Loading...
Backup Documents 01/13/2026 Item #11A ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 1 A TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to the original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney's Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management 2. County Attorney's Office County Attorney's Office ))./ 4. BCC Office Board of County Commissioners Ok / IIIS _ 4. Minutes and Records Clerk of Court's Office xr 4=beiQ'444.- IPOjai 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally,the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event One of the addressees above may need to contact staff for additional or missing information. Name of Primary Staff Francheska Correa/Procurement Contact Information 239-252-6020 Contact/Department Agenda Date Item was January 13,2026 Agenda Item Number 11.A Approved by the BCC Type of Document Agreement Number of Original 1 Attached Documents Attached PO number or account N/A 24-8213 Jacobs Engineering number if the "Design Services for Group,Inc. document is to be Everglades Blvd. recorded Widening from Oil Well to Vanderbilt Beach Rd. Ext." INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature,STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name,Agency,Address,Phone)on an attached sheet. 3. The original document has been signed/initialed for legal sufficiency. (All documents to FC be signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the FC document or the final negotiated contract date,whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's FC signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney's Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame,or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on January 13,2026,and all changes made N/A is not during the meeting have been incorporated in the attached document. The County ✓b�� an option for Attorney's Office has reviewed the changes,if applicable. ✓✓✓✓ this line. 9. Initials of attorney verifying that the attached document is the version approved by the / N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for the 50/610 an option for Chairman's signature. this line. 1 1 A PROFESSIONAL SERVICES AGREEMENT Contract # 24-8313 for " Design Services for Everglades Blvd. Widening from Oil Well Rd to Vanderbilt Beach Rd Ext THIS AGREEMENT is made and entered into this 13 day of 5u,noavE , 20 26 by and between the Board of County Commissioners for Collier County, Florida, a politial subdivision of the State of Florida (hereinafter referred to as the "COUNTY") and Jacobs Engineering Group,Inc. authorized to do business in the State of Florida, whose business address is 251 South Lake Ave.Pasadena,CA 91101 (hereinafter referred to as the "CONSULTANT" and/or"CONTRACTOR"). WITNESSETH: WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning Design Services for Everglades Blvd.Widening from Oil Well Rd to Vanderbilt Beach Rd Ext (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[2025 ver.2] cp.,„( 1 1 A 1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to the COUNTY. 1.5. CONSULTANT designates Bill Gramer 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: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD 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_colliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: Page 2 of 30 PSA_CCNA Single Project Agreement[2025_ver.2] CP0 1 1 A 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[2025_ver.2] GAO 11 A 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[2025_ver.2] Cp0 11 A 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[2025_ver.2] GP,O 11 A 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[2025_ver.2] CAO 11 A 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 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. Grant Funded: The hourly rates as set forth and identified in Schedule B, which is attached hereto, are for purposes of providing estimate(s), as required by the grantor agency. ARTICLE SIX THE OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by the COUNTY, CONSULTANT shall deliver to the COUNTY copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). The COUNTY shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to the COUNTY the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring the COUNTY to pay any additional compensation, CONSULTANT hereby grants to the COUNTY a nonexclusive, irrevocable license in all of the Project Documents for the COUNTY's use on this Project. CONSULTANT warrants to the COUNTY that it has full right and authority to grant this license to the COUNTY. Further, CONSULTANT consents to the COUNTY's use of the Project Documents to complete the Project following CONSULTANT's termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges the COUNTY may be making Project Documents available for review and information to various third parties and hereby consents to such use by the COUNTY. Page 7 of 30 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 11 A 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[2025_ver.2] Gp,O 1 1 A 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[2025_ver2] CPO 1 1 A 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[2025 ver.2] CAO 14 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[2025ver.2] CPO I 1 A 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 Management Services Division Director: Jay Ahmad Address: 2885 South Horseshoes Dr Naples,Fl.34104 Administrative Agent/PM: Robert White Telephone: 239-380-3469 E-Mail(s): Robert.White@collier.gov 16.2. All notices required or made pursuant to this Agreement to be given by the COUNTY to the CONSULTANT shall be made in writing and shall be delivered by hand, email or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT's address of record: Company Name: Jacobs Engineering Group,Inc. Address: 251 South Lake Ave. Pasadena,CA 91101 Page 12 of 30 PSA_CCNA Single Project Agreement[2025_ver.2] CAO I 'I A Attention Name & Title: Bill Gramer/Project Manager Telephone: 239-860-4922 E-Mail(s): Bill.Gramer@jacobs.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 Proiects: TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL Schcdulc G Othcr: Solicitation # 24-8313 , including all Attachment(s), Exhibit(s) &Addendum Consultant's Proposal Page 13 of 30 PSA CCNA Single Project Agreement[2025_ver.2] CAO 1 1 A 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[2025ver.2] Cp0 1 1 A 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[2025_ver.2] 0\0 1 1 A IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement the day and year first written above. ATTEST: ; ,E BOARD OF COUNTY COMMISSIONERS FOR nARa�?c �r:, COLLIER COUNTY, FLORIDA Cryst, . Cigzef,TC @ ' e Circuit a By", By: Aar Dat=li � ' Dan Kowal, Chairman � 1 y�a . 4+� � Attat gyp .: *A ,+ App ov d to m and egality: County Attorney S��t �� L Name Consultant: Consultant's Witnesses: Jacobs Engineering Group Inc. cp By: GA . Witness ` \ley\ Name and Title Name and Title 'r „,degi1k.) I ss �T noes Jdhufer- Name and Title Page 16 of 30 PSA_CCNA Single Project Agreement[2025_ver.2] CA0 1 1 A SCHEDULE A SCOPE OF SERVICES following this page (pages 1 through 66 Page 17 of 30 PSA_CCNA Single Project Agreement[2025_ver.2] CAC 1 1 A Schedule A—Scope of Services 24-8313 "Design Services for Everglades Blvd Widening from Oil Well Rd to Golden Gate Boulevard" 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 required work and/or services.At a minimum,the CONSULTANT and/or Sub-Consultant(s)must be qualified to perform the following types of work: Major work mix includes: 0221 Widen&Resurface Existing Lanes 0205 Sidewalk 0715 Traffic Engineering Study 0716 Traffic Signals 0774 Signing/Pavement Markings 0777 Lighting Major work groups include: • 3.2 Major Highway Design • 4.1 Miscellaneous Structures and Minor Bridge Design • 6.1 Traffic Engineering Studies • 6.2 Traffic Signal Timing • 7.1 Signing,Pavement Marking&Channelization • 7.2 Lighting • 7.3 Signalization • 8.1 Control Surveying • 8.2 Design,Right of Way,and Construction Surveying • 8.3 Photogrammetric Mapping • 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 Minor work groups include: • 6.1 Traffic Engineering Studies • 6.3.1 ITS Analysis&Design • 7.1 Signing,Pavement Marking&Channelization • 7.2 Lighting • 7.3 Signalization PAGE 1 OF 66 SCHEDULE A-SCOPE OF SERVICES CAC 11 A • 8.1 Control Surveying • 8.2 Design,Right of Way,and 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 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 ofthe 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 that the project can be built as designed and to specifications. 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 also indicate which items of work will be the responsibility of the CONSULTANT and/or the COUNTY. The CONSULTANT shall be aware that as a project is developed,certain modifications and/or improvements to the original concepts may be required. The CONSULTANT shall 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 if favorable. It is imperative that all signal, roadway lighting, and signing and pavement marking designs 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. PAGE 2 OF 66 SCHEDULE A-SCOPE OF SERVICES S 1 1 A 2 PROJECT DESCRIPTION&BACKGROUND The project encompasses an approximately 4.3-mile section of Everglades Boulevard,from the intersection with Oil Well Road extending south to the intersection with Golden Gate Boulevard. Oil Well Road intersects with a series of future planned communities while Vanderbilt Beach Road Extension Phase II (under design), Randall Boulevard and Golden Gate Boulevard also provide a direct route for those commuting from the Estates to Naples. The improvements proposed will provide connectivity and roadway enhancements to those communities and improve emergency response times and safety along the corridor. The CONSULTANT shall investigate the status of any active and/or recently completed projects and become familiar with concepts and commitments(typical sections,alignments,Developer Contribution Agreements,etc.) developed from prior studies and/or activities.The CONSULTANT shall incorporate all future improvements by "others"as an existing condition unless otherwise directed by the COUNTY Project Manager. The existing typical section,going southbound from Oil Well Road to 29th Avenue NE,starts as a 6-lane divided highway and tapers down to two lanes,respectively.There are 4-foot bike lanes,but they end at 31st Avenue NE. There are no pedestrian facilities.The existing typical section of the undivided roadway from 29th Avenue NE to Golden Gate Boulevard consists of two 12-foot travel lanes,narrow unpaved shoulders,and roadside ditches on both sides.No sidewalks or bike lanes are on either side of the existing roadway. The proposed 4-lane roadway improvements for this project consist of widening to the west of the existing roadway,reconstructing the existing roadway into an urban typical section,stormwater drainage and ponds,and traffic signals. The new typical roadway section will have four 11-foot wide travel lanes with 7-foot bike lanes on each side along the entire length of the project.It is anticipated a 6-foot concrete sidewalk will be constructed on the west side of the roadway to connect paths from Oil Well Road to Vanderbilt Beach Road Extension and to Golden Gate Boulevard.It is anticipated a paved 10-foot shared-use pathway will be constructed on the east side of the roadway to connect paths from Oil Well Road to Vanderbilt Beach Road and Golden Gate Boulevard, as well as avoid further impacts to the Church at Randall Blvd, and connect homes along Everglades Blvd to nearby bus pads at intersecting side streets. Bus pads will be provided at the northeast and southwest corner of each side street intersection.Note: the locations of the proposed 6-foot sidewalk and 10-foot shared-use pathway are subject to change based on Collier County direction. Traffic signals(existing)are installed at the intersections of Everglades Boulevard and the following streets: • Oil Well Road • Randall Boulevard • 18'Avenue NE • Vanderbilt Beach Road Extension Phase II(currently under design) • Golden Gate Boulevard 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:N/A Specification Package Preparation: See Specifications Package Preparation,Section 3.3 PAGE 3 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO h 1 A Value Engineering:Value Engineering/Independent Peer Review services will be conducted for this project. Please review Section 3.5 for details. Plan Type:Roadway Plans Plan/Profile: The CONSULTANT shall provide all plans and details necessary for the construction of the project described herein.The CONSULTANT is expected to follow all design criteria and processes provided in the latest version of the FDOT Manual of Uniform Minimum Standards for Design, Construction, and Maintenance (commonly known as the Florida Greenbook). Additional criteria from the American Association of State Highway and Transportation Officials (AASHTO), 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 latest FDOT Design Manual(FDM)criteria and the National Association of City Transportation Officials (NACTO) Urban Bikeway Design Guide should be considered for best practice. The COUNTY must approve deviations from the criteria and processes provided in the FDM in writing. Typical Section:The CONSULTANT shall develop and submit a signed and sealed Typical Section Package. Pavement Designs: 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: The CONSULTANT shall coordinate with adjacent developments to ensure proposed or existing access connections are incorporated in the plans. The County and Developer must agree on the location,number of access point connections,and type of median openings. Transit Route Features: The CONSULTANT shall coordinate with the Public Transit & Neighborhood Enhancement(PTNE)/Collier Area Transit(CAT)to identify existing and future transit locations. Major Intersections/Interchanges: The design shall incorporate the re-design and/or tie-in of the project to the existing/future conditions at: • North of Golden Gate Boulevard:Everglades Boulevard will require restriping,signing,median closures, access management coordination,etc. • Vanderbilt Beach Road Extension. (Phase II is currently in design—will require restriping, signal head adjustments,etc.)Note:Potential intersection geometry reconfigurations may be required on the future constructed intersection and shall be considered additional services. • 18th Ave NE(signalized intersection)—Additional turn lanes,etc. • Randall Boulevard (signalized intersection) CONSULTANT will reserve ROW for a 6-lane footprint Randall Boulevard on both the west and east sides of Everglades Boulevard. It is anticipated that a 4- lane Randall Boulevard will be constructed in a 6-lane footprint on the west side of Everglades Boulevard, and a 4-lane Randall Boulevard in a 6-lane footprint will be constructed on the east side of Everglades Boulevard. • Oil Well Road(milling&resurfacing,restriping,pedestrian accommodations,etc.) PAGE 4 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 11 /A Minor Intersections:The design shall incorporate the tie-in of the project to the existing conditions at: • 2nd Ave NE • 4th Ave NE • 6th Ave NE • 8th Ave NE • 10th Ave NE • 12th Ave NE • 14th Ave NE • 16th Ave NE • 20th Ave NE • 22nd Ave NE • 24th Ave NE • 27th Ave NE • 29th Ave NE • 31stAveNE • 33rd Ave NE-Anticipate modifications to northbound right turn length to accommodate 10 ft shared- use pathway.A design variation will be required for turn lane length less than 185 ft. Minor improvements will be required along the thirty-one(31)intersecting side streets to accommodate the new horizontal and vertical geometry of Everglades Boulevard. Limits of Side Street improvements are assumed to be+/-300 feet of Everglades Boulevard. Bridges:N/A Roadway Alternative Analysis:N/A Level of Temporary Traffic Control Plans (TTCP): The project is anticipated to require Level II Plans. Therefore, the CONSULTANT shall provide Temporary Traffic Control Plans appropriate for this level. Ensuring public health, safety, and welfare during construction is critical. Special consideration shall be given to local businesses and emergency services access through the work zone.The CONSULTANT shall develop maintenance of traffic plans that limit impacts to the public while minimizing the cost and duration of construction. Temporary Lighting;The CONSULTANT is responsible for any temporary lighting designs necessary for the project. Temporary Signals:Only if required for Maintenance of Traffic Temporary Drainage:The CONSULTANT is responsible for any temporary drainage designs necessary for the project and ensures that the design maintains positive drainage at all times. Design Variations/Exceptions: One(1)is anticipated(turn lane length less than 185 feet at 33rd Ave NE)to accommodate the proposed 10-foot shared use pathway. The CONSULTANT is responsible for designing and applying all variances,clearances,and waivers. Back of Sidewalk Profiles:The CONSULTANT shall perform all engineering analysis for the project,even if it is not included in the delivered plans. Selective Clearing and Grubbing:TBD Landscaping;See Section 3.12 PAGE 5 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 2.2 Drainage(Activities 6a and 6b) System Type:As required.The stormwater systems shall be designed to meet the permitting requirements of all applicable permitting agencies (South Florida Water Management District (SFWMD), Florida Environmental Protection (FDEP), and the United States Army Corp of Engineers (USACE)). The stormwater system designs shall consider best management practices,such as open system,closed system, lateral ditches, exfiltration, etc., or a combination thereof, within or outside the existing right-of-way. Floodplain compensation may be part of the solution within or outside the existing right-of-way. The design/coordination of all off-site ponds is part of this Scope of Services. The Consultant shall explore if existing ponds at Oilwell and Everglades have additional capacity for this project. The CONSULTANT shall develop all hydraulic requirements, designs, and Construction Contract Documents for all hydraulic features, such as but not limited to all stormwater conveyance, storage, and treatment facilities required for the project.All existing drainage structures and features shall be shown on the construction plans and shall be inspected for existing scour, erosion, structural integrity, and accumulation of sediments as necessary.The CONSULTANT shall coordinate all repairs or modifications with the COUNTY Project Manager before adding them to the Construction Contract Documents. Note:The project is exempt from Ordinance 74-50,amended by Ordinance 2017-19. Note:The project will be required to adhere to Florida Senate Bill 7040. 2.3 Utilities Coordination(Activity 7) The CONSULTANT is responsible for certifying 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 Collier 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 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 Collier County Water and Sewer District(CCWSD)coordination processes. • A thorough knowledge of COUNTY 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 to 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 PAGE 6 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A installations.Assisting the Engineer of Record with resolving utility conflicts. • Scheduling and performing utility coordination meetings, keeping and distribution of minutes/action items of all utility meetings,and ensuring expedient follow-up on all unresolved issues. • Distributing all plans, conflict matrixes and changes to affected utility owners and making sure this information is properly coordinated and documented. • Identifying and coordinating the completion of any COUNTY or utility owner agreement that is required for reimbursement,or accommodation of the utility facilities associated with the project. • Review and certify to the COUNTY 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 Project Manager. Any proposed change of the approved Utility Coordination Manager shall be subject to review and approval by COUNTY Project Manager prior to any change being made in this contract. Anticipated utilities include but not limited to: • CenturyLink/Lumen • City of Naples-Water • Comcast • Florida Power and Light • Crown Castle • Summit Broadband,Inc. • TECO Peoples Gas • Collier County IT • Collier County Water and Sewer District • 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 are not limited to: • Environmental Resource Permit(SFWMD) • Right-of-way Occupancy Permit(BCB/SFWMD) • ACOE Permit Note:Possible jurisdictional change to FDEP Section 404 The CONSULTANT is responsible for identifying,applying for,and obtaining 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 approval of the plans and applications before submitting them to the permitting agencies and assist the COUNTY in developing the permitting strategy for the project. The COUNTY shall pay all application and processing fees associated with permitting activities directly to each applicable agency. The COUNTY will direct the use of mitigation banks as required. 2.5 Structures(Activities 9-18) Bridge:N/A PAGE 7 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A Bridge Number:N/A Please see section 2.1 for typical section requirements. Type of Bridge Structure Work:N/A Retaining Walls:N/A Noise Barrier Walls:The County will consider noise impacts on the corridor due to adding new travel lanes; however, due to the significant number of driveways, an insertion loss design goal of 7dB(A)may not be reached, and reasonably cost of less than$42,000 will likely be exceeded.If these goals are met from the results of the Noise Study(Activity 32),the design of the barrier will be negotiated separately as additional services. Miscellaneous Structures: 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 the COUNTY's Traffic Operations Section to maintain the 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 but are not limited to using a 2.5" x 2.5"galvanized metal square tubular signpost." 2.7 Signalization(Activities 21 &22) The existing Randall Boulevard and 18th ST NE signal systems are spanwire with concrete strain poles. These shall be upgraded to mast arm configurations.The Vanderbilt Beach Road Extension Phase II project will construct a signal at Everglades Boulevard, which may be in place before the construction of this project.The CONSULTANT should consider this an existing condition and coordinate the signal plans as necessary. Traffic Data Collection:The CONSULTANT shall coordinate with the COUNTY'S Transportation Planning and Traffic Operations sections to see if required traffic data is available. Traffic Studies:N/A Count Stations:N/A Traffic Monitoring Sites:N/A Anticipated Tube Count Locations(10): 1. Tube counts on Everglades Blvd south of 31st Ave 2. Tube counts on Everglades Blvd north of Randall Blvd 3. Tube counts on Everglades Blvd south of Randall Blvd 4. Tube counts on Randall Blvd west of Everglades Blvd 5. Tube counts on Randall Blvd east of Everglades Blvd 6. Tube counts on Everglades Blvd north of 18th Ave NE 7. Tube counts on Everglades Blvd south of 18th Ave NE 8. Tube counts on 18th Ave NE west of Everglades Blvd 9. Tube counts on 18th Ave NE east of Everglades Blvd 10. Tube counts on Everglades Blvd north of Golden Gate Blvd PAGE 8 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 2.8 Lighting(Activities 23&24) The CONSULTANT shall include lighting design within the project limits. The CONSULTANT shall provide all design services and deliver construction documents for all lighting required for the project.The CONSULTANT will analyze the luminescence needs for the project and offer recommendations for street lighting compatible with a four-lane configuration for Everglades Boulevard, documented in a lighting justification report and a lighting design analysis report.For budgeting purposes, the CONSULTANT will assume the entire corridor will be lit for report(s) (Lighting and Voltage Drop) purposes.However,intersection lighting will only be part of the basic scope of services.The COUNTY will direct the CONSULTANT if full corridor lighting is to be implemented;this will be considered an additional service. 2.9 Landscape(Activities 25&26) Landscape Irrigation or Planting Plans: These are not included in this Project. The required level of landscaping shall consist of proposed conduits and sleeves for future landscaping areas and adding architectural pavers in designated median locations along with topsoil. 2.10 Survey(Activity 27) Design Survey: The CONSULTANT shall provide all surveying services necessary for the project. It is anticipated this will include a detailed topographic and control survey for the project limits extending approximately 100 feet north of Oil Well Road to the intersection of Golden Gate Boulevard(width of 200 feet), including all access points in between, beyond or within Collier County existing ROW. The 29 intersecting side streets will be surveyed approximately 300 feet in each direction(width of 90 feet).Randall Boulevard (width of 200 feet) shall be surveyed 1,750 feet in each direction. 18th Ave NE (width of 120 feet)shall be surveyed 1,250 feet in the west direction,and 1,500'in the east direction.If an outfall is located at a side street(s),the limits of the survey shall extend to that outfall point,including the side street swales. At a minimum, anticipate five (5) outfalls; more than five (5) outfalls shall be considered an additional service. Pond sites will be surveyed once locations are finalized. Up to fourteen (14) unique pond sites across 7 basins may be required for the project to conform to Florida Senate Bill 7040 in each basin.Additional pond sites will be considered an additional service. Boring Layout:The CONSULTANT shall provide boring locations for the proposed mast arms at 18th Ave NE(4 EA),Randall Boulevard(4 EA),and each pond site(2 per pond site,up to 28 borings). Subsurface Utility Exploration: The CONSULTANT is responsible for designating all utilities within the project limits. The CONSULTANT shall employ the standards for 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. Right of Way Survey: The CONSULTANT is responsible for all Right of Way Surveys and defining all official Collier County maintained right of way necessary for the project. Pond Site and Floodplain Compensation Area:The CONSULTANT shall identify ponds within the project limits. Vegetation Survey:N/A PAGE 9 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO' 1 1 A Bathymetric Survey:N/A 2.11 Photogrammetry(Activity 28)—N/A 2.12 Mapping(Activity 29) Control Survey Map: The CONSULTANT is responsible for the Control Survey Maps necessary for the project. Right-of-Way Map: The CONSULTANT is responsible for all Right-of-Way Maps for right-of-way acquisitions necessary for the project. Legal Descriptions and Sketches: The CONSULTANT is responsible for all Legal Descriptions and Sketches and for Technical Memorandums for right-of-way acquisitions necessary for the project. Note: COUNTY shall be responsible for obtaining any Title Searches required. Maintenance Map: The CONSULTANT shall provide an aerial-based maintenance map utilizing Collier County Aerial Mapping for the project limits,showing the local agency's jurisdictional areas. Miscellaneous Items: N/A 2.13 Terrestrial Mobile LiDAR(Activity 30)—N/A 2.14 Architecture(Activity 31)—N/A 2.15 Noise Barriers(See Activities 2.5&32) 2.16 Intelligent Transportation Systems(Activities 33&34)—N/A 2.17 Geotechnical(Activity 35) The CONSULTANT shall be responsible for all necessary geotechnical activities associated with/required for this project. Types of boring anticipated include roadway, structures,storm pipes,ponds, lighting,and signals. 2.18 3D Modeling—N/A 2.19 Project Schedule The anticipated design schedule for the project is 720 calendar days(approx. 24 months)from the date of Notice to Proceed(NTP).The targeted total contract schedule is 1,953 calendar days(approx. 64 months) from the issuance of the NTP.This will consist of a design phase(720 days),a construction bid phase and award (273 days) and a post design phase (960 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(s)for all phases of design. The CONSULTANT shall indicate each milestone activity/event that is included in the scope of work,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 and/or 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 1953 calendar days for final construction contract documents and post design services. In no event shall the contract deadline exceed 1953 calendar days from the date of initial Notice to Proceed. An independent consulting firm hired by the COUNTY will conduct a constructability review between the 60%and 90%plan submittals.The Bid Plans shall be submitted after obtaining a notice of intent to permit from the governing permitting agencies,which may include FDEP,USACE,and SFWMD. PAGE 10 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO h 1 A Periodically,throughout the life of the contract,CONSULTANT shall review the project schedule and,with the approval of the COUNTY, adjust as necessary to incorporate changes in the Scope of Services and progress to date. The approved schedule and schedule status report and progress report shall be submitted with the monthly progress report and invoice. 2.20 Submittals&Deliverables The CONSULTANT shall furnish construction contract documents as the COUNTY requires to adequately control, coordinate, and approve the project 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. The COUNTY prefers to use the Bluebeam Revu Studio software platform to expedite the design reviews.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 print outs. The comment and review process for all deliverables for this Contract shall utilize Bluebeam Studio Sessions. The CONSULTANT's Bluebeam setup shall include comment tracking and a response mechanism.The CONSULTANT shall provide session access to COUNTY's staff(and other independent CONSULTANTs) as identified by COUNTY Project Manager. The CONSULTANT shall provide a response to each comment until the comment is identified and 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 FDOT 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.The 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 the COUNTY requests. Drawing files shall be provided in most current versions of a fully functional Micro Station V8i(.dgn),Open Roads Designer, 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 the production and delivery of digital project data. PAGE 11 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 2.21 Provisions for Work All work shall be prepared with English units (unless otherwise specified) in accordance with the latest editions of standards and requirements,when applicable,utilized by the COUNTY which include, but are not limited to,publications such as: • General o Americans with Disabilities Act(ADA)Standards for Accessible Design o AASHTO—Roadside Design Guide o AASHTO—Roadway Lighting Design Guide o AASHTO—A Policy for Geometric Design of Highways and Streets o AASHTO—Highway Safety Manual o Rule Chapter 5J-17, Florida Administrative Code (F.A.C.), Standards of Practice for Professional Surveyors and Mappers 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 Department 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 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 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 Roadway Construction Noise Model(RCNM)and Guideline Handbook o Florida Fish and Wildlife Conservation Commission - Standard Manatee Construction Conditions 2005 o Florida Statutes(F.S.) o Florida's Level of Service Standards and Guidelines Manual for Planning o Model Guide Specifications — Asbestos Abatement and Management in Buildings, National Institute for Building Sciences(NIBS) o Quality Assurance Guidelines PAGE 12 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 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 • Drainage o FDOT Culvert Handbook o FDOT Drainage Manual o FDOT Erosion and Sediment Control Manual o FDOT Hydrology Handbook o FDOT Optional Pipe Materials Handbook o FDOT Storm Drain Handbook o FDOT Stormwater Management Facility Handbook o FDOT Temporary Drainage Handbook o FDOT Drainage Connection Permit Handbook • Survey and Mapping o All applicable Florida Statutes and Administrative Codes o Applicable Rules,Guidelines Codes,and authorities of other Municipal, COUNTY, State and Federal Agencies. o FDOT Aerial Surveying Standards for Transportation Projects Topic 550-020-002 o FDOT Right of Way Mapping Handbook o FDOT Surveying Procedure Topic 550-030-101 o Florida Department of Transportation Right of Way Procedures Manual o Florida Department of Transportation Surveying Handbook o Right of Way Mapping Procedure 550-030-015 • Traffic Engineering and Operations and ITS o AASHTO-An Information Guide for Highway Lighting o AASHTO-Guide for Development of Bicycle Facilities o FHWA Standard Highway Signs Manual o FDOT Manual on Uniform Traffic Studies(MUTS) o FDOT Median Handbook o FDOT Traffic Engineering Manual o National Electric Safety Code o National Electrical Code • Traffic Monitoring o American Institute of Steel Construction(AISC)Manual of Steel Construction,referred to as"AISC Specifications" o American National Standards Institute (ANSI) RP-8-00 Recommended Practice for Roadway Lighting o AASHTO AWS D1.1/ANSI Structural Welding Code—Steel o AASHTO D1.5/AWS D1.5 Bridge Welding Code PAGE 13 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 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 Standard Specifications for Structural Supports for Highway Signs,Luminaires and Traffic Signals,and Interims. • 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 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 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) • Any necessary title searches • 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: o Approved Permit Document when available. o Approval of all contacts with environmental agencies. o Payment for permitting and mitigation fees o 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. o Appropriate signatures on application forms. PAGE 14 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 3 PROJECT COMMON AND PROJECT GENERAL TASKS Project Common Tasks Project Common Tasks,as listed below,are work efforts that are applicable to many project activities,4(Roadway Analysis)through 35(Geotechnical Coordination and QA/QC).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 on 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 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 be modified with 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. When printed or copied, these provisions shall be formatted on 8-1/2"xl l" sheets. 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 an additional service. Supplemental Terms and Conditions (Exhibit I): The CONSULTANT shall provide Supplemental Terms and Conditions(STC)as required by the project.Supplemental Terms and Conditions are defined as follows: A Supplemental Terms and Conditions shall not modify the FDOT Standard Specifications for Road and Bridge Construction in any way. Still,they shall provide instructions to the contractor regarding the contract documents not covered by the FDOT's Standard Specification and are not classified as a Technical Special Provision.STCs are project-specific and related to the COUNTY's general procedures and practices and take precedence over any conflicting terms in the order of contract documents. Field Reviews:The CONSULTANT shall make as many trips to the project site as required to obtain necessary data for all project elements. Technical Meetings: The CONSULTANT shall attend all technical meetings necessary to execute the Scope of Services of this contract. This includes meetings with COUNTY and FDOT or other 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 Project Manager to review the meeting minutes for all meetings they attend.The meeting minutes are due within five(5)working days of attending the meeting. Quality Assurance/Quality Control: The CONSULTANT shall be accountable for their work's professional quality, technical accuracy, and quality. CONSULTANT-prepared surveys, construction plans, and contract documents that contain errors or omissions and result 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 PAGE 15 OF 66 SCHEDULE A-SCOPE OF SERVICES CAC. 11 A 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 will be documented to verify that the required procedures were followed.The Quality Control Plan shall be one specifically designed for this project.The CONSULTANT shall submit a Quality Control Plan for approval within twenty(20)business days of the written Notice to Proceed and it shall be signed by the CONSULTANT's Project Manager and the CONSULTANT's QC Manager. The Quality Control Plan shall include the names of the CONSULTANT's staff that will perform the quality control reviews. The Quality Control reviewer shall be a Florida Licensed Professional Engineer fully prequalified under F.A.C. 14-75 in the work type being reviewed. A marked-up set of prints from a Quality Control Review indicating the reviewers for each component(structures, roadway,drainage,signals,geotechnical,signing and marking,lighting,surveys,etc.)and a written resolution of comments on a point-by-point basis will be required, if requested by the COUNTY,with each phase submittal. The responsible Professional Engineer,Landscape Architect,or Professional Surveyor&Mapper that performed the Quality Control review will sign a statement certifying that the review was conducted and found to meet the required specifications. The CONSULTANT shall, without additional compensation, correct all errors or deficiencies in the designs, maps,drawings,specifications and/or other products and services. Independent Peer Review: The COUNTY will furnish the Independent Peer Review tasks under a separate contract at 30%,60%,and 90%design submittal phases and occur concurrently with ERC/COUNTY review.The CONSULTANT shall provide 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 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 (2) public meetings after the 30% and 60% Phases as directed by the COUNTY. PAGE 16 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A • 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 input 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 meetings will be scheduled after the 30%and 60%submittals 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 with the Project Manager,and advise the County of the economic,cultural,and social feasibility of implementing the request.If approved,the CONSULTANT will integrate the needs of the public into the project. The CONSULTANT shall develop and provide all necessary exhibits for the public meetings, meeting agenda, sign-in sheets, and meeting minutes. 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,and website comments in response to or following said meeting. Comments and Coordination Report:The CONSULTANT shall prepare a comments and coordination report containing documentation of the public participation accomplished throughout the design period.This report should summarize and respond to the comments from the public involvement workshops, agency coordination,etc. 3.1.1 Community Awareness Plan Prepare a Community Awareness Plan(CAP)for review and approval by the COUNTY within 30 calendar days after receiving Notice to Proceed. The objective of the plan is to notify local governments, affected property owners, tenants, and the public of the COUNTY'S proposed construction and the anticipated impact of that construction.The CAP shall address timeframes for each review and shall include tentative dates for each public involvement requirement for the project. The CAP will also document all public involvement activities conducted throughout the project's duration. In addition to the benefits of advance notification,the process should allow the COUNTY to resolve controversial issues during the design phase. This item shall be reviewed and updated periodically as directed by the COUNTY throughout the life of the project. 3.1.2 Notifications Upon receipt of the COUNTY's written approval of the Community Awareness Plan, letters shall be prepared and mailed by the CONSULTANT to local government elected officials. The letters shall be consistent with the Community Awareness Plan, introducing the CONSULTANT and informing officials of the project. Additional contacts shall be maintained throughout the design process as designated in the Community Awareness Plan. 3.1.3 Preparing Mailing Lists PAGE 17 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 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 in all directions) The CONSULTANT shall 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 3.1.5 Driveway Modification Letters The ROW Agreements will address the driveway modifications. The Sketch and Descriptions for the ROW acquisition and Temporary Driveway Restoration Easements will be available for discussions with individual homeowners affected.The Plans and Public Involvement displays will reflect the required modifications.Also includes coordination and review for property owners that are planning to build a home and driveway, fencing, privacy wall, etc., in its ultimate position to avoid impacts from roadway widening. 3.1.6 Newsletters If requested by the COUNTY,the CONSULTANT shall prepare and mail a newsletter on COUNTY Letterhead for distribution to elected officials,public officials,property owners along the corridor, and other interested parties. 3.1.7 Renderings The CONSULTANT shall prepare renderings,as needed,for use in public meetings. 3.1.8 PowerPoint Presentations The CONSULTANT shall prepare PowerPoint presentations,if required,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.No COUNTY meetings will be held on public school system properties. 3.1.10 Public Meeting Attendance and Follow-up The CONSULTANT shall attend the public meetings, assist with meeting setup, and take down. The CONSULTANT shall also prepare a summary of each 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 shall attend the meetings with an appropriate number of personnel to assist the COUNTY Project Manager.The CONSULTANT shall anticipate two public information meetings and one public hearing during the design process.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), Homeowner's Associations, Community Development District Board.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 that for this project there will be at least two(2)meetings with each of the entities mentioned earlier. PAGE 18 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 3.1.11 Other Agency Meetings CONSULTANT shall prepare for and attend up to 3 meetings with COUNTY staff(BCC,GGACA). 3.1.12 Web Site CONSULTANT shall provide Public Involvement Graphics to the COUNTY for its Website. 3.2 Joint Project Agreements—See Section 2.1—N/A 3.3 Specifications&Estimates 3.3.1 Specifications Package Preparation The CONSULTANT shall prepare and provide a specifications package for those specifications NOT considered FDOT Standard Specifications. The CONSULTANT shall 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 Project Manager along with the 90%plans submittal. This submittal does not require signing and sealing and shall be coordinated through the COUNTY Project Manager. The CONSULTANT shall coordinate with the COUNTY on the submittal requirements,but at a minimum shall consist of(1)the complete specifications package,(2)a copy of the marked-up workbook used to prepare the package,and(3)a copy of the final project plans. Final submittal of the specifications package shall occur with the Final 100%plan submittal. This submittal shall be signed,dated,and sealed in accordance with the applicable Florida Statutes. 3.3.2 Estimated Quantities Report Preparation The CONSULTANT shall develop an Estimated Quantities(EQ)Report beginning with Phase III submittal and for all subsequent submittals.Includes loading category information,pay items,and quantities. 3.4 Contract Maintenance and Project Documentation The CONSULTANT shall be responsible for contract maintenance, which includes project management efforts for the complete setup and maintenance of files, electronic folders, and documents, as well as developing technical monthly progress reports and schedule updates.Project documentation includes but is not limited to the compilation and delivery of final documents, reports or calculations that support the development of the contract plans;it 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—N/A 3.8 Post-Design Services Post Design Services may include, but not be limited to meetings, bidding assistance, construction assistance,plans revisions,shop drawing review,survey services,as-built drawings,and load ratings. The CONSULTANT will provide the COUNTY the following limited services during the bid phase and construction phase: Pre-Bid Conference PAGE 19 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A The CONSULTANT shall: • Attend the pre-bid conference to receive oral/written questions regarding interpretation and clarification of Bid Documents. • Respond to bidders written questions regarding interpretation and clarification of Bid Documents • Assist the COUNTY with Addenda. Review Bids The CONSULTANT shall: • Evaluate bidders'qualification and ability to perform the work per the Plans and Specifications. • Evaluate bids,via Bid Analysis,to ensure all quantities and costs are consistent with the Engineers Opinion of Probable Cost.Any significant deviation shall be documented and justified. • Providing written letters of recommendation Management Engineering Services The CONSULTANT shall perform the management engineering services(as requested by the COUNTY) to help facilitate the activities of the parties involved in accomplishing completion of the project. The CONSULTANT shall provide interpretations of the plans, specifications and contract provisions; and to make recommendations to the COUNTY to resolve disputes which arise in relation to the construction contract. Services include the following: • Attend the pre-construction conference with the low bidder. • Assist the COUNTY with interpretation of the plans,specifications,and contract provisions,the CONSULTANT shall consult with the County when an interpretation involves complex issues or may impact the cost and duration of performing the work. • Assist the COUNTY with analyzing changes to the plans, specification, or contract provisions and extra work which appear to be necessary to carry out the intent of the contract when it is determined that a change or extra work is necessary and such work is within the scope and intent of the original contract. Recommend such changes to the County for approval. • Assist the COUNTY with monitoring the project to the extent necessary to determine whether construction activities violate the requirements of the permits. Notify the contractor of any violations or potential violations and require his immediate resolution of the problem. • The CONSULTANT shall, receive, review, reject and/or approve shop drawings, product data and test results to be submitted by the contractor for all pertinent items needed in construction. The CONSULTANT shall review the submittals to determine satisfactory compliance with the project plans and specifications,noting his approval or stipulations. Determine the acceptability, subject to County approval,of substitute materials and equipment proposed by the contractor and receive and review(for general content as required by the specifications)maintenance operating instructions,schedules,guarantees and certificates of inspection which are to be assembled by the contractor in accordance with the contract documents. • The CONSULTANT shall attend, up to 30, COUNTY monthly construction conferences with the contractor, COUNTY, and Utility Companies to discuss in detail the requirements and responsibilities for such items as contractor's responsibilities for shop drawings submittal, maintenance of traffic,safety,etc. • Upon completion of construction and upon preparing the record drawings from as-built drawings provided by the contractor, the CONSULTANT shall prepare the required certification of completion letters to SFWMD, Florida Department of Environmental Protection (FDEP), and other permitting agencies as required. PAGE 20 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 11 A • The CONSULTANT shall conduct the necessary site visits to address any design related questions that may arise during construction. • Upon Substantial Completion of construction and establishment of the Final Punchlist items,the County may request the Consultant to provide a cost estimate for the Final Punchlist items.The Consultant shall conduct a site walkthrough to have a better understanding of the Final Punchlist items to properly estimate the Final Punchlist cost. • Provide contract document interpretation and assistance 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 reviewing contractor's as-built plans,preparing 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,including minor redesign,as requested by the COUNTY. • Perform a review of contractor's final as-built drawings. • Attend one(1)substantial completion walk through and(1)one final completion meeting in the field. Post Design Services are not intended for instances of CONSULTANT errors and/or omissions. All CONSULTANT contact with the Contractor shall be made through the COUNTY Construction Project Manager.The CONSULTANT shall not contact the Contractor directly unless there is a possible immediate threat to public health and/or safety. The COUNTY 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 Project Manager during construction and attend construction meetings as required or requested by the COUNTY. The CONSULTANT shall meet with the COUNTY Project Manager during the Quality Control submittal/review to establish the anticipated stages of construction. The CONSULTANT must notify the COUNTY 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 the 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 Document Package Certification(s)must be digitally signed and sealed by the CEI Consultant. Quality assurance material testing shall be the responsibility of the Contractor. 3.9 Digital Delivery The CONSULTANT shall deliver final contract plans and documents in digital format.The final contract plans and documents shall be digitally signed and sealed files delivered to the COUNTY on acceptable PAGE 21 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 11 A electronic media, as determined by the COUNTY. Deliverables shall be provided in both pdf and CADD formats. 3.10 Risk Management Workshop-N/A 3.11 Railroad,Transit and/or Airport Coordination Collier Area Transit(CAT)ADA bus stop improvements. Includes Boarding and Alighting areas (5' x 8' pads)at 8 locations. 3.12 Landscape and Existing Vegetation Coordination 3.13 Other Project General Tasks The CONSULTANT shall assist the COUNTY during the construction bidding phase of the project including, but not limited to, attending the pre-bid meeting, addressing addendums, evaluating bids and bidders,and providing written letters of recommendation. The CONSULTANT shall coordinate with COUNTY Project Manager and Transit Coordinator to include any features needed by the Collier Area Transit(CAT). 4 ROADWAY ANALYSIS The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable manuals, guidelines,standards,handbooks,procedures,and current design memorandums. 4.1 Typical Section Package The CONSULTANT shall prepare a Typical Section Package. 4.2 Pavement Type Selection Report The CONSULTANT shall perform all work required to develop and obtain approval of the Pavement Type Selection Report(flexible pavement)according to the Pavement Type Selection Manual. Also includes any modification received from reviews. 4.3 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. 4.4 Cross-Slope Correction(lane and shoulders) The CONSULTANT shall investigate the existing pavement to be retained as part of the project and include in the design any 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 shall coordinate with Collier County Road Maintenance to help identify any known locations which may be deficient. 4.5 Safety Analysis The CONSULTANT shall include all work necessary to perform all safety analysis required for roadway design including justification/mitigation,as needed,for design variations and exceptions. 4.6 Design Analysis 4.6.1 Monitor Existing Structures The CONSULTANT shall identify all existing structures in need of monitoring(as required in FDM 117) to identify the necessary pay items to be included in the bid documents.Optional services may be negotiated at a later date if needed.Coordinate with and assist the geotechnical engineer and/or structural engineer to develop mitigation strategies(when applicable). 4.6.2 Access Management: The CONSULTANT shall includes all efforts required to determine location and types of median opening PAGE 22 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A modifications and driveway connection spacing. This also includes any Access Management Report, research for permitted/un-permitted driveways. 4.7 Operational Analysis-N/A 4.8 Design Reports—N/A 4.9 Design Variations and Exceptions A design variation will be prepared for non-standard right turn lane length at 33rd AVE NE due to site- specific restrictions. 4.10 Master Design File Setup&Maintenance,Model Management Plan The CONSULTANT shall include data collection,analysis,and preparation of documentation package in accordance with FDM 122. 4.11 Horizontal/Vertical Master Design Files The CONSULTANT shall design the geometrics using the design standards that are most appropriate with proper consideration given to the design traffic volumes,design speed,capacity and levels of service, functional classification,adjacent land use,design consistency and driver expectancy,aesthetics,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. 4.12 Temporary Traffic Control Plan(TTCP)Analysis The CONSULTANT shall design a safe and effective TTCP to move vehicular and pedestrian traffic during all phases of construction.The design shall include construction phasing of roadways ingress and egress to existing property owners and businesses,routing,signing and pavement markings,and detour quantity tabulations,roadway pavement,drainage structures,ditches,front slopes,back slopes,drop offs within clear zone,transit stops,and traffic monitoring sites. Special consideration shall be given to the construction of the drainage system when developing the construction phases.Positive drainage must be maintained at all times.The design shall include construction phasing of roadways to accommodate the construction or relocation of utilities when the contract includes Joint Project Agreements(JPAs). The CONSULTANT shall investigate the need for temporary traffic signals,temporary highway lighting, detours,diversions,lane shifts,and the use of materials such as sheet piling in the analysis.The Traffic Control Plan shall be prepared by a certified designer who has completed training as required by the COUNTY.Before proceeding with the TTCP,the CONSULTANT shall meet with the appropriate COUNTY personnel.The purpose of this meeting is to provide information to the CONSULTANT that will better coordinate the Preliminary and Final TTCP efforts. The CONSULTANT shall consider the local impact of any lane closures or alternate routes.When the need to close a road is identified during this analysis,the CONSULTANT shall notify the COUNTY's Project Manager as soon as possible.Proposed road closings must be reviewed and approved by the COUNTY.Diligence shall be used to minimize negative impacts by appropriate specifications, recommendations or plans development.Local impacts to consider will be local events,holidays,peak seasons,detour route deterioration and other eventualities.CONSULTANT shall be responsible to obtain local authorities' permission for use of detour routes not on state highways. Master TTCP Design Files The CONSULTANT shall develop master TTCP files showing each phase of the TTCP.This includes all work necessary for designing lane configurations,diversions,lane shifts,signing and pavement markings, temporary traffic control devices,and temporary pedestrian ways. 4.13 Utility Data Collection&Analysis PAGE 23 OF 66 SCHEDULE A-SCOPE OF SERVICES GAO I 1 fA CONSULTANT shall include reviewing the Utility Work Schedule(UWS)and develop utility conflict information(if not included in tab 7). Includes all work required to determine and validate temporary traffic control pay items and quantities. Includes creating the Excel summary tables through the Quantity Takeoff Manager(QTM),fully populating the tables with estimated quantities, and delivering the Excel file to the lead consultant firm Engineer of Record(EOR). 4.14 Quantities The CONSULTANT shall develop accurate quantities and the supporting documentation, including construction days when required. 4.15 Cost Estimate The CONSULTANT shall provide the Engineer's Estimate of Probable Cost at each submittal phase.The Engineer's Estimate of Probable Cost shall be updated and adjusted at each submittal to be maintained up to and including final bid document submittal. 4.16 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. The CONSULTANT shall justify all modifications to other sections to the COUNTY and to be included in the project's specifications package as Technical Special Provisions.The Technical Special Provisions shall describe work, materials, equipment, and specific requirements, method of measurement and basis of payment.These provisions shall be submitted electronically(PDF's). 4.17 Other Roadway Tasks The CONSULTANT shall prepare for and attend workshop meetings regarding the Vanderbilt Beach Road Extension Phase II project and its connectivity to Everglades Boulevard. The CONSULTANT shall prepare a"quasi" corridor alignment study for Everglades Boulevard, Randall Boulevard, and 18th AVE NE and attend workshop meetings with the COUNTY to refine the selected roadway alignments, prior to initiating 30% design plans. After the final study, a pre-30 % public information meeting will be conducted. 4.18 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality,technical accuracy and coordination of all surveys,designs,drawings,specifications,and other services furnished by the CONSULTANT under this contract. 4.19 Supervision Includes all efforts required to supervise all technical design activities. 4.20 Roadway Meeting 4.21 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. 4.22 Coordination PAGE 24 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A Includes all efforts to coordinate all elements of the roadway analysis to produce a final set of construction documents. 5 ROADWAY PLANS The CONSULTANT shall prepare Roadway,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 Typical Section Sheets 5.3 Cross Slope Correction Details 5.4 General Notes/Pay Items Notes 5.5 Model Management&Project Layout 5.6 Plan View(Plan Sheets)—N/A 5.7 Profile View(Plan/Profile Sheets) 5.8 Special Profile 5.9 Sidewalk Profiles 5.10 Interchange Layout Sheet—N/A 5.11 Details 5.12 Soil Survey Sheets 5.13 Cross Sections 5.14 Temporary Traffic Control Plan 5.15 Utility Adjustment Sheets 5.16 Project Control Sheets 5.17 Utility Verification Data(SUE) 5.18 Quality Assurance/Quality Control 5.19 Supervision 6a DRAINAGE ANALYSIS The CONSULTANT shall analyze and document Drainage Tasks in accordance with all applicable manuals, guidelines,standards,handbooks,procedures,and current design memorandums. The CONSULTANT shall be responsible for designing a drainage and stormwater management system. All design work shall comply with the requirements of the appropriate regulatory agencies and the FDOT Drainage Manual. The CONSULTANT shall coordinate fully with the appropriate permitting agencies and the COUNTY staff.All activities and submittals should be coordinated through the COUNTY Project Manager. The work will include the engineering analyses for any or all of the following: 6a.1 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.2 Hydroplaning Analysis Perform a hydroplaning analysis to assist in the determination of the appropriate roadway geometry for all necessary locations (both typical sections and critical cross sections) as needed. See the FDOT Hydroplaning Guidance and FDOT Design Manual(FDM)Chapters 210 and 211 for more information. 6a.3 Existing Permit Analysis PAGE 25 OF 66 SCHEDULE A-SCOPE OF SERVICES CAOt 1IA Data gathering including desktop analysis of local,state and federal Drainage permits 6a.4 Utility Conflict Matrix(for drainage structure) Including all efforts required for populating and coordination of the Utility Conflict Matrix for all drainage structures 6a.5 Noise Barrier Drainage Analysis—N/A 6a.6 Temporary Drainage Analysis Evaluate and address drainage to adequately drain the road and maintain existing offsite drainage during all construction phases.Provide documentation 6a.7 Pond Siting Analysis and Report Evaluate pond sites using a preliminary hydrologic analysis.Document the results and coordination for all the project's pond site analyses.The Drainage Manual provides specific documentation requirements. 6a.8 Analysis of Pipe Video Inspection Report—N/A 6a.9 Bridge Hydraulic Report—N/A 6a.10 Design of Cross Drains Analyze the hydraulic design and performance of cross drains (existing) at Randall Boulevard. 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.11 Design of Ditches and Side Drains 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.(Designof linear stormwater management facilities in separate task.) 6a.12 Design of Stormwater Management Facility 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,design the outlet control structure and buoyancy calculations for pond liners when necessary. 6a.13 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.14 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.15 Optional Culvert Material Determine acceptable options for pipe materials using the Culvert Service Life Estimator. 6a.16 Design of Trench Drain—N/A 6a.17 French Drain Systems—N/A 6a.17.1 Existing French Drain Systems—N/A PAGE 26 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 6a.18 Design of Drainage Wells—N/A 6a.19 Stormwater Runoff Control Concept 6a.20 Other Drainage Analysis—N/A 6a.21 Drainage Design Documentation Report Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and decisions,except for stand-alone reports,such as the Pond Siting Analysis Report and Bridge Hydraulics Report. 6a.22 Drainage Quantities for EQ Report The CONSULTANT shall determine drainage pay items and quantities and the supporting documentation. 6a.23 Cost Estimate Prepare cost estimates for the drainage components, except bridges and earthwork for stormwater management and flood compensation sites. 6a.24 Technical or Modified Special Provisions 6a.25 Quality Assurance/Quality Control 6a.26 Supervision 6a.27 Drainage Meetings 6a.28 Field Reviews 6a.29 Coordination 6b DRAINAGE PLANS The CONSULTANT shall prepare Drainage plan sheets,notes,and details.The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 6b.1 Drainage Map(Including Interchanges) 6b.2 Bridge Hydraulics Recommendation Sheets—N/A 6b.3 Drainage Structures 6b.4 Lateral Ditch 6b.5 Retention/Detention/Floodplain Compensation Pond Details& Cross Sections 6b.6 Quality Assurance/Quality Control 6b.7 Supervision 6c SELECTIVE CLEARING AND GRUBBING—N/A 7 UTILITIES The CONSULTANT shall identify utility facilities and secure agreements,utility work schedules,and plans from the Utility Agency Owners(UAO)ensuring all conflicts that exist between utility facilities and the COUNTY's construction project are addressed. The CONSULTANT shall follow FDOT and COUNTY standards, policies, procedures, and design criteria. COUNTY standards are located at: http://www.colliergov.net/your-government/divisions-s-z/water/utilities- standards-manual. 7.1 Utility Kickoff Meeting PAGE 27 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A Before any contact with the UAO(s), the CONSULTANT shall meet with the COUNTY Transportation Engineering Division and Public Utilities Department to receive guidance,as may be required,to assure that all necessary coordination will be accomplished in accordance with COUNTY procedures.CONSULTANT shall bring a copy of the design project work schedule reflecting utility activities. The CONSULTANT shall be prepared to discuss the project's applied utility schedule logic and current UAO contact information. 7.2 Identify Existing Utility Agency Owner(s) The CONSULTANT shall identify all Utility Agency Owners(UAOs)in the corridor and within and adjacent to the project limits that may be impacted by the project.Identification shall include the updates UAO contact information. The CONSULTANT shall contact Sunshine 811, perform a field visit, and review prior COUNTY utility permits,reports,existing plans,and surveys provided. 7.3 Make Utility Contacts First Contact:The CONSULTANT shall send emails and electronic(.pdf)sets of plans to each utility,to the utility office, and to the COUNTY Offices as required by the Department. Includes contact by phone for meeting coordination. Request type, size, location, easements, and cost for relocation if reimbursement is claimed.Request the voltage level for power lines in the project area.Send UAO requests for reimbursement to COUNTY for a legal opinion.Include the meeting schedule(if applicable)and the design schedule.Include typical meeting agenda.When scheduling a meeting,the CONSULTANT shall give 4 weeks advance notice. Second Contact: At a minimum of 4 weeks prior to the meeting, the CONSULTANT shall send complete sets of Phase II plans and the utility conflict information(when applicable and in the format requested by the COUNTY)to each UAO having facilities located within the project limits,and email one set to the COUNTY Offices as required by the Department. Third Contact: Identify agreements and assemble packages. The CONSULTANT shall send agreements, letters,the utility conflict information(when applicable and in the format requested by the COUNTY) and an electronic set of plans to the UAO(s) including all component sets,to the utility office and to construction and maintenance if required.Include the design schedule. Not all projects will have all contacts as described above. 7.4 Exception Processing The CONSULTANT shall be responsible for transmitting/coordinating the appropriate design reports including, but not limited to, the Resurfacing, Restoration and Rehabilitation (RRR) report, Preliminary Engineering Report,Project Scope and/or the Concept Report(if applicable) to each UAO to identify any condition that may require a Design Alternative.The CONSULTANT shall identify and communicate to the UAO any facilities in conflict with their location or project schedule. The CONSULTANT shall assist with the processing of design alternative involving Utilities with the UAO and the COUNTY. Assist with processing per the UAM. 7.5 Preliminary Utility Meeting The CONSULTANT shall schedule (time and place),notify participants, and conduct a preliminary utility meeting with all UAO(s)having facilities located within the project limits for the purpose of presenting the project,reviewing the current design schedule, evaluating the utility information collected,provide follow- up information on compensable property rights from the COUNTY Transportation ROW office,discuss the utility work by highway contractor option with each utility, and discuss any future design issues that may impact utilities. This is also an opportunity for the UAO(s) to present proposed facilities. The CONSULTANT shall keep accurate minutes and distribute a copy to all attendees. 7.6 Individual/Field Meetings The CONSULTANT shall meet with each UAO as necessary,separately or 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)marked/RGB PAGE 28 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 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 The CONSULTANT,if requested by the COUNTY,shall transmit to and secure from the UAO the executed subordination agreements prepared by the appropriate COUNTY office. 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 resolutions between known utility conflicts with proposed construction plans as may be deemed practical by the UAO. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees within 3 days.See Task 4.5(HorizontalNertical Master Design File)and Task 4.9(Cross Section Design Files)for utility conflict location identification and adjustments. 7.10 Review Utility Markups&Work Schedules and Processing of Schedules&Agreements The CONSULTANT shall review utility marked-up plans and work schedules as they are received for content and coordinate review with the designer. Send color markups and schedules to the appropriate COUNTY office(s) such as survey, geotechnical, drainage, structures, lighting, roadway, signals, utilities, landscape architecture,municipalities,maintaining agency,and COUNTY Traffic Operations for review and comment. Coordinate with the COUNTY Project Manager for execution.Distribute Executed Final Documents.Prepare Work Order for UAO(s). The CONSULTANT shall coordinate with the Collier 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 identified 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 (HorizontalNertical Master Design File) and Task 4.8 (Cross Section Design Files) for utility conflict identification and adjustments. PAGE 29 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 7.13 Additional Utility Services—N/A The COUNTY currently does not maintain utilities within the project limits. Any utility design services required shall be considered additional services. 7.14 Processing Utility Work by Highway Contractor(UWHC) This includes coordinating utility design efforts 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 COUNTY,the CONSULTANT shall transmit the contract plans as processed for letting to the UAO(s).Transmittals to UAO(s)via electronic delivery or anotheragreeable format. 7.16 Certification/Close-Out This includes hours for transmitting utility files to the COUNTY and preparation of the Utility Certification Letter.The CONSULTANT shall certify to the 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;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—N/A 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. PAGE 30 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 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: The CONSULTANT shall review alternative pond sites as directed by the COUNTY and information shall be included in the Pond Siting Report. 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 1"=400'or more detailed and be recent photography.The maps shall show the jurisdictional boundaries of each agency. Photocopies of aerials are not acceptable. When necessary,a wetland specific survey will be prepared by a registered professional 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 "Request for Corps Jurisdictional Determination"; Uniform Mitigation Assessment Method forms and/or project specific data forms. 8.2.3 Species Surveys: To support permitting efforts, 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 surveys are included for gopher tortoise burrows,Big Cypress fox squirrel, Florida bonneted bat (roost and acoustic survey),red-cockaded woodpecker and Florida scrub jay,as may be needed. The CONSULTANT shall provide support for FDEP/SFWMD requirement for pre-construction surveys— to be performed as optional service(See 8.13). 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. PAGE 31 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 11 A 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 8.13 (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 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 whether it's FDEP or USACE, additional compensation will be negotiated for resubmission to either agency. 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. 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, if needed. This may include 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 are limited to PAGE 32 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO ' I A FWC 10 or fewer gopher tortoise relocation permit and modification of existing USFWS Biological Opinion,if applicable. 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 Complete and Submit Documentation for Coordination and/or USCG Bridge Permit Application— N/A 8.6.1 Prepare and submit required documents for USCG Coordination—N/A 8.6.2 Complete and submit USCG Bridge 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—N/A 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 Regulatory Agency Support The CONSULTANT shall provide regulatory agency support which may include but is not limited to preparing: a Statement of Findings or Memorandum for the Record;Public Notice;Findings of Fact; and Biological Opinion. 8.13 Other Environmental Permits The CONSULTANT shall provide support for FDEP/SFWMD requirement for pre-construction surveys to be performed as optional service. 8.14 Technical Support to the DEPARTMENT for Environmental Clearances and Re-evaluations (use when CONSULTANT provides technical support only)—N/A—Project is not anticipated to receive any support from FDOT.As such,this item is not anticipated for this Scope of Services.If required, this shall be considered additional services. 8.14.1 NEPA or SEIR Re-evaluation—N/A 8.14.2 Archaeological and Historical Resources—N/A 8.14.3 Section 4(f),6(f)and ARC—N/A 8.14.4 Wetland Impact Analysis—N/A 8.14.5 Essential Fish Habitat Impact Analysis—N/A 8.14.6 Protected Species and Habitat Impact Analysis—N/A 8.15 Preparation of Environmental Clearances and Reevaluations—N/A—Project is not anticipated to receive any support from FDOT.As such,this item is not anticipated for this Scope of Services.If required,this shall be considered additional services. PAGE 33 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A • 8.15.1 NEPA or SEIR Re-evaluation—N/A 8.15.2 Archaeological and Historical Resources—N/A 8.15.3 Section 4(f),6(f),and ARC—N/A 8.15.4 Wetland Impact Analysis—N/A 8.15.5 Essential Fish Habitat Impact Analysis—N/A 8.15.6 Protected Species and Habitat Impact Analysis—N/A 8.16 Contamination Impact Analysis—N/A 8.17 Asbestos Survey—N/A 8.18 Technical Meetings 8.19 Quality Assurance/Quality Control 8.20 Supervision 8.21 Coordination 9 STRUCTURES-SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS—N/A The CONSULTANT shall analyze,design,and develop contract documents for all structures in accordance with applicable provisions as defined in Section 2.19,Provisions for Work. Individual tasks identified in Sections 9 through 18 are defined in the Staff Hour Estimation Handbook and within the provision defined in Section 2.20, Provisions for Work.Contract documents shall display economical solutions for the given conditions. The CONSULTANT shall provide Design Documentation to the COUNTY with each submittal consisting of structural design calculations and other supporting documentation developed during the development of the plans. The design calculations submitted shall adequately address the complete design of all structural elements. These calculations shall be neatly and logically presented on digital media or, at the COUNTY'S request,on 8 '/2"xl l" 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—N/A 9.2 Project Layout—N/A 9.3 General Notes and Bid Item Notes—N/A 9.4 Miscellaneous Common Details—N/A 9.5 Incorporate Report of Core Borings—N/A 9.6 Standard Plans-Bridges—N/A 9.7 Existing Bridge Plans—N/A 9.8 Structures Quantities for EQ Report—N/A 9.9 Cost Estimate—N/A 9.10 Technical Special Provisions and Modified Special Provisions—N/A 9.11 Field Reviews—N/A 9.12 Technical Meetings—N/A 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 11 STRUCTURES-TEMPORARY BRIDGE—N/A 12 STRUCTURES-SHORT SPAN CONCRETE BRIDGE—N/A 13 STRUCTURES-MEDIUM SPAN CONCRETE BRIDGE—N/A 14 STRUCTURES-STRUCTURAL STEEL BRIDGE—N/A PAGE 34 OF 66 SCHEDULE A-SCOPE OF SERVICES GAO 1 1 A 15 STRUCTURES-SEGMENTAL CONCRETE BRIDGE-N/A 16 STRUCTURES-MOVABLE SPAN-N/A 17 STRUCTURES-RETAINING WALLS-N/A General Requirements 17.1 Key Sheet 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 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 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-N/A 18.2 Concrete Box Culverts Extensions-N/A 18.3 Concrete Box Culvert Data Table Plan Sheets-N/A 18.4 Concrete Box Culvert Special Details Plan Sheets-N/A Strain Poles-N/A 18.5 Steel Strain Poles-N/A 18.6 Concrete Strain Poles-N/A 18.7 Strain Pole Data Table Plan Sheets-N/A 18.8 Stain Pole Special Detail Plan Sheets-N/A Mast Arms 18.9 Mast Arms(At each signalized intersection) 18.10 Mast Arms Data Table Plan Sheets 18.11 Mast Arms Special Details Plan Sheets Overhead/Cantilever Sign Structure -N/A PAGE 35 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 11 A 18.12 Cantilever Sign Structures—N/A 18.13 Overhead Span Sign Structures—N/A 18.14 Special(Long Span)Overhead Sign Structures—N/A 18.15 Monotube Overhead Sign Structure—N/A 18.16 Bridge Mounted Signs(Attached to Superstructure)—N/A 18.17 Overhead/Cantilever Sign Structures Data Table Plan Sheets—N/A 18.18 Overhead/Cantilever Sign Structures Special Details Plan Sheets —N/A High Mast Lighting—N/A 18.19 Non-Standard High Mast Lighting Structures—N/A 18.20 High Mast Lighting Special Details Plan Sheets—N/A Noise Barrier Walls(Ground Mount)—N/A 18.21 Horizontal Wall Geometry—N/A 18.22 Vertical Wall Geometry—N/A 18.23 Summary of Quantities—Aesthetic Requirements—N/A 18.24 Control Drawings—N/A 18.25 Design of Noise Barrier Walls Covered by Standards—N/A 18.26 Design of Noise Barrier Walls not Covered by Standards—N/A 18.27 Aesthetic Details—N/A Special Structures 18.28 Fender System—N/A 18.29 Fender System Access—N/A 18.30 Special Structures—N/A 18.31 Other Structures Ancillary Structures Report—N/A 18.32 Condition Evaluation of Signal and Sign Structures,and High Mast Light Poles—N/A 18.33 Condition Evaluation of Signal and Sign Structures,and High Mast Light Poles (No As built or — N/A Design Plans Available) 18.34 Analytical Evaluation of Signal and Sign Structures,and High Mast Light Poles—N/A Concrete Box Culverts 18.35 Ancillary Structures Report—N/A 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, traffic technical memorandum and proposed geometric design alignment to identify proposed sign placements and roadway markings.Perform queue analysis. 19.2 No Passing Zone Study—N/A 19.3 Signing and Pavement Marking Master Design File The CONSULTANT shall prepare the Signing & Marking Design file to include all necessary design elements and all associated reference files. 19.4 Multi-Post Sign Support Calculations The CONSULTANT shall determine the appropriate column size from the COUNTY'S Multi-Post Sign Program(s). PAGE 36 OF 66 SCHEDULE A-SCOPE OF SERVICES Cho 1 1 A 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 S&PM Quantities for EQ Report The CONSULTANT shall determine signing and pavement marking pay items and quantities and the supporting documentation. 19.8 Cost Estimate 19.9 Technical Special Provisions and Modified Special Provisions—N/A 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& Signature Sheet 20.2 General Notes/Pay Item Notes 20.3 Project Layout—N/A 20.4 Plan Sheet 20.5 Special Details 20.6 Service Point Details—N/A 20.7 Guide Sign Data 20.8 Cross Sections(Sign Installations)—N/A 20.9 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. 20.10 Supervision 21 SIGNALIZATION ANALYSIS The CONSULTANT shall analyze and document Signalization Analysis Tasks in accordance with all applicable manuals,guidelines,standards,handbooks,procedures,and current design memorandums. 21.1 Traffic Data Collection The CONSULTANT shall perform all efforts required for traffic data collection,including crash reports, 24 hr.machine counts,8 hr.turning movement counts,7 day machine counts,and speed&delay studies. 21.2 Traffic Data Analysis PAGE 37 OF 66 SCHEDULE A-SCOPE OF SERVICES CAC) 11 A The CONSULTANT shall determine signal operation plan,intersection geometry,local signal timings,pre- emption phasing&timings,forecasting traffic,and intersection analysis run. The following tube count placements shall be as follows: 1. Tube counts on Everglades Blvd south of 31st Ave 2. Tube counts on Everglades Blvd north of Randall Blvd 3. Tube counts on Everglades Blvd south of Randall Blvd 4. Tube counts on Randall Blvd west of Everglades Blvd 5. Tube counts on Randall Blvd east of Everglades Blvd 6. Tube counts on Everglades Blvd north of 18th Ave NE 7. Tube counts on Everglades Blvd south of 18th Ave NE 8. Tube counts on 18th Ave NE west of Everglades Blvd 9. Tube counts on 18th Ave NE east of Everglades Blvd 10. Tube counts on Everglades Blvd north of Golden Gate Blvd 21.3 Signal Warrant Study—N/A 21.4 Systems Timings The Collier County Traffic Operations will perform the signal timing determination with assistance and analysis from the CONSULTANT. 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 21.7 Overhead Street Name Sign Design The CONSULTANT shall design Signal Mounted Overhead Street Name signs. 21.8 Pole Elevation Analysis 21.9 Traffic Signal Operation Report—N/A 21.10 Signalization Quantities for EQ Report The CONSULTANT shall determine signalization pay items and quantities and the supporting documentation. 21.11 Cost Estimate 21.12 Technical Special Provisions and Modified Special Provisions—N/A 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/vour-government/divisions-s-z/traffic- operations/traffic-technical-special-provisions. Vehicle Detection(No Traffic);web address for these specifications is above. Any additional Technical Special Provisions(must be approved by Traffic Operations Engineers). 21.14 Field Reviews—N/A 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. PAGE 38 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify,independently check,and review all design drawings,specifications and other services prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be one utilized by the CONSULTANT as part of their normal operation,or it may be one specifically designed for this project. 21.17 Independent Peer Review—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: 22.1 Key Sheet&Signature Sheet 22.2 General Notes/Pay Item Notes 22.3 Signalization Plan Sheets 22.4 Interconnect Plans 22.5 Traffic Monitoring Site 22.6 Guide Sign Data 22.7 Special Details 22.8 Service Point Details 22.9 Mast Arm/Monotube Tabulation Sheet 22.10 Strain Pole Schedule—N/A 22.11 TTCP Signal 22.12 Temporary Detection Sheet—N/A 22.13 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. 22.14 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. 23.1 Lighting Justification Report The CONSULTANT shall prepare a Lighting Justification Report. The report shall be submitted under a separate cover with the Phase I plans submittal,titled LightingJustification Report.The report shall provide analyses for mainlines,interchanges,and arterial roads and shall include all back-up data such that the report stands on its own.Back up data shall include current ADT's,general crash data average cost from the Florida Highway Safety Improvement Manual,crash details data from the last three years,and preliminary lighting calculations. PAGE 39 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO Ill The report shall address warrants to determine if lighting warrants are met and shall include a benefit-cost analysis to determine if lighting is justified.The report shall include calculations for the night-to-day crash ratio as well as a table summarizing the daytime and the night-time crashes. The report shall follow the procedures outlined in the FDOT Manual on Uniform Traffic Studies(MUTS)manual which utilizes ADT, Three Year Crash Data,night/day crash ratio,percentage of night ADT,etc. 23.2 Lighting Design Analysis Report(LDAR) The CONSULTANT shall prepare a Preliminary Lighting Design Analysis Report in accordance with the requirements of the FDOT Design Manual. The report shall be submitted under a separate cover with the Phase II plans submittal.After approval of the preliminary report,the CONSULTANT shall submit a revised report for each submittal. 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 Highway Lighting—N/A 23.7 Design Documentation—N/A 23.8 Lighting Quantities for EQ Report The CONSULTANT shall determine lighting pay items and quantities and the supporting documentation. 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 requirement 23.13 Technical Meetings 23.14 Quality Assurance/Quality Control 23.15 Independent Peer Review—N/A 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. PAGE 40 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 24.1 Key Sheet&Signature Sheet 24.2 General Notes/Pay Item Notes 24.3 Pole Data,Legend&Criteria 24.4 Project Layout—N/A 24.5 Plan Sheets 24.6 Special Details 24.7 Service Point Details 24.8 Temporary Highway Lighting Plan Sheets—N/A 24.9 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. 24.10 Supervision 25 LANDSCAPE ANALYSIS 25.10 Conceptual Hardscape Design 25.11 Final Hardscape Design 26 LANDSCAPE PLANS 26.10Hardscape Plans-Special Specifications Pavers,fill,sleeves,median backfill,etc. 27 SURVEY The CONSULTANT shall perform survey tasks in accordance with all applicable statutes,manuals,guidelines, standards,handbooks,procedures,and current design memoranda. The CONSULTANT shall submit all survey notes and computations to document the surveys. All field survey work shall be recorded in approved media and submitted to the COUNTY.Field books submitted to the COUNTY must be of an approved type. The field books shall be certified by the surveyor in responsible charge of work being performed before the final product is submitted. 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)methods. 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) PAGE 41 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 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, '/ 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 Designation includes 2-dimensional collection of existing utilities and selected 3-dimensional verification as needed for designation.Location includes non-destructive excavation to determine size,type and location of existing utility, as necessary for final 3-dimensional verification. Survey includes collection of data on points as needed for designates and locates.Includes analysis and processing of all field collected data,and delivery of all appropriate electronic files. The CONSULTANT shall SUE all locations that include new underground infrastructure or earthwork excavation (i.e., drilled shafts, bridge piles, strain poles, mast arms, miscellaneous foundations, drainage structures, pipe culverts, new ditches, etc.). The expectation is for the CONSULTANT to know exactly where all existing underground utilities and infrastructure are located in areas that work will be performed to properly design for any new underground infrastructure or earthwork excavation that will be constructed on the project. The CONSULTANT'S approach to practicing SUE shall be consistent with the American Society of Civil Engineers(ASCE)Standard(Cl/ASCE 38-02)entitled"Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data"as follows: PAGE 42 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 7 1 • Identify utility owners that have facilities on, or may be affected by, the project limits. Contact these utility owners (face to face meetings recommended) and provide them with information about the proposed project and schedule periodic follow-up meetings.(ASCE Quality Level D). • Review all information that can be obtained and plot on utility composite drawing (CADD file to be furnished).(ASCE Quality Level D). • Make field observations to identify visible above-ground utility features.Provide all information in field sketches so surveyor can prepare a complete survey and plot a rectilinear grid.(ASCE Quality Level C) • Use appropriate surface geophysical methods(i.e.,pipe and cable locators,terrain conductivity methods, resistively measurements, metal detectors, Ground Penetrating Radar, etc.) to designate existing subsurface utilities or to trace a particular utility system. This provides two-dimensional horizontal information.Place paint marks on the ground.Place identification flags or stakes on the paint marks or coding on the pavement and survey to project controls.Depict resulting information via computer aided design and drafting(CADD).Provide notes and sketches to designer of record and/or on-site engineer. Non-tonable(non-metallic)utilities will be discussed at this time with the designer of record and/or on- site engineer.(ASCE Quality Level B). • Meet with designer of record and/or on-site engineer to determine utility conflicts and ASCE Quality Level A test hole locations. • Expose selected subsurface utilities to obtain three-dimensional information. Use minimally intrusive excavation methods, such as vacuum excavation and Air-Lance.Depict resulting information. Resolve differences between all information gathered.Provide test hole data sheets(THDS)to designer of record and/or on-site engineer.All test holes are to be back-filled as described below.(ASCE Quality Level A). On completion,test holes shall be restored to the following: a.Backfilled with in-kind material b.Placed backfill using proper techniques c.Restored pavement with in-kind material d.Restored areas outside of pavement to pre-excavation conditions • Collect and store utility location and condition information in a database for asset management.Provide a detailed report of utility locations, depths, size, type, etc. All information shall be provided in the format preapproved by the COUNTY. 27.11 Outfall Survey Locate all above ground features and improvements for the limits of the project by collecting the required data for the purpose of a DTM. Survey with sufficient density of shots. Shoot all break lines,high and low points.Includes field edits,analysis and processing of all field collected data,existing maps,and/or reports. 27.12 Drainage Survey Locate underground data(XYZ,pipe size,type,condition and flow line)that relates to above ground data. Includes field edits,analysis and processing of all field collected data,existing maps,and/or reports. 27.13 Bridge Survey(Minor/Major)—N/A 27.14 Channel Survey—N/A 27.15 Pond Site Survey Refer to tasks of this document as applicable. 27.16 Mitigation Survey Refer to tasks of this document as applicable. 27.17 Jurisdiction Line Survey PAGE 43 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 11A Perform field location (2-dimensional) of jurisdiction limits as defined by respective authorities, also includes field edits,analysis and processing of all field collected data,preparation of reports. 27.18 Geotechnical Support Perform 3-dimensional (X,Y,Z) field location, or stakeout, of boring sites established by geotechnical engineer.Includes field edits,analysis and processing of all field collected data and/or reports. 27.19 Sectional/Grant Survey Perform field location/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 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 Perform Mean High Water, Ordinary High Water and Safe Upland Line surveys as required by COUNTY standards. 27.24 Right of Way Staking,Parcel/Right of Way Line Perform field staking and calculations of existing/proposed R/W lines for on-site review purposes. 27.25 Right of Way Monumentation Set R/W monumentation as depicted on final R/W maps for corridor and water retention areas. 27.26 Line Cutting Perform all efforts required to clear vegetation from the line of sight. 27.27 Work Zone Safety Provide work zone as required by COUNTY standards. 27.28 Vegetation Survey Locate vegetation within the project limits. 27.29 Tree Survey Locate individual trees or palms within the project limits. 27.30 Miscellaneous Surveys Refer to tasks of this document, as applicable, to perform surveys not described herein. The percent for Supplemental will be determined at negotiations.This item can only be used if authorized in writing by the COUNTY Project Manager or their representative. 27.31 Supplemental Surveys PAGE 44 OF 66 SCHEDULE A-SCOPE OF SERVICES GAO Alk Supplemental survey days and hours are to be approved in advance by DS or DLS.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 Department. 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 29 MAPPING 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 and FDOT 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. All right of way maps shall include temporary easements except for the final right of way map, which shall exclude all temporary easements, and which shall be presented in a form suitable for recording (similar to the recordation of plat maps)and shall comply with all requirements of the Collier County Clerk of Courts Recording Department. The 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.The Sketch and Description shall meet the Accuracy Standards as adopted by ALTA and ACSM and the Minimum Technical Standards of the State of Florida in effect on the date of certification.A Closure Report will be certified by the licensed land surveyor and submitted with or on the Sketch and Description. All Sketches accompanying Descriptions shall include a graphical depiction of the location of all utility easements that encumber the described parcel. Sketches shall also include a reference to the Official Records Book and page number of each utility easement depicted thereon. Note: COUNTY shall be responsible for obtaining any Title Searches required. Master CADD File 29.1 Alignment 29.2 Section and 1/4 Section Lines 29.3 Subdivisions 29.4 Property Lines PAGE 45 OF 66 SCHEDULE A-SCOPE OF SERVICES CAC h A 29.5 Existing Right of Way 29.6 Topography 29.7 Parent Tract Properties and Existing Easements 29.8 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. 29.9 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. 29.10 Jurisdictional/Agency Lines These lines may include,but are not limited to,jurisdictional,wetland, water boundaries, and city/county limit lines. Sheet Files 29.11 Control Survey Cover Sheet 29.12 Control Survey Key Sheet 29.13 Control Survey Detail Sheet 29.14 Right of Way Map Cover Sheet 29.15 Right of Way Map Key Sheet 29.16 Right of Way Map Detail Sheet 29.17 Maintenance Map Cover Sheet 29.18 Maintenance Map Key Sheet 29.19 Maintenance Map Detail Sheet 29.20 Reference Point Sheet This sheet(s)will be included with the Control Survey Map,Right of Way Map and Maintenance Map. 29.21 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. 29.22 Table of Ownerships Sheet Miscellaneous Surveys and Sketches 29.23 Parcel Sketches 29.24 TIITF Sketches 29.25 Other Specific Purpose Survey(s) 29.26 Boundary Survey(s)Map 29.27 Right of Way Monumentation Map 29.28 Title Search Map—N/A 29.29 Title Search Report-N/A 29.30 Legal Descriptions 29.31 Quality Assurance/Quality Control 29.32 Supervision 29.33 Mapping Meetings PAGE 46 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 11 * 29.34 Field Reviews 29.35 Coordination 29.36 Supplemental Mapping This task is to cover efforts resulting from major design and/or development changes after 60% map development that affect the right of way requirements/parent tract property lines and may include any number of tasks.Request and approval to utilize the Supplemental Mapping hours will be in writing and approved by the COUNTY project manager prior to any work being done under this task. 30 TERRESTRIAL MOBILE LiDAR—N/A 31 ARCHITECTURE DEVELOPMENT—N/A 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE The CONSULTANT shall fulfill the commitments resulting from the traffic noise analysis and noise barrier evaluation performed during the Project Development and Environment(PD&E)Phase,as directed and clarified by the COUNTY. The noise analysis shall be performed in accordance with the FDOT's Noise Policy (Part 2, Chapter 17 of the FDOT's PD&E Manual)and the FDOT's Traffic Noise Modeling and Analysis Guidelines. The noise analysis and noise abatement evaluation shall be performed by or supervised/reviewed by a person(s)who has attended the Department's Traffic Noise Analysis training course or has attended and successfully completed the National Highway Institute's Highway Traffic Noise Course (FHWA-NHI-142051). The Federal Highway Administration(FHWA) approved noise model,the Traffic Noise Model(TNM)Version 2.5 (or most current version)shall be used for the noise analysis,unless otherwise directed by the COUNTY. 32.1 Noise Analysis The CONSULTANT shall review the preferred PD&E alternative to identify any design changes that would require a reanalysis of traffic noise. Coordination will be held with the District Environmental Management Office,prior to initiating any reanalysis,to discuss possible effects of design changes on the validity of in the noise study performed during PD&E. The CONSULTANT shall perform a land use review to identify noise sensitive sites thatmay have received a building permit subsequent to the PD&E noise study but prior to the Date of Public Knowledge(DPK), or to identify areas where the land use may have changed or is subject to change.New noise sensitive sites meeting DPK requirements that were not considered during the PD&E phase will be subject to a traffic noise analysis to be performed by the CONSULTANT.Additionally,noise sensitive sites analyzed in the PD&E phase may have to be re-analyzed if affected by design changes. The CONSULTANT shall review any commitments made during the PD&E phase regarding possible traffic noise impacts to special use locations. Analysis of special use locations shall be performed using the FDOT's "A Method to Determine Reasonableness and Feasibility of Noise Abatement at Special Use Locations"document and shall be coordinated with the District Environmental Management Office. The CONSULTANT shall review the commitments made during the PD&E phase regarding noise barrier concepts determined to be potentially feasible and reasonable. The CONSULTANT will update the analysis of feasibility and reasonableness for noise barriers recommended for further consideration during the design phase and for any additional noise barriers required,using design information(e.g.,profile data, horizontal alignment data, etc.) and incorporate into the analysis any new conditions or additional costs related to noise barrier construction that have been identified during design. A design phase noise analysis will be performed at any additional locations required (based on DPK requirements or roadway design changes). Additional survey may also be required at proposed barrier locations. PAGE 47 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A Changes to, or fulfillment of, the original noise abatement commitments made during PD&E shall be documented in a Noise Study Report (NSR) Addendum to be prepared by the CONSULTANT in coordination with the District Environmental Management Office. A copy of the final NSR Addendum shall be provided to the District Environmental Management Office. Traffic Data: The CONSULTANT shall review the traffic data obtained during the PD&E phase to determine if the data remains valid for design phase reanalysis. If the traffic data is no longer valid,the CONSULTANT shall provide to the noise analyst the following data for each road segment(i.e.intersection to intersection)for the design year with the proposed improvements to the road: • Level of Service C(LOS C)directional volumes • Demand peak hour volumes(peak and off-peak directions) • Posted speed • Percentage of heavy trucks(HT)in the design hour • Percentage of medium trucks(MT)in the design hour • Percentage of buses in the design hour • Percentage of motorcycles(MC)in the design hour The COUNTY Project Manager may also identify cross streets for which the same data is necessary.(i.e., a cross street for which noise sensitive sites are in close proximity to the project). The CONSULTANT shall contact the COUNTY Project Manager for direction on the format to be used for providing the traffic data and any requirements regarding approval of the data prior to its use for noise analysis.The traffic data to be used in the noise analysis must be generated by a qualified traffic engineer/planner who works for the COUNTY or is a COUNTY consultant. 32.2 Noise Barrier Evaluation—N/A 32.3 Public Involvement—N/A 32.4 Outdoor Advertising Identification—N/A 32.5 Noise Study Report(NSR)Addendum—N/A 32.6 Technical Meetings Prior to proceeding with the noise barrier analysis,the CONSULTANT shall discuss and coordinate with the appropriate COUNTY Project Manager and the Transportation Management Office staff.The purpose of this discussion will be for the COUNTY to provide the CONSULTANT with all pertinent project information and to confirm the methodologies to be used to conduct the noise analysis. This meeting is mandatory and should occur after the Notice to Proceed is given to the CONSULTANT. It is the responsibility of the CONSULTANT to undertake the necessary action (e.g. phone calls, meetings, correspondence, etc.) to ensure that COUNTY Project Manager is kept informed of the noise analysis efforts so that these tasks are accomplished in a manner that will enhance the overall success of the project. 32.7 Quality Assurance/Quality Control 32.8 Supervision 32.9 Coordination 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS The CONSULTANT shall analyze and document Intelligent Transportations System (ITS) Analysis Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, existing ITS standard operating procedures, ITS master and strategic plans, Florida's SEMP guidelines, National, statewide and/or regional ITS architectures,and current design bulletins. 33.1 ITS Analysis The CONSULTANT shall review the approved preliminary engineering report,typical section package, traffic technical memorandum and proposed geometric design alignment to identify impacts to existing PAGE 48 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 11A ITS components (if applicable) and proposed ITS field device placements. The CONSULTANT shall review all related District ITS plans and documentation for the project corridor to ensure all cited ITS elements are included in this project, and develop a Concept of Operations (ConOps), Project Systems Engineering Management Plan(PSEMP),RTVM,and other documents as necessary for conformance with Federal Highway Administration (FHWA) requirements. The CONSULTANT shall use applicable COUNTY and FDOT requirements and guidelines,including,but not limited to,the FDM,Standard Plans, and Standard Specifications for Road and Bridge Construction in the design of ITS.The CONSULTANT design is expected to include the following attributes, facilities, infrastructure,ITS devices, systems,and associated work: [Insert project specifics (e.g. TMC facilities; communication system design; SunGuide software system installation or expansion;deployment of ITS device such as DMS,CCTV cameras,vehicle detection systems,etc.)] CCTV camera system shall provide 100 percent coverage of all mainline lanes,(includes view of crossing arterials),blind spots(such as those caused due to existing and,existing and proposed signage,vegetation, and horizontal and vertical curvatures).Cameras shall be spaced to meet the Project requirements,guidance from the ConOps,and as approved by the COUNTY. Vehicle detection devices shall be spaced as required to meet the Project requirements(speed,volume,and occupancy detection),guidance from the ConOps and as approved by the COUNTY. Both expressway and arterial dynamic message signs (DMS) shall be located to meet the Project requirements, guidance from the ConOps, and as approved by the COUNTY. All FDOT FDM requirements shall be met for DMS locations. DMS locations shall be designed in conjunction with the Project's master signing design. The CONSULTANT shall review the existing TMC Operations and develop additional incident management service requirements as necessary to support during the Construction Phase of the Project. The CONSULTANT shall coordinate with COUNTY and the COUNTY's Traffic Operations ITS Office for additional information regarding existing Incident Management and TMC Operational Procedures (If desired by the COUNTY or District). All ITS devices shall be compatible with the latest version of the National Transportation Communications for ITS Protocol(NTCIP)and compatible with SunGuide software platform. The CONSULTANT shall design the project such that all ITS field devices and ancillary components comply with FDOT's Approved Product List(APL) and are supported within the SunGuide software or other software approved by the COUNTY. Closed Circuit Television(CCTV)Camera Assembly The CONSULTANT shall be responsible for the design and exact field locations for the camera assemblies. The camera subsystem shall provide overlapping coverage to overcome visual blockage. Camera assemblies may include a camera lowering device(CLD). The camera subsystem shall be designed to provide additional benefits such as the monitoring of DMS operations and security surveillance of critical infrastructure elements. A stand-alone DMS confirmation camera shall be designed and installed to support TMC operations to verify and confirm the posted DMS messages (if desired by the COUNTY). The position, height, and design of each camera pole shall be finalized during the design phase of the project. Each site shall be designed for overall monitoring capability,as well as designed to provide safe and effective maintenance conditions. The camera assembly deployment shall be designed to provide fields of view that give the required corridor coverage.The CONSULTANT shall identify the final number and locations of the camera assemblies. PAGE 49 OF 66 SCHEDULE A-SCOPE OF SERVICES GAO 1 7 A The camera system design shall ensure that the video quality is not degraded due to wind or vibration.The CONSULTANT shall be responsible for the design of the poles and foundations to minimize the potential for vibration. The CONSULTANT shall prepare cross section plan sheets showing details of horizontal and vertical clearances of the proposed equipment with identified utilities. The CONSULTANT shall be responsible for the design of the grounding and lightning protection system based on FDOT criteria. The CCTV camera assembly shall comply with the latest version of FDOT Standard Specifications for Road and Bridge Construction,Supplemental Specification 682. Vehicle Detection Subsystem The CONSULTANT shall select vehicle detection technology to meet the Project needs, ConOps requirements,and as approved by the COUNTY. The CONSULTANT shall be responsible for the design of a non-intrusive vehicle detection subsystem for the roadway facilities.The detectors shall be positioned near other ITS field device infrastructure including the fiber-optic splice vaults when feasible to reduce cost.Final detection station locations shall be based on a number of location variables identified during the design phase. The vehicle detection subsystem shall collect and process volume,speed and occupancy data on a lane-by- lane basis for the corridor mainlines, in both directions of travel. The data will be used by the TMC for functions including detecting incidents, determining travel times, estimating traffic conditions for dissemination to travelers, sharing information with other agencies, and data archiving for transportation planning and historical data analysis. The vehicle detection subsystem shall allow for connectivity to the TMC. Vehicle detectors must meet the Project requirements under all environmental and traffic conditions expected for the corridors.The detection system shall produce accurate volume,speed and occupancy data for all corridor traffic operation conditions. The CONSULTANT design must limit the likelihood of occlusions, other blocking of vehicles and adjacent lanes detection that degrade the detection system performance below specified accuracy. Design the system so that signs, walls, guardrails, and other physical elements do not degrade detection performance. The system shall allow remote configuration, calibration, monitoring, and diagnostic of real-time traffic activities from a remote location, such as the TMC, using the FDOT SunGuide central software and software provided by the detection system vendor. The CONSULTANT shall determine the exact location of the field devices to meet the desired coverage and functional requirements of vehicle detectors. The detector and associated cabinet locations shall be identified by the CONSULTANT.The CONSULTANT will coordinate and perform a detailed site survey with a factory trained and certified representative of the detection system manufacturer being proposed in their design.The site survey must confirm that the design does not exceed the operational capabilities of the proposed detection technology or device. The CONSULTANT shall be responsible for the design of a vehicle detection system that allows travel times to be automatically calculated for roadway facilities.The travel time system may utilize a variety of vehicle detection systems, including loop, video, microwave, wireless magnetometer, and Automatic Vehicle Identification (AVI) systems. The system shall utilize the project communications backbone in order to collect and distribute travel time data to the TMCs. PAGE 50 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO I 1 A When utilizing transponders,they will be read by AVI reader equipment placed at checkpoints along the roadway. As a transponder passes a checkpoint, its data shall be acquired by the AVI system. The AVI system shall automatically add the time, date, transponder reading antenna number, and the antenna location to the transponder identification code and store the data. Systems that rely upon transponders shall utilize supplemental toll tag readers placed at appropriate existing device locations as applicable, as well as interchanges and at intermediate locations throughout the project as required to provide the required coverage to satisfy travel time measurement requirements. Using the designed communications, the transponder information shall be forwarded to the TMC for further processing. The CONSULTANT shall coordinate all design efforts for use of SunPass AVI transponders with the Florida's Turnpike Enterprise(FTE)Tolls group. The vehicle detection system utilized shall comply with the latest version of FDOT Standard Specifications for Road and Bridge Construction,Specification 660. Dynamic Message Sign Subsystem—As needed The CONSULTANT shall be responsible for the design of the DMS subsystem for the roadway facilities. The position of each DMS shall be finalized during the design phase of the project.The CONSULTANT shall select DMS technology,type,and display to meet the Project requirements and ConOps requirements. The CONSULTANT shall locate the DMS to satisfy the required sign functionality and to provide the required visibility of the signs. The project communications system shall enable full control of the DMS from the TMC facilities.All DMS hardware,software and related infrastructure components shall be fully compatible with SunGuide software. All DMS shall include a dedicated confirmation camera that allows for visual verification of the messages posted on the DMS by a TMC Operator (if desired by the COUNTY). The CONSULTANT shall design support structures to accommodate the specified DMS to meet the design functional,operational,and maintenance requirements. The DMS shall be designed in accordance with the latest version of FDOT Standard Specifications for Road and Bridge Construction,Supplemental Specification 700. All Highway Signing, including Dynamic Message Signs, shall comply with the latest version of FDOT Standard Specifications for Road and Bridge Construction,Specification 700. Roadway Weather Information Systems(RWIS)-As needed. The CONSULTANT shall develop Technical Special Provisions or Modified Special Provisions for RWIS based upon the unique needs of the project.The CONSULTANT shall ensure that,each RWIS site consists of a remote processing unit(RPU),communication hardware,and determine the site-specific components as required from below: Fog/Smoke Detection Sensor; Classifying Precipitation; Precipitation Occurrence Sensor; Air Temperature/Relative Humidity Sensor; PAGE 51 OF 66 SCHEDULE A-SCOPE OF SERVICES CAC? 1 1 A Wind Speed and Direction Sensor; RWIS Tower/Pole Structure,foundation,base,and cabinet with electrical service,and lightning protection &grounding assembly;and, Communication hardware. The RWIS subsystem shall include all hardware,software,and licenses to operate,including SQL database for the TMC and RWIS Central Hardware for TMC. 33.2 Communications Subsystem Analysis See FDM 233.4,233.5,and 233.8 for communication systems design requirements.The CONSULTANT shall review the existing communication files in GIS or PDF format provided by the COUNTY and or the local highway agencies and create an overall communication map to summarize mapping data associated with the fiber optic conduits and cables connectivity. This provides a communication location-based intelligence for the project and will be used in the communication design.In addition,the CONSULTANT shall include high level overview of how the project corridor(s)are connected to the TMC communication network including the existing and proposed master communication hubs. The CONSULTANT shall develop a communications plan to determine the optimal communications medium for the project corridor.The plan shall be developed prior to submittal of Phase I plans.The plan shall identify communications media alternatives and provide a cost estimate that includes initial, operations and maintenance cost for the life cycle of the communications network.The plan shall ensure that video,voice,and data will be communicated in real-time between center to-field and center-to-center (C2C) nodes as applicable. The communications system design must utilize non-proprietary, open- architecture, standards-based,robust,scalable, and proven technology. The communication plan analysis shall address communication and connections between field devices, communications and connections between field devices and the TMC, center-to-center communications between TMCs, and any other communication links or connections required to meet project goals and ConOps guidance.The plan must include bandwidth analysis and recommendations, needs assessment, and provide recommendations regarding minimum requirements,media,network devices,protocols,network topology, communication redundancy,future needs,spare capacity,and any communications or data sharing with other agencies. The plan must include loss budget analysis and calculations for the optical cable lengths and bandwidth. The CONSULTANT shall provide the calculations confirming the loss budgets are in conformance with allowable values established in the standard specifications. The CONSULTANT shall calculate the loss budgets based on distance,anticipated fusion splices,and connectors to ensure the cabling will work with the links intended to be used. After installation,the loss budget for the cabling is compared to the actual test results during final acceptance to ensure the cable plant is installed properly. For major widening projects where the existing underground fiber optic communication cables and ITS sites are impacted, the CONSULTANT shall review the roadway, drainage, and TTCP plans to analyze and identify the magnitude of impact to the existing ITS infrastructure.The CONSULTANT shall prepare the Maintenance of Communication(MOC) concept that supports the final design in efforts to maintain and sustain center-to-field device connectivity and operability to the existing ITS field devices previously deployed along the project corridor. The MOC analysis shall consider and mitigate the impacts of the project's various construction phases so as to sustain center-to-field devices connectivity and operability in order to maintain operational quality as a minimum at the level provided prior to construction start and minimizing down time of the critical devices. After approval of the plan, the CONSULTANT shall submit a revised plan including a detailed design analysis for each submittal. The CONSULTANT's communications design shall include multiple PAGE 52 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A redundant paths for each location,which allows for automatic switching of communications path onto a secondary path,if the primary path is impacted(if desired by the COUNTY). 33.3 Grounding,Surge Suppression,and Lightning Protection Analysis The CONSULTANT shall be responsible for a complete and reliable grounding, surge suppression, and lightning protection design to provide personnel and equipment protection against faults, surge currents and lightning transients. When Standards Plans depicting air terminal device heights above poles or equipment are not available,the height of the air terminal above poles or equipment shall be determined using applicable standards. See FDM 233.3.8 for additional design requirements. 33.4 Power Subsystem See FDM Section 233.3 for ITS Power Design Requirements. The CONSULTANT shall be responsible for an electrical design in accordance with all NEC requirements.No solar power should be utilized as a power solution for the Project unless otherwise approved by the COUNTY.To enhance power reliability, the CONSULTANT shall design a power distribution and backup system consisting of, at a minimum, underground power conduits and conductors, transformers, diesel fuel generators, automatic transfer switches (ATS), uninterruptable power supply (UPS), electrical distribution panel, equipment framing, reinforced concrete pad for the generator, site drainage, site security fencing and security camera (as directed by the COUNTY),power command and control,Ethernet-based Modbus, and ITS Cabinet with Remote Power Management Unit(RPMU),and all associated equipment.The power backup system shall supply electrical power in event of commercial power supply failure for all system components. Power equipment shall be installed in areas to avoid wet locations. All connections and equipment shall be protected from moisture and water intrusion. The CONSULTANT shall ensure that vandal resistant mechanisms for all electrical infrastructure shall be included as part of the Design. The CONSULTANT shall submit the power system design and voltage drop calculations for the power distribution system as part of phase II,III,and IV design submittals.The CONSULTANT shall conduct a short circuit and protection coordination study for the designed power system and document the study as part of the power system design report. 33.5 Voltage Drop Calculations See FDM Section 233.3.6 for voltage drop design requirements. The electrical design shall address allowable voltage drops per the NEC.The CONSULTANT shall submit voltage drop calculations for any electrical circuit providing power to the ITS field devices beyond the electric utility service point.The calculations shall document the length of each circuit,its load,the size of the conductor or conductors and their ohm resistance values and the required voltages from the service point to the respective ITS devices to maintain voltage drops within allowable limits.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. Load analysis calculations shall be submitted covering electrical path from all power sources to each ITS site connected to each power source.All voltage drop calculations shall allow for future expansion of ITS infrastructure, if identified in the Project ConOps. 33.6 Design Documentation The CONSULTANT shall submit a Design Documentation Book with each plan submittal under separate cover and not part of the roadway documentation book. At a minimum, the design documentation book shall include: • Quantities and engineers estimate for all applicable items on plans. • Phase submittal checklist. • Three-way quantity check list PAGE 53 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A • Structural calculations for all structures • Power Design Analysis,voltage drop calculations,and load analysis calculations • Correspondences including utility design meeting and conflict resolutions • Electrical Power Service Letter of Confirmation • Subsurface Utility Exploration tables for each ITS support structure 33.7 Existing ITS The CONSULTANT shall research any required legacy system or system components that may be impacted by new work, such as: existing communications; existing types, numbers, locations, models, manufacturers,and age of ITS devices;as-built plans;existing operating software;existing center-to-field devices;and C2C communications and capabilities. The project intelligence files provided by the COUNTY and researched by the CONSULTANT may include the following documents: • Existing ITS field devices compared to the latest FDOT Standards and District requirements: device type,model,manufacturer,capabilities,condition,date installed,and historical maintenance logs. The COUNTY will provide the ITS FM data,when available,to the CONSULTANT upon request. • Condition of support structure(s),and associated mechanical brackets,and vertical hangers. • Electrical power related to the existing demand loads,sizes of the main and branch circuit breakers for the service disconnect,underground or overhead service feeder sizes from the power company transformer to the meter base. • Existing fiber optic allocation as a graphical display of the existing buffer tube for the ITS devices at the Managed Field Ethernet Switch points, the buffer allocated for the existing local communication hubs, given number of connections within a corridor while maintaining the maximum number of physical connection on a specific Local Area Network(LAN),and local hubs to existing master communication hubs. • A KMZ file of the existing fiber optic pull and splice boxes,ITS devices,local hubs,power service poles with latitudes and longitudes data. • Underground infrastructure. • Proximity to utilities. • Other field reconnaissance as necessary to develop a complete ITS design package. 33.8 Queue Analysis The CONSULTANT shall perform a queue analysis at high volume interchanges and high frequency conflict/crash locations to determine optimal placement of DMS using project forecasted traffic volumes. This analysis shall be performed prior to submittal of the Phase I plans.The Consultant shall perform other traffic engineering analysis as necessary to ensure that the DMS locations are selected based on optimum message delivery to the motorists. The CONSULTANT shall perform field observation of the existing traffic patterns during the normal peak hours to determine the optimal placement of DMS,ADMS,CCTV cameras,and detection sites. The CONSULTANT shall perform lane closure analysis and determine the time periods where construction activities can be performed.The lane closure analysis shall be performed using the available traffic data. In cases when traffic technical memorandums have been performed by others and are available through the COUNTY,or available from TMC CCTV camera surveillance sites,the CONSULTANT shall use these reports and information in lieu of performing traffic engineering and safety analysis. PAGE 54 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A The CONSULTANT shall coordinate with COUNTY Transportation Operations for additional information regarding existing Incident Management and TMC Operational Procedures to address maintenance of ITS and post construction requirements. 33.9 Reference and Master ITS Design File The CONSULTANT shall prepare the ITS design file to include all necessary design elements and the reference files for topo,R/W roadway,utilities files,etc.This effort includes the design and layout of all proposed ITS devices and electrical service points,conduits,pull boxes,conductor sizing,generators,and transformers.All existing ITS infrastructure shall be referenced to the new ITS plan sheets(if applicable). 33.10 Reference and Master Communications Design File The CONSULTANT shall prepare the communication design file to include all necessary design elements and all associated reference files as well as reference files of topo,R/W,roadway,utilities files, existing ITS communications infrastructure, etc. This effort includes design and layout of proposed communications conduit, cabinet,pull boxes, splice boxes,standard route markers,communications plan overview,fiber optic sizing,fiber optic splicing,connections,communications hubs,etc. 33.11 ITS Poles and Overhead Structures Elevation Analysis See FDM Section 233.6 for ITS Poles and Structures design requirements. The CONSULTANT shall evaluate pole elevation requirements and design pole heights to meet the Project requirements including field of view; elimination of occlusion;site access for maintenance vehicles and personnel;access to pole mounted equipment, such as CCTV cameras,traffic detectors, and cabinets; and probability of lightning strike. The CONSULTANT shall coordinate with roadway, structures, and drainage disciplines to confirm that the elevations are updated during various design phases, and the ITS poles and overhead structure details are revised and designed with the correct heights,lengths,foundation depths and sizes. 33.12 DMS Sign Panel Design Analysis—N/A 33.13 ITS Quantities for EQ Report The CONSULTANT shall determine ITS pay items and quantities and the supporting documentation. 33.14 Cost Estimate The CONSULTANT shall prepare an engineer's cost estimate for the project using historical data from the FDOT or from other Industry sources. The CONSULTANT shall also load the category information,pay items,and quantities into AASHTOWare Project Preconstruction. 33.15 Technical Special Provisions and Modified Special Provisions The CONSULTANT shall develop Technical Special Provisions(TSP)and Modified Special Provisions (MSP) for the specific items or conditions of the project that are not addressed in the FDOT's Standard Specifications,Supplemental Specifications and Special Provisions. 33.16 Other ITS Analyses—N/A 33.17 Field Reviews The CONSULTANT shall conduct a field review for the required phase submittals. The review shall identify necessary data for all elements of the project including,but not limited to,the following: • Existing ITS Field Devices as compared with the latest FDOT standards and District requirements • Device Make,Model,Capabilities,Condition/Age,Existence of SunGuide Software Driver • Condition of Structure(s),cabinets,and other above-ground infrastructure and devices • Type of Detection as Compared with Current COUNTY Standards and preferences. • Underground Infrastructure PAGE 55 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A • Proximity of other utilities • Traffic Operations • Any other field reconnaissance as necessary to develop a complete ITS design package 33.18 Technical Meetings The CONSULTANT shall attend meetings as necessary to support the project. 33.19 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality,technical accuracy and coordination of designs,drawings,specifications,and other services and work 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 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 may be one utilized by the CONSULTANT as part of their normal operation or may be one specifically designed for this project. The CONSULTANT shall utilize the COUNTY's quality control checklist. The responsible Professional Engineer that performed the Quality Control review shall sign a statement certifying that the review was conducted. The CONSULTANT shall,without additional compensation,correct all errors or deficiencies in their work. 33.20 Supervision The CONSULTANT shall provide all efforts required to supervise all technical design activities. 33.21 Coordination The CONSULTANT shall coordinate with Survey, Geotech, Drainage, Structures, Lighting, Roadway Design, Utilities, municipalities, maintaining agencies and Traffic Operations to produce a final set of construction contract documents and to ensure that a high degree of accuracy for the design plans is achieved.The CONSULTANT shall coordinate with the roadway Utility Adjustment Plan to incorporate all ITS support structural foundations symbols drawn to scale in the Utility Adjustment Plans and attend the utility design meetings conveying the information to all utility owners to preserve the location of the proposed foundations and avoid any conflicts. 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS—DISCUSS WITH TRAFFIC OPS The CONSULTANT shall prepare a set of ITS Plans in accordance with the FDOT Design Manual that includes the following: 34.1 Key Sheet The CONSULTANT shall prepare the key sheet in accordance with the latest format depicted in the FDM, MUTCD,Standard Specifications,Developmental Specifications and Standard Plans 34.2 General Notes/Pay Item Notes The CONSULTANT shall include all pertinent general notes and pay item notes as deemed fit and as established by the COUNTY. 34.3 Project Layout—N/A The CONSULTANT shall prepare plan sheet(s)with an overview of the entire project that include stations and offsets,project limits,intersection locations,ramps,railroads crossings,devices,device identification using SunGuide nomenclature,and plan sheet numbering and coverage. 34.4 Communication Overview Sheet 34.5 Typical and Special Details PAGE 56 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 11A The CONSULTANT shall prepare typical and/or special details for conditions in the project not addressed by the FDOT's Standard Plans for Design,Construction,Maintenance,and Utility Operations on the State Highway System. The CONSULTANT shall prepare special details not addressed by FDOT Standard Plans,including block diagrams,hub cabinets,wiring diagrams,solar power service,and special mounting details, horizontal directional drilling at critical crossings, wireless ethernet equipment for local and broadband communication, Ethernet based Blue Toad, Ramp Signaling System, RSU block diagrams, Power station site plan,Field Equipment Shelters for master hubs,electrical and communication conduit, equipment inside box girders. 34.6 ITS Communications Plan Sheet The CONSULTANT shall prepare the ITS plan sheets utilizing the Design file to include all necessary information related to the project design elements and all associated reference files.The plan sheets shall include general and pay item notes and pay items. The plans shall depict the location of ITS devices and cabinets, pull boxes, splice boxes, conduit runs, electrical service points, conduit, pull boxes, and conductors,and underground and overhead utilities,if applicable.Devices shall be located by station and offset as well as setback from the travel way. The CONSULTANT shall ensure the ITS sites and ground mounted cabinets locations are not in wetlands or wet drainage channels,do not interfere with protected species, meet the OSHA circle of safety from the overhead energized lines, and do not conflict with underground utilities. The CONSULTANT shall prepare plans for the communications network. These plans shall consist of block diagrams,splicing diagrams,port assignments,wiring diagrams,and all other information necessary to convey the design concept to the contractor. These plans shall be included in the ITS plan set and be prepared in a manner consistent with immediately adjacent ITS project installations(planned or installed). Communication plans shall include conduit, fiber, pull and splice boxes, ITS devices, communication lateral drops,fiber connection hardware,pay items etc. The communication system shall be an open-architecture, non-proprietary, real-time, multimedia communications network. The communication system design must be compatible and completely interoperable with the existing systems. The CONSULTANT's design shall include protecting and maintaining the existing ITS infrastructure.For locations where existing ITS infrastructure is impacted, the CONSULTANT's design shall include mitigation to minimize the downtime of existing system as per the COUNTY's requirements and prepare the Maintenance of Communication(MOC)plans.The CONSULTANT shall develop the MOC sheets for the project,providing temporary communications as necessary,notes,details,and direction applicable to the ITS elements and associated communications for inclusion in the MOC plans. The MOC plans shall include the notes,plan sheets,cross sections showing existing and proposed grades with the tables defining the stations limits for the conduit depths below existing and proposed grades for various construction phases. If applicable,the CONSULTANT shall review the roadway TTCP,drainage, structures, and landscaping plans and prepare the MOC plans for each construction phase.The MOC plans shall include construction phasing notes, half cross sections depicting existing and proposed grades, roadway templates, drainage ponds,flood mitigation zones,provide tables depicting the station range,location and depth of the proposed fiber optic trunk line below existing and proposed grades.The MOC plans shall optimize the reliable field- to-center(F2C)connectivity and operability of the ITS field devices previously deployed along the project corridor.The MOC design effort shall mitigate the impacts of the project's various construction phases so as to sustain center-to-field devices connectivity and operability, maintaining operational quality as a minimum at the level provided prior to construction start and minimizing down time as much as possible. PAGE 57 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 11A In cases,where major alteration to the existing roadway begins in the areas where the existing ITS devices and underground communication will be impacted at the initial construction phase,the CONSULTANT shall include the permanent ITS and communication and electrical power work to be constructed in the early phase and stage of the construction to activate the devices. The notes referencing the MOC plan details shall be included in the TTCP plans alerting the Contractor and emphasizing the importance of keeping the ITS devices operational.Subsequently,the CONSULTANT shall attend the utility design and pre-construction meeting conveying the importance of the MOC and operability of the overall system.The CONSULTANT shall include the MOC plan sheets in the beginning of the ITS plans. The CONSULTANT is responsible for the design of the communication infrastructure and its integration with the COUNTY's communication system.Additionally,the CONSULTANT shall determine the most cost effective, best performing, communication connectivity option. The communication system must allow command and control as well as data and video transmission between the field devices and the TMC. Conduit paths shall be selected to provide a continuous duct system on one side of the road unless otherwise requested by the COUNTY. The various components of ITS sites will be located on both sides of the freeway and therefore under pavement bore and lateral conduits will be necessary to access equipment locations.The CONSULTANT is responsible to locate the ITS sites so they are accessible by maintenance vans. 34.7 Maintenance of Communications Plans—N/A 34.8 Fiber Optic Splice Diagrams The CONSULTANT shall produce fiber optic cable splicing diagrams to show the connectivity of the fiber optic cable from its termini at field devices to the TMC.The diagrams shall denote new and existing fiber routes, splices, and terminations involved in the work. The diagrams shall identify cables by size, tube color / number and stand colors / numbers. All cables shall be identified either by numbering system identified either by numbering system identified on the plans or by bounding devices.The diagrams shall denote the types of connectors in the patch panels. The CONSULTANT shall determine physical connection points and methods between the existing project limits to make the desired physical connection. The CONSULTANT shall determine and identify the Buffer Tube/Fiber and Ring allocation to maintain acceptable maximum number of the local intersection per ring before redundant ringing to a master communication hub and manage the transmission bandwidth. The CONSULTANT shall analyze existing and proposed fiber optic communication infrastructure for physical and logical connectivity into existing infrastructure. 34.9 Grounding and Lightning Protection Plans The CONSULTANT shall include efforts to design a complete and reliable lightning protection design for each pole and associated devices,ITS device installation, as well as device cabinets and communications hubs, etc. if not already addressed in the FDOT's Standard Plans for Design, Construction,Maintenance and Utility Operations on the State Highway System.Where the ITS site is located on viaducts and bridges, the CONSULTANT shall provide the grounding and lightning protection details in the plans and show the work that is integral to the elevated superstructure and substructure. 34.10 Cross Sections—N/A 34.11 Hybrid&DMA Guide Sign Data—N/A 34.12 Service Point Details The CONSULTANT shall design any special service point and electrical distribution system beyond the electric utility company's service point. The plan shall depict with pay items,general and plan notes the locations of transformers, switches, disconnects, conduits, pull boxes and power conductors. The plans shall identify the location of underground and overhead service points with identifying pole and PAGE 58 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 11A transformer numbers. The CONSULTANT shall prepare the plan sheets depicting the electrical riser diagram and the line diagram for each location. 34.13 Strain Pole Schedule—N/A 34.14 Temporary Traffic Control Plans—N/A 34.15 Quality Assurance/Quality Control The CONSULTANT shall utilize the COUNTY's quality control checklist for traffic design drawings in addition to the QC effort described in Section Three. 34.16 Supervision The CONSULTANT shall supervise all technical design activities. 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 COUNTY and FDOT standards,or as otherwise directed by the COUNTY Project Manager. The COUNTY Project Manager will make interpretations and changes regarding geotechnical standards,policies and procedures and provide guidance to the CONSULTANT. 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 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. 35.1 Document Collection and Review CONSULTANT will review printed literature including topographic maps,county agricultural maps,aerial photography(including historic photos),ground water resources,geology bulletins,potentiometric maps, pile driving records,historic construction records and other geotechnical related resources. Prior to field reconnaissance,CONSULTANT shall review U.S.G.S.,S.C.S.and potentiometric maps,and identify areas with problematic soil and groundwater conditions. Roadway The CONSULTANT shall be responsible for coordination of all geotechnical related field work activities. The CONSULTANT shall retain all samples until acceptance of Phase IV plans. Rock cores shall be retained as directed in writing by the COUNTY Project Manager. Obtain pavement cores as directed in writing by the COUNTY Project Manager. If required by the COUNTY Project Manager, a preliminary roadway exploration shall be performed before the Phase I plans submittal. The preliminary roadway exploration will be performed, and results provided to the Engineer of Record to assist in setting roadway grades and locating potential problem areas. The preliminary roadway exploration shall be performed 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. PAGE 59 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A • LBR sampling and testing at 3 per mile. • 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. • Two borehole permeability tests at each wet and/or dry detention pond location. • Two SPT borings at each wet and/or dry detention pond location. • Piezometer installations at 1 per pond for Seasonal High Groundwater Level (SHGWL) determinations. All laboratory testing and classification will be performed in accordance with applicable COUNTY and FDOT standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. 35.2 Develop Detailed Boring Location Plan Develop a detailed boring location plan. Meet with COUNTY Project Manager 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. 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 FDOT Standard Plans Index 102 series. 35.6 Drilling Access Permits Obtain all State, County, City, 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 COUNTY's Project Manager. 35.8 Groundwater Monitoring Monitor groundwater,using piezometers. 35.9 LBR/Resilient Modulus Sampling Collect appropriate samples for Limerock Bearing Ratio(LBR)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 PAGE 60 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A Determine design LBR values from the 90% and mean methods when LBR testing is required by the COUNTY. 35.13 Laboratory Data Tabulate laboratory test results for inclusion in the geotechnical report,the report of tests sheet(Roadway Soil Survey Sheet),and for any necessary calculations and analyses. 35.14 Seasonal High Water Table Review the encountered ground water levels and estimate seasonal high ground water levels. Estimate seasonal low ground water levels,if requested. 35.15 Parameters for Water Retention Areas Calculate parameters for water retention areas,exfiltration trenches,and/or swales. 35.16 Delineate Limits of Unsuitable Material Delineate limits of unsuitable material(s)in both horizontal and vertical directions.Assist the Engineer of Record with detailing these limits on the cross-sections.If requested,prepare a plan view of the limits of unsuitable material. 35.17 Electronic Files for Cross-Sections Create electronic files of boring data for cross-sections. 35.18 Embankment Settlement and Stability Estimate the total magnitude and time rate of embankment settlements. Calculate the factor of safety against slope stability failure. 35.19 Monitor Existing Structures Provide Roadway EOR guidance on the radius to review existing structures for monitoring. Additional services (may be negotiated at a later date if needed): Identify existing structures in need of settlement,vibration and/or groundwater monitoring by the contractor during construction and coordinate with the EOR and structural engineer(when applicable) to develop mitigation strategies. 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 FDM Chapter 117 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 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 (e.g. removal of unsuitable material, consolidation of weak soils, estimated settlement time/amount,groundwater control,high groundwater conditions relative to pavement base,etc.)Evaluate and recommend types of geosynthetics and properties for various applications,as required. 35.22 Pavement Condition Survey and Pavement Evaluation Report—N/A 35.23 Preliminary Roadway Report—N/A 35.24 Final Report—N/A 35.25 Auger Boring Drafting Draft auger borings as directed by the COUNTY. 35.26 SPT Boring Drafting PAGE 61 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 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 Phase IV plans. Rock cores shall be retained as directed in writing by the District Geotechnical Engineer. 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 COUNTY and FDOT standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. 35.27 Develop Detailed Boring Location Plan Develop a detailed boring location plan.Meet with COUNTY Project Manager for boring plan approval. If the drilling program expects to encounter artesian conditions, the CONSULTANT shall submit a methodology(s) for plugging the borehole to the COUNTY for approval prior to commencing with the boring program. 35.28 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 35.29 Coordinate and Develop TTCP for Field Investigation Coordinate and develop TTCP plan. All work zone traffic control will be performed in accordance with the FDOT'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 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—N/A 35.37 Selection of Foundation Alternatives(BDR)—N/A 35.38 Detailed Analysis of Selected Foundation Alternate(s) Detailed analysis and basis for the selected foundation alternative.Foundation analyses shall be performed using approved COUNTY methods and shall include: • GRS-IBS (including the parameters identified in the Instructions for Developmental Design Standard D6025 to be provided by the Geotechnical Engineer) • Spread footings(including soil bearing capacity,minimum footing width,and minimum embedment depth). 35.39 Bridge Construction and Testing Recommendations—N/A PAGE 62 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 35.40 Lateral Load Analysis(Optional)—N/A 35.41 Walls—N/A 35.42 Sheet Pile Wall Analysis(Optional)—N/A 35.43 Design Soil Parameters for Signs, Signals, High Mast Lights, and Strain Poles and Geotechnical Recommendations • Provide the design soil profile(s)that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design. Review design for geotechnical compatibility and constructability. 35.44 Box Culvert Analysis—N/A 35.45 Preliminary Report—BDR—N/A 35.46 Final Report-Bridge and Associated Walls—N/A 35.47 Final Reports-Signs,Signals,Box Culvert,Walls,and High Mast Lights The final reports shall include the following: • Copies of U.S.G.S.and S.C.S.maps with project limits shown. • Summary of structure background data,S.C.S.,U.S.G.S.,geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis). • Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the FDOT's Standard Specifications. • An Appendix which includes SPT and CPT boring/sounding profiles,data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts,a complete FHWA check list,pile driving records (if available),and any other pertinent information. • Final reports will incorporate comments from the COUNTY and contain any additional field or laboratory test results, recommended foundation alternatives along with design parameters and special provisions for the contract plans. These reports will be submitted to the COUNTY 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 Project Manager and other disciplines. The final reports,special provisions, as well as record prints,will be signed and sealed by a Professional Engineer licensed in the State of Florida. Draft the detailed boring/sounding standard sheet, including environmental classification, results of laboratory testing,and specialized construction requirements,for inclusion in final plans. 35.48 SPT Boring Drafting Prepare a complete set of drawings to include all SPT borings, auger borings and other pertinent soils information in the plans.Include these drawings in the Final Geotechnical Report.Draft borings,location map, S.C.S. map and U.S.D.A. map as directed by the COUNTY. Soil symbols must be consistent with those presented in the latest Florida Department of Transportation Soils and Foundations Handbook. PAGE 63 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A 35.49 Other Geotechnical Other geotechnical effort specifically required for the project as determined by the COUNTY and included in the geotechnical upset limit. 35.50 Technical Special Provisions 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 PROJECT REQUIREMENTS 36.1 Liaison Office The COUNTY and the CONSULTANT will designate a Liaison Office and a Project Manager who shall be the representative of their respective organizations for the Project. While it is expected the CONSULTANT shall seek and receive advice from various state, regional, and local agencies,the final direction on all matters of this project remains with the COUNTY Project Manager. 36.2 Key Personnel The CONSULTANT's work shall be performed and directed by the key personnel identified in the proposal presentations by the CONSULTANT. Any changes in the indicated personnel shall be subject to review and approval by COUNTY. 36.3 Progress Reporting The CONSULTANT shall meet with the COUNTY as required and shall provide a written monthly progress report 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 COUNTY Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percent complete against actual work accomplished. 36.4 Correspondence Copies of all written correspondence between the CONSULTANT and any party pertaining specifically to this contract shall be provided to the COUNTY for their records within one (1) week of the receipt or mailing of said correspondence. 36.5 Professional Endorsement The CONSULTANT shall have a Licensed Professional Engineer in the State of Florida sign and seal all reports,documents,Technical Special Provisions and Modified Special Provisions,and plans as required by COUNTY standards. 36.6 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. PAGE 64 OF 66 SCHEDULE A-SCOPE OF SERVICES GAO 1 1 A " 36.7 Coordination with Other Consultants The CONSULTANT is to coordinate his work with any and all adjacent and integral consultants so as to effect complete and homogenous plans and specifications for the project(s)described herein. 36.8 Optional and Additional 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 detailed in the resultant agreement, 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 paragraph 2.00 of the Standard Consultant Agreement.The additional services may include Construction Assistance, Review of Shop Drawings, Final Bridge Load Rating, update (Category II) bridge plans electronically (CADD) for the Final "As-Built" conditions, based on documents provided by the DEPARTMENT (CADD Services Only)or other Services as required. Optional Services(Listed in Fee Sheet) • Environmental surveys pre-construction(per ERP and FDEP permit)shall be Optional Service No. 1 • ROW Acquisition/expert witness shall be considered Optional Services No.2 Additional Services: Additional services included,but are not limited to: • Driveway reconstructions along the side streets for pond outfalls are assumed to be reconstructed within the existing County ROW.If TDRE's and/or driveway design services are required for these driveway reconstructions,they shall be considered Additional Services. • If modifications to the Vanderbilt Beach Road intersection are required, they shall be considered Additional Services. • If the entire Everglades Boulevard corridor will be lighted(as opposed to intersections only),these Design Services shall be considered Additional Services. • Side Street Drainage Ditch Survey for all 33 Side Streets (2"d Ave NE to 33`d Ave NE) shall be considered Additional Services • Side Street Drainage Analysis and Recommendations for all 33 Side Streets (2nd Ave NE to 33`d Ave NE)shall be considered Additional Services • Faka Union Canal Upstream Flooding Analysis and Recommendations for the noted side streets (24th AVE NE,Randall Blvd,27th AVE NE,29th AVE NE, 31St AVE NE, 33`d AVE NE)north of the SFWMD Weir Control Structure (FKC-00-S0200 FU -5) shall be considered Additional Services • Noise Barrier Wall Designs are not included in these Scope of Services and will be considered Additional Services if requested by COUNTY • Wall Designs(retaining wall,gravity wall,etc.)are not included in these Scope of Services and will be considered Additional Services if requested by COUNTY • Additional traffic counts(other than those shown in 21.1)are not included in these Scope of Services and will be considered Additional Services if requested by COUNTY • Utility Design Work is not included in these Scope of Services.Utility Design Services can be added as Additional Services if requested by COUNTY 37 INVOICING LIMITS Payment for the work accomplished shall be in accordance with Method of Compensation of this contract. Invoices shall be submitted to the COUNTY, in a format prescribed by the COUNTY. The COUNTY Project Manager and the CONSULTANT shall monitor the cumulative invoiced PAGE 65 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 1 1 A billings to ensure the reasonableness of the billings compared to the project schedule and the work accomplished and accepted by the COUNTY. The CONSULTANT shall provide a list of key events and the associated total percentage of work considered to be complete at each event.This list shall be used to control invoicing. Payments will not be made that exceed the percentage of work for any event until those events have occurred and the results are acceptable to the COUNTY -END- PAGE 66 OF 66 SCHEDULE A-SCOPE OF SERVICES CAO 11 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 Task 1 30%- Design Plans $2,254,143.20 $ Task 2 60%- Design Plans $2,959,661.55 $ Task 3 90%- Design Plans $1,477,793.90 $ Task 4 100%- Design Plans $578,401.35 $ Task 5 Post Design Services $ $250,000.00 Task 6 Optional Services 1 - Environmental Surveys $75,000.00 $ Task 7 Optional Services 2 - ROW Acquisition/ Expert Witness $ $55,000.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total Lump Sum Fee $ 7,345,000.00 Total Time and Materials Fee $305,000.00 GRAND TOTAL FEE $7,650,000.00 Page 18 of 30 PSA CCNA Single Project Agreement[2025 ver.2] CAO 1 1 A B.2.2. 01*Time and Material Fees: The fees noted in Section B.2.1. shall constitute the amounts to be paid to CONSULTANT for the performance of the Basic Services. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT's personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment 1 to this Schedule B. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by the COUNTY, regarding CONSULTANT's Direct Labor Costs incurred at the time of billing, to be reviewed and approved by the COUNTY. There shall be no overtime pay without the COUNTY's prior written approval. B.2.2.1. Notwithstanding anything herein to the contrary, in no event may CONSULTANT's monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task(s) limits by the percentage the COUNTY has determined CONSULTANT has completed such task as of that particular monthly billing. B.2.3. ■❑* 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"'aches" 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 Page 19 of 30 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 1 1 A CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 20 of 30 PSA_CCNA Single Project Agreement[2025 ver.2] CAO 1 1 A SCHEDULE B —ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Principal $282 Senior Project Manager $238 Senior Technologist $222 Senior Engineer $205 Project Manager $198 Senior Planner $194 Mid-Level Engineer/Senior Environmental Specialist $185 Engineer $160 Planner $156 Senior Designer $154 Environmental Specialist $145 Designer $132 Senior Technician $122 Technician $102 Clerical/Administrative $87 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 21 of 30 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 1 1 A SCHEDULE C PROJECT MILESTONE SCHEDULE Number of Calendar Days Task/Item For Completion of Task Description from Date of Notice to Proceed Task 1 30% - Design Plans 240 Task 2 60% - Design Plans 450 Task 3 90% - Design Plans 600 Task 4 100% - Design Plans 720 Task 5 Post Design Services 1 ,953 Task 6 Optional Services 1 - Environmental Surveys 910 Task 7 Optional Services 2- ROW Acquisition/Expert Witness 91 0 Page 22 of 30 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 1 1 A SCHEDULE D INSURANCE COVERAGE 1. The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT's sole responsibility. 2. The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. 3. Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the 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 23 of 30 PSA_CCNA Single Project Agreement[2025ver.2] CAO 11A 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 ( I■I ) are required by this Agreement. 10. n 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, ❑ intained whcrc applicable to the completion of the work. Coveragc shall have minimum limits of $ Per Claim/Occurrcncc. 12. I Gt) shall be 13. II 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 $ t000,000 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 24 of 30 PSA_CCNA Single Project Agreement[2025 ver.2] CAO lIlA 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. n Watercraft Liability: carried by the CON-S4L-TANT—e �e Watercraft V.N.• �.NN... Coverage—shall--he SUBCONSULTANT in limits—of not loss than tl to the completion of the Services under this Agreement. 1� be the CONSULTANT IV. AircraftLi - shall --carrle y-... .�,., �.,.,1.�.,�� 1, ,1. 1�- or the cl BOO SULTANT in limits of not leee than $5,000,000 -each--occurrence if applicable- to the vvvv vY -- com plc*tie"n-^vf-the-Se.rviees-uftdeF t Agreemen+ 17. I■' BUSINESS AUTOMOBILE LIABILITY INSURANCE. Coverage shall have minimum limits of$500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-The ownership. 18. I I TECHNOLOGY ERRORS AND-OMISSIONS INSURANCE- Coverage shall have minimum limits of$ Per Occurrence. 19. f YBER IAICI I1� A�`�_ l+rr ono sh ill h y in m lm I 1 � . �..�1. ...........,�, Occurrence. 20. the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Lia cral Liability-;-end Automobile—Liability—coverages"r ui red-'herein...and...shall innclud E.,.- lnl-coverages-on a -"following form" basis. &- The policy shall contain wording to the effect that, in the event of the exhaustion of any 11 11 insurance. 21. • 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 25 of 30 PSA_CCNA Single Project Agreement[2025_ver. CAD 1 I A 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 26 of 30 PSA_CCNA Single Project Agreement[2025 ver.2] CAO 1 1 A SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Jacobs Engineering Group,Inc, (company's name) hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning "Design Services for Everglades Blvd.Widening from Oil Well Rd to Vanderbilt Beach Rd Exl "project" is accurate, complete and current as of the time of contracting. BY: l 1( a TITLE: iiKi tL)r U; ( DATE: 1 1 3) a��S Page 27 of 30 PSA CCNA Single Project Agrcement[2025_ver.21 CAQ 1 1 A SCHEDULE F KEY PERSONNEL Name Personnel Category Percentage of Time Joe Martin Principal 1% Bill Gramer Senior Project Manager 8% Velvet Bridges Senior Technologist 1% Ken Wooten Senior Engineer 5% Darren Dyer Senior Engineer 5% Tom Ross Senior Engineer 5% Nick De Ciccio Project Manager 12% Justin White Mid-Engineer 12% Nathan Lunsford Mid-Engineer 12% Kevin Heldorfer Engineer 12% Felicia Kirby Engineer 12% Robert Grubel Planner 3% Sonal Dodia Senior Designer 5% Conner Hilbert Designer 5% Vanessa Davis Clerical/Administrative 2% Page 28 of 30 PSA_CCNA Single Project Agreement[2025_ver.2] CAC 1 1 A SCHEDULE G AFFIDAVIT REGARDING LABOR AND SERVICES Following this page Page 29 of 30 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 1 1 A AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Effective January 1,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet any of the following criteria: (a)the entity is owned by the government of a foreign country of concern; (b)the government of a foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal place of business in a foreign country of concern. Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c), §287.138,Florida Statutes. Nongovernmental Entity's Name: Jacobs Engineering Group Inc Address: 5811 Pelican Bay Boulevard, STE 305, Naples FL 34108 Phone Number: 239-431-9222 Authorized Representative's Name: Ellen B. Patterson Authorized Representative's Title: Executive Director of Operation/Sr. Vice President Email Address: Ellen.Patterson @ jacobs.com I Ellen B. Patterson (Name of Authorized Representative), as authorized representative attest under penalty of perjury that Jacobs Engineering Group Inc. (Name of Nongovernmental Entity) does not: (1) use coercion for labor or services as defined in § 787.06,Florida Statutes, and(2)the nongovernmental entity is not(a)owned by a government of a foreign country of concern, (b)that a foreign country of concern does not have a controlling interest in the entity, and(c) that the entity is not organized under the laws of or has its principal place of business in a foreign country of concern,all as prohibited under§287.138,Florida Statutes. Under penalty of perjury,I declare that I have read the foregoing Affidavit and that the facts stated in it are true. 32,4,.;40. ti13 )Do as (Signature of authorized representative) Date STATE OF IOR,i(14 COUNTY OF Ps10(WM.) Sw rn to(or affipp ed)and subscribed before me by means of 'physical presence or 0 online notarization this day of 1t3OV ,20 aS,by C 0-gaiievgioame of Affiant),who produced his Florida Driver's License as identification. Lm7 Notary Public STACEY LESSER Pry- A I tr.: MY COMMISSION/HH 382624 �` ' 1 �' &oror 8(P ES:Apri 3,2027 Commission Expires Personally Known tit OR Produced Identification❑ Type of Identification Produced: CONTRACT RENEWAL OR EXTENSION REQUEST FORM Version:2025.1 1 1 A SCHEDULE H Other: (Description) following this page (pages through ) 0■1 this schedule is not applicable Page 30 of 30 PSA_CCNA Single Project Agreement[2025 ver2] CAO