 of 30 PSA_CCNA Single Project Agreement[2022 ver.1] ; SCHEDULE B —ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Principal $238 Senior Project Manager $201 Project Manager $165 Senior Engineer $175 Engineer $136 Senior Inspector $117 Inspector $96 Senior Planner $164 Planner $130 Senior Designer $128 Designer _ $109 Environmental Specialist $120 Senior Environmental Specialist $156 Scientist/Geologist $115 Senior Scientist/Geologist $156 Marine Biologist/Hydrogeologist $133 Senior Marine Biologist/Hydrogeologist $169 Senior GIS Specialist $149 GIS Specialist $114 Clerical/Administrative $73 Senior Technician $102 Technician $83 Surveyor and Mapper $142 CADD Technician $95 Survey Crew - 2 man $152 Survey Crew - 3 man $185 Survey Crew - 4 man $218 Senior Architect $177 Architect $148 The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the parties. For Grant Funded Projects, the above hourly rates are for purposes of providing estimate(s), as required by the grantor agency. Page 22 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] SCHEDULE C PROJECT MILESTONE SCHEDULE Number of Calendar Days Task/Item For Completion of Task Description from Date of Notice to Proceed 1 30% Submittal 180 2 60% Submittal 350 3 90% Submittal 500 4 Final Submittal 630 5 3.8 Post Design Services 1240 6 17. Retaining Walls (Additional Service) TBD 7 27.10 Additional SUE (Additional Service) TBD 8 35.49 Water Boring (Additional Service) TBD Page 23 of 30 PSA_CCNA Single Project Agreement[2022_ver.l] CA d) SCHEDULE D INSURANCE COVERAGE 1. The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT's sole responsibility. 2. The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. 3. Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the COUNTY or as specified in this Agreement, whichever is longer. 4. Certificates of insurance acceptable to the COUNTY shall be filed with the COUNTY within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to the COUNTY, on a timely basis, if requested by the COUNTY. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the COUNTY. CONSULTANT shall also notify the COUNTY, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 5. All insurance coverages of the CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project. 6. The acceptance by the COUNTY of any Certificate of Insurance does not constitute approval or agreement by the COUNTY that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. 7. CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the COUNTY. 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 Page 24 of 30 PSA_CCNA Single Project Agreement[2022_ver.I] G purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the COUNTY to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. 9. If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the COUNTY, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the COUNTY with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and the COUNTY may terminate the Agreement for cause. Sections checked ( UI ) are required by this Agreement. 10. • WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY. Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability - The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. The insurance company shall waive all claims rights against the COUNTY and the policy shall be so endorsed. 11. ❑ united-Sty ' where applicable to the completion of the work. Coverage shall have minimum limits of $ Per Claim/Occurrence. 12. ❑ 13. ■ COMMERCIAL GENERAL LIABILITY. A. Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, 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. Page 25 of 30 PSA_CCNA Single Project Agreement[2022_ver.I] , el AO 14. Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. The insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 15. ❑ rter —LabBity.—Cevefagc s 46 ❑ Aircraft Liability. Coverage shall be carried by the CONSULTANT or the completion of the Services under this Agreement. 17. n BUSINESS AUTOMOBILE LIABILITY INSURANCE. Coverage shall have minimum limits of$500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-The ownership. 18. ❑ Faiflimam limits of$ Per Occurrence- 19. I I CYBERSAAIC-E—Coverage's"alr-he , nieaum limits of$ Per Ossu"rc'r rvc.. ron e . n l IMBREI I A I IABII ITV, r An n basis, n n r insurance. 21. n PROFESSIONAL LIABILITY INSURANCE. A. Professional Liability: Shall be maintained by the CONSULTANT to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recovery against COUNTY as to any claims under this insurance. Such insurance shall have limits of not less than $ 1,000,000 each claim and aggregate. B. Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the COUNTY. C. The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the COUNTY. D. The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or the COUNTY, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Page 26 of 30 PSA_CCNA Single Project Agreement[2022 ver.1] 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 of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by the COUNTY. 22. VALUABLE PAPERS INSURANCE. In the sole discretion of the COUNTY, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. 23. PROJECT PROFESSIONAL LIABILITY. A. If the COUNTY notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with the COUNTY and the COUNTY's insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT's professional liability policy. If no credit is available from CONSULTANT's current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to the COUNTY. Should no credit accrue to the COUNTY, the COUNTY and CONSULTANT, agree to negotiate in good faith a credit on behalf of the COUNTY for the provision of project-specific professional liability insurance policy in consideration for a reduction in CONSULTANT's self-insured retention and the risk of uninsured or underinsured consultants. B. The CONSULTANT agrees to provide the following information when requested by the COUNTY or the COUNTY's Project Manager: 1. The date the professional liability insurance renews. 2. Current policy limits. 3. Current deductibles/self-insured retention. 4. Current underwriter. 5. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. 6. Cost of professional insurance as a percent of revenue. 7. Affirmation that the design firm will complete a timely project errors and omissions application. C. If the COUNTY elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and the COUNTY will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. [END OF SCHEDULE D] Page 27 of 30 • PSA_CCNA Single Project Agreement[2022_ver.1] �. SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, KISINGER CAMPO & ASSOCIATES, CORP. (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 " DESIGN SERVICES FOR 16TH STREET NE BRIDGE "project" is accurate, complete and current as of the time of contracting. BY: //4 Paul G. Foley, PE TITLE: President/CEO DATE: June 23, 2022 Page 28 of 30 PSA_CCNA Single Project Agreement[2022_ver.1j SCHEDULE F KEY PERSONNEL Name Personnel Category Percentage of Time Guillermo Madriz, P.E. Principal (KCA) 6% Paul Wingard, P.E. Principal (KCA) 6% Adrienne Wisdom, P.E. Project Manager (KCA) 14% Jason LaBarbara, P.E Senior Engineer (KCA) 32% Brian Rose, P.E. Senior Engineer (KCA) 32% Jesse Gill, P.E. Engineer (KCA) 30% Lucio Martinez, P.E. Engineer (KCA) 30% Burak Konuk, P.E. Engineer (KCA) 30% Martin Horwitz Senior Environmental Specialist (KCA) 50% Catie Neal Senior Environmental Specialist (KCA) 50% Josh Hildebrand, PTOE, P.E. Senior Engineer (Johnson Eng.) 11% Guy Adams, PLS Surveyor and Mapper (Johnson Eng.) 17% Rick Arico, P.E. Senior Project Manager (Kimley Horn) 29% Mo Ansari, P.E. Senior Engineer (Kimley Horn) 27% Raj Krishnasamy, P.E. Principal (Tierra South Florida) 5% Lee Hutchinson, RPA Senior Project Manager (Cultural Resources) 23% Page 29 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] 0 SCHEDULE G Other: (Description) ❑ following this page (pages through ) ❑■ this schedule is not applicable Page 30 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] C40 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) `...----- 06/23/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Vicky Van Wormer NAME: Brown&Brown of Florida,Inc. PHONo,Ext): (727)461-6044 FAX,No): (727)442-7695 (A/Pinellas Division E-MAIL vvanwormer@bbpinellas.com ADDRESS: 83 Park Place Blvd,Suite 101 INSURER(S)AFFORDING COVERAGE NAIC# Clearwater FL 33759 INSURERA: The Charter Oak Fire Insurance Company 25615 INSURED INSURER B: The Travelers Indemnity Company of America 25666 Kisinger Campo&Associates,Corp.KCCS,Inc. INSURER C: Travelers Property Casualty Company of America 25674 Campo&Associates,PLLC INSURER D: Travelers Casualty and Surety Company 19038 201 N Franklin St,Suite 400 INSURER E: Admiral Insurance Company 24856 Tampa FL 33602 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2192839886 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP TYPE OF INSURANCE LTR INSR wVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1'000'000 CLAIMS-MADE X OCCUR DAMAGE I RENTED 300,000 PREMISES(Ea occurrence) $ X Contractual MED EXP(Any one person) $ 10,000 A X XCU Included Y 6308254A604 10/01/2021 10/01/2022 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X Te-r LOC 000002 , OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ B - OWNED SCHEDULED 8105N338364 10/01/2021 10/01/2022 BODILY INJURY(Per accident) $ — AUTOS ONLY _ AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) X PIP 10,000 $ X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 1,000,000 C EXCESSLIAB CLAIMS-MADE CUP7J748484 10/01/2021 10/01/2022 AGGREGATE $ 1,000,000 DED X RETENTION $ 10,000 $ WORKERS COMPENSATION �//� STATUTE OTH- ER AND EMPLOYERS'LIABILITY Y/N 500000 D ANY PROPRIETOR/PARTNER/EXECUTIVE N N/A UB7J070308 10/03/2021 10/03/2022 E.L.EACH ACCIDENT $ , OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 500,000 If yes,describe under 500,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Per Claim 1,000,000 Architects&Engineers Prof Liability E Claims-Made Retro Date 11/02/2014 E000002720508 10/01/2021 10/01/2022 Aggregate 1,000,000 Deductible 250,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) [Job#:1202208 Job Type:] Project Description:Contract#22-7944 Design Services for 16th Street NE Bridge For any and all work performed on behalf of Collier County. KCA Contract#1202208 Collier County Board of County Commissioners,OR Board of County Commissioners of Collier County,OR Collier County Government,OR Collier County are included as an additional insured under the captioned Commercial General Liability and Automobile Liability Policies on a primary and non-contributory basis if and to the extent required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail E AUTHORIZED REPRESENTATIVE Naples FL 34112 1 _r _ . --__— /^- .— I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD ACo CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 06/23/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Vicky Van Wormer NAME: Brown&Brown of Florida,Inc. PHONE Eat): (727)461-6044 FAX (A/ No): (727)442-7695 Pinellas Division E-MAIL vvanwormer@bbpinellas.com ADDRESS: 83 Park Place Blvd,Suite 101 INSURER(S)AFFORDING COVERAGE NAIC# Clearwater FL 33759 INSURER A: The Charter Oak Fire Insurance Company 25615 INSURED INSURER B: The Travelers Indemnity Company of America 25666 Kisinger Campo&Associates,Corp.KCCS,Inc. INSURER C: Travelers Property Casualty Company of America 25674 Campo&Associates,PLLC INSURER D: Travelers Casualty and Surety Company 19038 201 N Franklin St,Suite 400 INSURER E: Admiral Insurance Company 24856 Tampa FL 33602 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2192839886 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,DAMAGE T000 RENTE CLAIMS-MADE X OCCUR PREMISESO(Ea occur ence) $ 300,000 X Contractual MED EXP(Any one person) $ 10,000 A X XCU Included Y 6308254A604 10/01/2021 10/01/2022 PERSONAL 8,ADV INJURY $ 1,000'000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X PRO LOC PRODUCTS-COMP/OPAGG $ 2,000,000 JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 _.(Ea accident) X ANY AUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED 8105N338364 10/01/2021 10/01/2022 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS— HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) X PIP 10,000 $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 C EXCESSLIAB CLAIMS-MADE CUP7J748484 10/01/2021 10/01/2022 AGGREGATE $ 1,000,000 DED X RETENTION $ 10,000 $ WORKERS COMPENSATION X STATUTE EORH AND EMPLOYERS'LIABILITY Y/N 500 000 D ANY PROPRIETOR/PARTNER/EXECUTIVE N N/A UB7J070308 10/03/2021 10/03/2022 E.L.EACH ACCIDENT $ , OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 500,000 If yes,describe under 500,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Per Claim 1,000,000 Architects&Engineers Prof Liability E Claims-Made Retro Date 11/02/2014 E000002720508 10/01/2021 10/01/2022 Aggregate 1,000,000 Deductible 250,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) [Job#:1202208 Job Type:] Project Description:Contract#22-7944 Design Services for 16th Street NE Bridge For any and all work performed on behalf of Collier County. KCA Contract#1202208 Collier County Board of County Commissioners,OR Board of County Commissioners of Collier County,OR Collier County Government,OR Collier County are included as an additional insured under the captioned Commercial General Liability and Automobile Liability Policies on a primary and non-contributory basis if and to the extent required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail E AUTHORIZED REPRESENTATIVE Naples FL 34112 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD