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