Loading...
Agenda 01/10/2017 Item #16A 6 16.A.6 01/10/2017 EXECUTIVE SUMMARY Recommendation to approve the ranking order of professional engineering consultants, to enter into negotiations with the top ranked firm of CH2M Hill Engineers, Inc., pursuant to Solicitation No. 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project 66066 (Bridge Number 034046) and in the event that an agreement cannot be reached with this firm,to continue negotiating with the remaining firms in the order ranked,with a proposed agreement brought to the Board for its consideration at a subsequent meeting. OBJECTIVE: To obtain professional engineering services for the replacement of the Palm River Boulevard Bridge over Palm River Canal,bridge number 034046. CONSIDERATIONS: On September 1, 2016, the Collier County Growth Management Department, through its Transportation Engineering Division, issued RFP No. 16-7011 and requested proposals from professional engineering consulting firms pre-qualified by the Florida Department of Transportation (FDOT) to provide engineering services for this project. One thousand seven hundred fifty (1,750) notices of the RFP were sent out and seventy-six (76) were downloaded. Six (6)proposals were received on October 3,2016. On November 2, 2016, a selection committee ranked the six (6) firms based on an evaluation of their proposals. The selection committee by consensus ranked the firms as follows: Name of Firm Selection Committee Final Rank CH2M Hill Engineers,Inc. 1 TY Lin International 2 Stanley Consultants, Inc. 3 Bridging Solutions LLC 4 Cardno, Inc. 5 Dannick Engineering Consultants, Inc. 6 Staff is requesting that the Board of County Commissioners (Board) authorize it to begin contract negotiations with the top ranked firm, CH2M Hill Engineers, Inc., and in the event that an agreement cannot be reached with that firm, to continue negotiating with the remaining firms in the order ranked above. FISCAL IMPACT: Approval of this item does not result in a direct fiscal impact;however,the source of funding for the future contract (subject to board approval at a subsequent meeting) will be Gas Taxes, Wastewater Capital and Water Capital as required for the project. Approval of this item will not have an impact on operational and maintenance costs; however, the completed project can be expected to have the following operational and maintenance impacts: minimal to no maintenance costs are expected to be incurred within the first 5 to 7 years of service for the new bridge and roadway features, and will be absorbed into the regular maintenance schedule thereafter; the new stormwater features will require minimal maintenance that will be absorbed into the regular maintenance schedule resulting in minimal cost impact; and annual operation costs of any water or wastewater mains replaced during the project will remain the same or decrease. GROWTH MANAGEMENT IMPACT: The project is in conformance with the goals and objectives of the Transportation Element of the Growth Management Plan. Packet Pg. 393 16.A.6 01/10/2017 LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT RECOMMENDATION: To approve the ranking professional engineering consulting firms for RFP No. 16-7011 and direct staff to begin negotiating an agreement with the top-ranked firm, CH2M Hill Engineers, Inc., and in the event that an agreement cannot be reached with this firm, to continue negotiating with the remaining firms in the order ranked above,with a proposed agreement brought to the Board for its consideration at a subsequent meeting. Prepared by: Anthony O. Stolts, P.E., Sr. Project Manager, Transportation Engineering Division, Growth Management Department ATTACHMENT(S) 1. 16-7011 Final Ranking Sheet(1 page) (PDF) 2. 16-7011 Solicitation(36 pages) (DOCX) 3. [Linked] 16-7011 Addendum Exhibit A(106 pages) (DOCX) 4. 16-7011 Addenda 1-4 (4 pages) (PDF) 5. [Linked] 16-7011 CH2M Hill Engineers,Inc. Proposal (132 pages) (PDF) Packet Pg. 394 16.A.6 01/10/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.6 Item Summary: Recommendation to approve the ranking order of professional engineering consultants, to enter into negotiations with the top ranked firm of CH2M Hill Engineers, Inc.,pursuant to Solicitation No. 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project 66066 (Bridge Number 034046) and in the event that an agreement cannot be reached with this firm, to continue negotiating with the remaining firms in the order ranked, with a proposed agreement brought to the Board for its consideration at a subsequent meeting. Meeting Date: 01/10/2017 Prepared by: Title: Project Manager, Senior—Transportation Engineering Name: Anthony Stolts 11/21/2016 8:24 AM Submitted by: Title: Division Director-Transportation Eng—Transportation Engineering Name: Jay Ahmad 11/21/2016 8:24 AM Approved By: Review: Public Utilities Planning and Project Management Eric Fey Additional Reviewer Completed 11/21/2016 8:47 AM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed Transportation Engineering Gary Putaansuu Additional Reviewer Completed 11/22/2016 9:20 AM Public Utilities Planning and Project Management Craig Pajer Additional Reviewer Completed Growth Management Department Lisa Taylor Additional Reviewer Completed 11/22/2016 11:01 AM Growth Management Department Diane Lynch Level 1 Division Reviewer Completed 11/22/2016 11:14 AM Road Maintenance Jonathan Vortherms Additional Reviewer Completed 11/22/2016 3:32 PM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 11/28/2016 9:05 AM Procurement Services Evelyn Colon Additional Reviewer Completed 11/29/2016 10:13 AM Procurement Services Brenda Brilhart Additional Reviewer Completed 12/01/2016 12:36 PM Growth Management Department Gene Shue Additional Reviewer Completed 12/07/2016 10:02 AM Procurement Services Ted Coyman Additional Reviewer Completed 12/09/2016 4:04 PM Public Utilities Planning and Project Management Oscar Martinez Additional Reviewer Completed Procurement Services Allison Kearns Additional Reviewer Completed 12/14/2016 9:44 AM Growth Management Department Jeanne Marcella Level 2 Division Administrator Completed 12/16/2016 1:55 PM Packet Pg. 395 16.A.6 01/10/2017 County Attorney's Office Scott Teach Level 2 Attorney Review Completed 12/20/2016 11:57 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 12/20/2016 1:34 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 12/21/2016 10:17 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 12/21/2016 4:13 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 12/28/2016 1:33 PM Board of County Commissioners MaryJo Brock Meeting Pending 01/10/2017 9:00 AM Packet Pg. 396 0 JOAN Med suofl go6eN 1ue;insuo3 {,{,OL-9v 66£Z) (a6ed 4);eagS 6uptuej jeuH 44OL-94 :}uawiloe;;y ti m rn M Q a) a r a) 000000 4ill a) 0 0 0 0 0 0 .- 0 0 0 0 0 0 04 a) " 0 0 0 0 0c) a a) E c - LO(0 c�1 c) +. "-O •- o w U 0) E V O - .- C C a) w LT- a. (0 a) U C co a) (0 .O -, Nd et. CO CO NY CO 'zt ` Q) C 0) N 4 Ln a 7 c w+ > O a) a) OC Q E Q ca a) 'a c- N CO M e' CO U L O N U _ ++ Ce U 0 = y a) Jo u) t t m a) E -o V E .c O67 a) -a c-) E E aJ m Q) (B r N M et CO C;) O = Y N V Y C ._ C a) c c co E 2 = o c U E ca c a) a) CZ (Li) OU Q O CL OCco Li= 4r O a) E U Ct N �t r M CO ID O a) = A - aU) a) a) L.. V LL U a • ro > n a) a O - ca W m -c '> U (A L_ j .- E r- N I- ID M CO a) a) a) >, E c N o r.-- o (6-.- O _ .c o N 2 CO E c U) 0 o a) Q o a) › � a Lo N M l) "I•r- CCO o E "- O O O 0 (a C2 .,— a) d c _T a N C Q 4) O W N N Nco O . U CO O O g C, O d 'd' d C 0 u) C a) O .a L ..c ' O_ W a) �. _a " ' (.5 (6 fa i N Q) C C U O m O a, E a ii vi -J N Q' Z t a) a) v- L N J u) -a U O) L O a) Ca a)) a-,:.`_ C a) a) ,C U V a) O C (4 C O T. 5 r- (C OL E _ O ±' O 0f -a E Q L (4 0) c ' w ;�� 16.A.6.b REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. I 0 L a CIL ier County Administrative Services Department 0 Procurement Services Division t4 a) 2' a) 6) .O L COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS a. CCNA Solicitation 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 Evelyn Colon, Procurement Strategist (239) 252-2667(Telephone) (239) 252-2810 (Fax) co evelyncolon@colliergov.net (Email) o w U O This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this r document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. CD a' ,_., •227 Tomom-cu ., ,IotIO ' 2",,L2-G1:.7•,t_, CCNA(Revision 06132016 Packet Pg. 398 16.A.6.b Table of Contents V C, 0 a r c LEGAL NOTICE 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS 9 a> EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 14 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP 18 ATTACHMENT 1: CONSULTANT'S NON-RESPONSE STATEMENT 27 ATTACHMENT 2: CONSULTANT CHECK LIST 28 E ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT 29 N ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT 30 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION 32 0 ATTACHMENT 6: CONSULTANT SUBSTITUTE W—9 33 z ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS 34cri ATTACHMENT 8: REFERENCE QUESTIONNAIRE 36 N O 0 0 ti ce rn rn N a, a) fa Q. CD C7 0 N U .O ti co w C C, U ca RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 2 Packet Pg. 399 16.A.6.b Cofer County Administrative Services Department Procurement Services Division O Legal Notice ° Pursuant to approval by the County Manager, Sealed Proposals to provide Design and Related Services will be received until 3:00PM, Naples local time, on October 3, 2016 at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. a CCNA Solicitation 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 EE Services to be provided may include, but not be limited to the following: Design and Related Services. 7,3 a ® A pre-proposal conference is not applicable for this solicitation. All statements should be made upon the official proposal form which must be obtained only on the Collier County Procurement Services Division Online Bidding System website: www.coliiergov.net/bid. c CC Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. c U BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, a> 0) N BY: /S/ Allison Kearns Interim Director, Procurement Services Division This Public Notice was posted on the Collier County Procurement Services Division website: www.colliergov.net/purchasing and in the Lobby of Procurement Services Division Building "G", Collier County Government Center on September 1, 2016. U O T 0 CD r c 4) C C.) CC RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14. Bridge Number 034046 3 Packet Pg. 400 16.A.6.b Exhibit I: Scope of Work, Specifications and Response Format As requested by the Transportation Engineering Division (hereinafter, the "Division"), the • Collier County Board of County Commissioners Procurement Services Division (hereinafter, 2 a. "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. a) cc The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. -a Detailed Scope of Work: See Exhibit A C2 Term of Contract The contract shall commence at issuance of the Notice to Proceed and run until the a. completion of construction or until all post design work is completed. o Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Z Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes o only. The County reserves the right to adjust this timetable as required during the course of the RFP process. ti Event Date CD Issue Solicitation Notice September 1, 2016 a; Last Date for Receipt of Written Questions September 16, 2016 N Addendum Issued Resulting from Written Questions September 20, 2016 -� Solicitation Deadline Date and Time October 3, 2016 @ 3:00PM a Anticipated Evaluation of Submittals October 2016 Anticipated Completion of Contract Negotiations November 2016 a.CD Anticipated Board of County Commissioner's Contract Approval Date November 2016 0 Response Format U The Consultant understands and agrees to abide by all of the RFP specifications, o provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Consultant further agrees that if the contract is awarded the work will be performed in o accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. E U f6 RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 4 Packet Pg.401 1 6.A.6.b Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. U C7 Proposals should be prepared simply and economically, providing a straightforward concise description of the Consultant's approach and ability to meet the County's needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft a Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. as a) The items listed below are to be submitted with each proposal and submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Consultant to include all listed items may result in the rejection of its proposal. '07 1. Tab I, Cover Letter/ Management Summary a In this tab: a. • Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. • Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Consultant's certification that the Consultant will accept any awards as a result of this RFP. as Site Inspection: If services to be provided involve or are related to a physical site(s), including, but not limited to: design services for construction, physical monitoring, environmental studies, inspections or other similar activities, prior to submission of o proposal, proposers may visit the site(s) to become familiar with local conditions that may in any manner affect performance of the Work. This site visit shall be documented ti in writing by the proposer; this documentation shall be submitted with the proposal. The proposal may be deemed non-responsive if the site visit documentation is not presented a) to the County in the proposer's submitted proposal materials. Upon award of the °; contract, subsequent site visits shall be at intervals appropriate to the stage of the `V project, as determined by the County project manager. a, No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to this Agreement as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the awarded proposer, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 2. Tab II, Work Plan (30 Points, 10 page maximum) In this tab, include: • Detailed plan of approach (including major tasks and sub-tasks). • Detailed understanding of the project. • Detailed time line for completion of the project. RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 5 Packet Pg. 402 16.A.6.b • Provide details of risks that may be associated with the project and how the firm may overcome those risks. 3. Tab III, Experience and Capacity of Firm (35 Points, 5 page maximum, does not include a list of projects) oa c In this tab, include: 0 • Provide information that documents Consultant's (and Sub-Consultant's if a) applicable) qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in cc providing the required services. • Provide details of unique benefits that the firm offers on this project. -a • Provide current list of projects in the format identified below: co Project Engineer's Final Number of -'- Description Start Date End Date Construction Construction Change Cost Estimate Cost' Orders a N 4. Tab IV, Specialized Expertise of Team Members (30 Points, 5 page maximum, does not include resumes and letters of intent) 0 In this tab, include: • Description of the proposed contract team and the role to be played by each member of the proposed team. c° • Describe the various team members' successful experience in working with one 5 another on previous projects. • Attach resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific ti services. • Attach resumes of any sub-consultants. If sub-consultants are being utilized, letters of intent from stated sub-consultants must be included with proposal submission. N 5. Tab V, References - 5 Completed and Returned (5 Points) 0. In order for the Consultant to be awarded any points for this tab, the County requests o that the Consultant submits five (5) completed reference forms from clients whose -- projects are of a similar nature to this solicitation as a part of their proposal. The County o will only use the methodology calculations for the first five (5) references (only) submitted by the Consultant in their proposal. -o cn Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Consultant's information provided in this area: • The County will total each of the Consultant's five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Consultants who do not turn in reference forms will be counted as zero (0). t4 RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14,Bridge Number 034046 6 Packet Pg. 403 1 6.A.6.b • The greatest number of points allowed in this criterion will be awarded to the Consultant who has the highest score. • The next highest Consultant's number of points will be divided by the highest Consultant's points which will then be multiplied by criteria points to determine the Consultant's points awarded. Each subsequent Consultant's point score will be 2 calculated in the same manner. • Points awarded will be extended to the whole number per Microsoft Excel. For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Consultant Name Consultant Total Points Awarded Reference Score m` Consultant ABC 445 5 Consultant DEF 435 4.89 '— Consultant GHI 425 4.78 E Consultant JKL 385 4.33 a Consultant MNO 385 4.33 v, Consultant PQR 250 2.81 6 Note:Sample chart reflects a 20 point reference criterion. The points awarded by Consultant will be distributed to the Selection Committee prior to Z their evaluation of the proposals. The Selection Committee will review the Consultant's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per Consultant. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. 6. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are °' indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. 17;- Exceptions taken by a Consultant may result in evaluation point deduction(s) and/or cts exclusion of proposal for Selection Committee consideration, depending on the extent of 0. co the exception(s). Such determination shall be at the sole discretion of the County and 2 Selection Committee. o 7. Tab VII, Required Form Submittals 5 • Attachment 2: Consultant Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Consultant Declaration Form' • Attachment 5: Immigration Affidavit and company's E-Verify profile page and L memorandum of understanding • Attachment 6: Consultant Substitute W9 • Attachment 7: Insurance Requirements RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14, Bridge Number 034046 7 Packet Pg. 404 16.A.6.b • Attachment 8: Reference Questionnaire (Do not use Collier County Employees) w U a) O L n C 4a, E a) C.) Ca C2 a) cc a) 07 MML a) 7 E c_ (n 0 Ca O a) Z .r+ Ca N O U ti 0 a) rn M N Cn a) Ca 0 O Ca C) O C!) 0r r` co a) U Ca RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 8 Packet Pg.405 16.A.6.b Exhibit II: General RFP Instructions 1. Questions 0 Direct questions related to this RFP to the Collier County Procurement Services Division °' Online Bidding System website: www.colliergov.net/bid. a a) Consultants must clearly understand that the only official answer or position of the County cc will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference 00 The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. ca All prospective Consultants are strongly encouraged to attend, as, this will usually be the only pre-proposal conference for this solicitation. If this pre-proposal conference is denoted as "mandatory", prospective Consultants must be present in order to submit a proposal response. 0 U 3. Compliance with the RFP 0 ti Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of ° the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the 0- Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Procurement Services Division. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. c 0 ti RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 9 Packet Pg. 406 1 6.A.6.b 6. Delivery of Proposals All proposals are to be delivered before 3:00PM, Naples local time, on or before October 3, 2016 to: 2 Collier County Government Procurement Services Division 3327 Tamiami Trail E U Naples FL 3411215° Attn: Evelyn Colon, Procurement Strategist The County does not bear the responsibility for proposals delivered to the Procurement c Services Division past the stated date and/or time indicated, or to an incorrect address by Consultant's personnel or by the Consultant's outside carrier. However, the Procurement Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which a may include but not be limited to: late delivery by commercial carrier such as Fed Ex, N UPS or courier where delivery was scheduled before the deadline. o • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. 0 0 Consultants must submit one (1) paper copy clearly labeled "Master," and five (5) flash drives or compact disks (CD's) with one copy of the proposal on each in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. N 0 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Consultant makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. N 8. Method of Source Selection a 0z The County is using the Competitive Sealed Proposals methodology of source selection for 0. this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Procurement Ordinance. 0 ca If the County receives proposals from less than three (3)firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit cn additional proposals or request that the Selection Committee rank order the received r proposals. ti CO The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. E U f6 RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14.Bridge Number 034046 10 Packet Pg.407 16.A.6.b 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, w Consultants' Competitive Negotiation Act. 0 L a. The County's procedure for selecting is as follows: 1. The County Manager or designee shall appoint a selection committee to review all proposals submitted. 71. 2. The Request for Proposal is issued. 3. Subsequent to the receipt closing date for the proposals, the Procurement professional will review the proposals received and verify each proposal to determine a) if it minimally responds to the requirements of the published RFP. m` 4. Selection committee meetings will be open to the public and the Procurement professional will publicly post prior notice of such meeting(s) in the lobby of the _> Procurement Services Division Building and on the County's Procurement Services Internet site. 5. Prior to the first meeting (Organization Meeting) of the selection committee, the a Procurement professional will post a notice announcing the date, time and place of o the meeting at least three (3) working days prior to the meeting. At the initial organization meeting, the selection committee members will receive instructions, the o submitted proposals, and establish the next selection committee meeting date and time. After the first meeting, the Procurement professional will publically announce all subsequent committee meeting dates and times. The subsequent meeting dates and times will be posted with at least one (1) day advanced notice. 6. Selection committee members will independently review and score each proposal (.0 based on the evaluation criteria stated in the request for proposal using the Individual c.) Selection Committee Score and Rank Form and prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the proposals. 7. At the scheduled selection meeting, the members will present their independent °; findings / conclusions / comments based on their reading and interpretation of the `=' materials presented to each other, and may ask questions of one another. At the conclusion of that discussion, members of the public will be offered an opportunity (not to exceed three (3) minutes) to provide comments. 8. At the conclusion of public comments (provided for in number 7), the selection co committee members will individually rank order each proposer. Collier County o selection committee members may consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, clarification of proposer information, public comments, and/or additional credit information. 9. Once the individual ranking has been completed, the Procurement professional will direct selection committee members to read their individual ranking publically. The Procurement professional will record individual rankings on the Final Ranking Sheet which will mathematically compile into an overall selection committee rank of proposers. RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14, Bridge Number 034046 11 Packet Pg. 408 16.A.6.b 10. In any of the selection committee meeting deliberations, by consensus, members may request to invite proposers in to clarify their proposals, ask for additional information, present materials, interview, ask questions, etc. The members may consider any and all information obtained through this method in formulating their a_ individual ranking and subsequent selection committee overall ranking and final ° a ranking. 11. The selection committee's overall rank of firms in order of preference (from highest E beginning with a rank of one (1) to the lowest) will be discussed and reviewed by the a) Procurement Strategist. By final consensus, and having used all information co presented (proposal, presentation, references, etc.), the selection committee 0 members will create a final ranking and staff will subsequently enter into a, negotiations. Award of the contract is dependent upon the successful and full -cr execution of a mutually agreed contract, pending the final approval by the Board of m County Commissioners. a, The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal a. N information. o y co Receipt of a proposal by the County or a submission of a proposal to the County offers o no rights upon the Consultant nor obligates the County in any manner. a z E Acceptance of the proposal does not guarantee issuance of any other governmental m approvals. Proposals which include provisions requiring the granting of zoning variances E CO may not be considered. o U 10. References r 0 1 - The The County reserves the right to contact any and all references submitted as a result of this CD solicitation. rn M 11. Proposal Selection Committee and Evaluation Factors i The County Manager or designee will appoint a Selection Committee to review all proposals m submitted. The factors to be considered in the evaluation of proposal responses are listed a below. co � 30 Points ' Tab II, Business Plan m Tab III, Experience and Capacity of the Firm 35 Points Tab IV, Specialized Expertise of Team Members 30 Points 'o Tab V, References 5 Points cn TOTAL 100 Points o Nr tD Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the Consultant (as obtained from the E County's financial system) within the last five (5) years will receive the higher individual F ranking. This information will be based on information provided by the Consultant, subject to verification at the County's option. If there is a multiple firm tie in either individual scoring cci RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 12 Packet Pg. 409 16.A.6.b or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals CD 2 The right is reserved by the County to waive any irregularities in any proposal, to reject anya. or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is m deemed the most advantageous for the public and Collier County. cc a> Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Consultant, or .� their refusal to enter into the Collier County contract, the County reserves the right to accept m the proposal of any other Consultant or to re-advertise using the same or revised documentation, at its sole discretion. E a N 0 O a) a) Z CD N C U 0 ti co rn C) M N N a) ai ca c. CD M_ 0 f6 O N CD a) E 0 f4 w RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 13 Packet Pg.410 16.A.6.b Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer secure the lowest transportation rates This offer is subject to cancellation by the and to comply with all carrier m COUNTY without notice if not accepted by regulations. Risk of loss of any goods VENDOR within fourteen (14) days of sold hereunder shall transfer to the n`_ issuance. COUNTY at the time and place of d delivery; provided that risk of loss prior E 2. Acceptance and Confirmation to actual receipt of the goods by the a) This Purchase Order (including all COUNTY nonetheless remain with a documents attached to or referenced VENDOR. a) therein) constitutes the entire agreement b) No charges will be paid by the COUNTY a) between the parties, unless otherwise for packing, crating or cartage unless .a specifically noted by the COUNTY on the otherwise specifically stated in this m face of this Purchase Order. Each delivery Purchase Order. Unless otherwise L. of goods and/or services received by the provided in Purchase Order, no invoices > COUNTY from VENDOR shall be deemed to shall be issued nor payments made it be upon the terms and conditions contained prior to delivery. Unless freight and E in this Purchase Order. other charges are itemized, any n discount will be taken on the full amount c No additional terms may be added and of invoice. o Purchase Order may not be changed except c) All shipments of goods scheduled on the by written instrument executed by the same day via the same route must be o COUNTY. VENDOR is deemed to be on consolidated. Each shipping container c notice that the COUNTY objects to any must be consecutively numbered and Z additional or different terms and conditions marked to show this Purchase Order contained in any acknowledgment, invoice number. The container and Purchase or other communication from VENDOR, Order numbers must be indicated on bill notwithstanding the COUNTY'S acceptance of lading. Packing slips must show o or payment for any delivery of goods and/or Purchase Order number and must be services, or any similar act by VENDOR. included on each package of less than o container load (LCL) shipments and/or 1.7 to 3. Inspection with each car load of equipment. The •- All goods and/or services delivered COUNTY reserves the right to refuse or a, hereunder shall be received subject to the return any shipment or equipment at °; COUNTY'S inspection and approval and VENDOR'S expense that is not marked CY payment therefore shall not constitute with Purchase Order numbers. iri acceptance. All payments are subject to VENDOR agrees to declare to the d adjustment for shortage or rejection. All carrier the value of any shipment made ala defective or nonconforming goods will be under this Purchase Order and the full M returned pursuant to VENDOR'S instruction invoice value of such shipment. at VENDOR'S expense. d) All invoices must contain the Purchase o Order number and any other specific c To the extent that a purchase order requires information as identified on the '� a series of performances by VENDOR, the Purchase Order. Discounts of prompt COUNTY prospectively reserves the right to payment will be computed from the date •n cancel the entire remainder of the Purchase of receipt of goods or from date of o Order if goods and/or services provided receipt of invoices, whichever is later. ti early in the term of the Purchase Order are Payment will be made upon receipt of a `r° non-conforming or otherwise rejected by the proper invoice and in compliance with w COUNTY. Chapter 218, Fla. Stats., otherwise a) 4. Shipping and Invoices known as the "Local Government E a) All goods are FOB destination and must Prompt Payment Act," and, pursuant to m be suitably packed and prepared to Q RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 14 Packet Pg.411 16.A.6.b the Board of County Commissioners Purchasing Policy. 8. Statutory Conformity Goods and services provided pursuant to 5. Time Is Of the Essence this Purchase Order, and their production a Time for delivery of goods or performance of and transportation shall conform to all •o services under this Purchase Order is of the applicable laws, including but not limited to a essence. Failure of VENDOR to meet the Occupational Health and Safety Act, the c delivery schedules or deliver within a Federal Transportation Act and the Fair a) reasonable time, as interpreted by the Labor Standards Act, as well as any law or d COUNTY in its sole judgment, shall entitle regulation noted on the face of the Purchase _a the COUNTY to seek all remedies available Order. a to it at law or in equity. VENDOR agrees to ce reimburse the COUNTY for any expenses 9. Advertising a, incurred in enforcing its rights. VENDOR No VENDOR providing goods and services further agrees that undiscovered delivery of to the COUNTY shall advertise the fact that m nonconforming goods and/or services is not it has contracted with the COUNTY for a waiver of the COUNTY'S right to insist goods and/or services, or appropriate or E upon further compliance with all make use of the COUNTY'S name or other E specifications. identifying marks or property without the t prior written consent of the COUNTY'S u) 6. Changes Purchasing Department. o The COUNTY may at any time and by written notice make changes to drawings 10. Indemnification `Ci and specifications, shipping instructions, VENDOR shall indemnify and hold harmless a, quantities and delivery schedules within the the COUNTY from any and all claims, z general scope of this Purchase Order. including claims of negligence, costs and c Should any such change increase or expenses, including but not limited to cc , decrease the cost of, or the time required for attorneys' fees, arising from, caused by or w performance of the Purchase Order, an related to the injury or death of any person c equitable adjustment in the price and/or (including but not limited to employees and 0 delivery schedule will be negotiated by the agents of VENDOR in the performance of CI COUNTY and VENDOR. Notwithstanding their duties or otherwise), or damage to 0 the foregoing, VENDOR has an affirmative property (including property of the COUNTY co obligation to give notice if the changes will or other persons), which arise out of or are .• decrease costs. Any claims for adjustment incident to the goods and/or services to be cn by VENDOR must be made within thirty (30) provided hereunder. N days from the date the change is ordered or within such additional period of time as may 11. Warranty of Non-Infringement in - within agreed upon by the parties. VENDOR represents and warrants that all a goods sold or services performed under this Q- CD 7. Warranties Purchase Order are: a) in compliance with r'' VENDOR expressly warrants that the goods applicable laws; b) do not infringe any o and/or services covered by this Purchase patent, trademark, copyright or trade secret; •, as Order will conform to the specifications, and c) do not constitute unfair competition. drawings, samples or other descriptions — furnished or specified by the COUNTY, and VENDOR shall indemnify and hold harmless co will be of satisfactory material and quality the COUNTY from and against any and all production, free from defects and sufficient claims, including claims of negligence, costs o for the purpose intended. Goods shall be and expense, including but not limited to co delivered free from any security interest or attorneys' fees, which arise from any claim, other lien, encumbrance or claim of any third suit or proceeding alleging that the a party. These warranties shall survive COUNTY'S use of the goods and/or E inspection, acceptance, passage of title and services provided under this Purchase Order v payment by the COUNTY. are inconsistent with VENDOR'S as Q RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 15 Packet Pg.412 16.A.6.b representations and warranties in section 11 14. Force Majeure (a). Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in If any claim which arises from VENDOR'S performance resulting from any cause .1 breach of section 11 (a) has occurred, or is beyond their control, including, but without 'o likely to occur, VENDOR may, at the limitation to war, strikes, civil disturbances a COUNTY'S option, procure for the COUNTY and acts of nature. When VENDOR has c the right to continue using the goods or knowledge of any actual or potential force P services, or replace or modify the goods or majeure or other conditions which will delay 6 services so that they become non-infringing, or threatens to delay timely performance of 03 (without any material degradation in this Purchase Order, VENDOR shall performance, quality, functionality or immediately give notice thereof, including all Ce additional cost to the COUNTY). relevant information with respects to what steps VENDOR is taking to complete •L 12. Insurance Requirements delivery of the goods and/or services to the m The VENDOR, at its sole expense, shall COUNTY. m provide commercial insurance of such type E and with such terms and limits as may be 15. Assignment E reasonably associated with the Purchase VENDOR may not assign this Purchase a Order. Providing and maintaining adequate Order, nor any money due or to become due N insurance coverage is a material obligation without the prior written consent of the o of the VENDOR. All insurance policies shall COUNTY. Any assignment made without be executed through insurers authorized or such consent shall be deemed void. o eligible to write policies in the State of °' Florida. 16. Taxes z Goods and services procured subject to this S. as 13. Compliance with Laws Purchase Order are exempt from Florida Y In fulfilling the terms of this Purchase Order, sales and use tax on real property, transient w VENDOR agrees that it will comply with all rental property rented, tangible personal o federal, state, and local laws, rules, codes, purchased or rented, or services purchased 0 and ordinances that are applicable to the (Florida Statutes, Chapter 212), and from o conduct of its business. By way of non- federal excise tax. exhaustive example, this shall include the �° American with Disabilities Act and all 17. Annual Appropriations prohibitions against discrimination on the The COUNTY'S performance and obligation M basis of race, religion, sex creed, national to pay under this Purchase Order shall be N origin, handicap, marital status, or veterans' contingent upon an annual appropriation of N status. Further, VENDOR acknowledges funds. a) cp and without exception or stipulation shall be a fully responsible for complying with the 18. Termination co provisions of the Immigration Reform and This Purchase Order may be terminated at Control Act of 1986 as located at 8 U.S.C. any time by the COUNTY upon 30 days o 1324, et seq. and regulations relating prior written notice to the VENDOR. Thisas thereto, as either may be amended. Failure Purchase Order may be terminated by the awarded firm(s) to comply with the immediately by the COUNTY for breach by 'o laws referenced herein shall constitute a VENDOR of the terms and conditions of this a) breach of the award agreement and the Purchase Order, provided that COUNTY has r County shall have the discretion to provided VENDOR with notice of such ti unilaterally terminate said agreement breach and VENDOR has failed to cure ca immediately. Any breach of this provision within 10 days of receipt of such notice. r may be regarded by the COUNTY as a material and substantial breach of the 19. General contract arising from this Purchase Order. a) This Purchase Order shall be governed 13 ca by the laws of the State of Florida. The RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 16 Packet Pg.413 16.A.6.b venue for any action brought to d) The Vendor agrees to reimbursement of specifically enforce any of the terms and any travel expenses that may be conditions of this Purchase Order shall associated with this Purchase Order in be the Twentieth Judicial Circuit in and accordance with Florida Statute Chapter for Collier County, Florida 112.061, Per Diem and Travel b) Failure of the COUNTY to act Expenses for Public Officers, employees a immediately in response to a breach of and authorized persons. this Purchase Order by VENDOR shall e) In the event of any conflict between or °S not constitute a waiver of breach. among the terms of any Contract Waiver of the COUNTY by any default Documents related to this Purchase by VENDOR hereunder shall not be Order, the terms of the Contract deemed a waiver of any subsequent Documents shall take precedence over default by VENDOR. the terms of the Purchase Order. To the a) c) All notices under this Purchase Order extent any terms and /or conditions of shall be sent to the respective this Purchase Order duplicate or overlap addresses on the face page by certified the Terms and Conditions of the mail, return receipt requested, by Contract Documents, the provisions of overnight courier service, or by personal the Terms and/or Conditions that are E delivery and will be deemed effective most favorable to the County and/or a upon receipt. Postage, delivery and provide the greatest protection to the other charges shall be paid by the County shall govern. o sender. A party may change its address for notice by written notice complying with the requirements of this section. rn z N 0 U ti co a) a) Co) N N 0 L7) Q CO 0 i6 9- O U, 9- T 9- a) U fQ RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14,Bridge Number 034046 17 Packet Pg.414 16.A.6.b Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance and Bonding Requirements The Consultant shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and g Bonding attachment of this solicitation. The Consultant shall procure and maintain property insurance ., upon the entire project, if required, to the full insurable value of the scope of work. ° a The County and the Consultant waive against each other and the County's separate Consultants, E Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the f9 proceeds of such insurance. The Consultant and County shall, where appropriate, require similar waivers of subrogation from the County's separate Consultants, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. c13- Collier Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work E performed on behalf of Collier County." n. The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall o name Collier County, Florida, as an additional insured as to the operations of Consultant under this 7 solicitation and shall contain a severability of interests provisions. a) Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project cz description, or must read: For any and all work performed on behalf of Collier County.The "Certificate 3 Holder" should read as follows: o U Collier County Board of County Commissioners CD Naples, Florida a> The amounts and types of insurance coverage shall conform to the minimum requirements set forth in N Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Consultant has any self-insured retentions or deductibles under I any of the below listed minimum required coverage, Consultant must identify on the Certificate of g 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 t'? Consultant's sole responsibility. o Coverage(s) shall be maintained without interruption from the date of commencement of the Work until U the date of completion and acceptance of the scope of work by the County or as specified in this 75 solicitation, whichever is longer. The Consultant and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Consultant. The 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 coverage or limits received by Consultant E from its insurer and nothing contained herein shall relieve Consultant of this requirement to provide 2 notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant a RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 18 Packet Pg.415 hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to t v16NA:6.b extent permitted under such policy. Should at any time the Consultant not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Consultant for such coverage(s) 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 .0 Consultant. The County shall be under no obligation to purchase such insurance, nor shall it be a responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any E of its rights under the Contract Documents. a) f4 If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the il9" scope of work, the Consultant shall furnish to the County renewal or replacement Certificate(s) of a, Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the -a Consultant to provide the County with such renewal certificate(s) shall be considered justification for the m County to terminate any and all contracts. a� 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful Consultant extending the pricing, terms and N conditions of this solicitation or resultant contract to other governmental entities at the discretion of the o successful Consultant. a= 0 3. Additional Items and/or Services z Additional items and / or services may be added to the resultant contract, or purchase order, in y compliance with the Procurement Ordinance. 7 4. County's Right to Inspect 0 T The County or its authorized Agent shall have the right to inspect the Consultant's facilities/project site during and after each work assignment the Consultant is performing. t° 5. Vendor Performance Evaluation The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 6. Additional Terms and Conditions of Contract o Collier County has developed standard contracts/agreements, approved by the Board of County v Commissioners (BCC). The selected Consultant shall be required to sign a standard Collier County ;6; contract within twenty one (21) days of Notice of Selection for Award. The resultant contract(s) may include purchase or work orders issued under one, or any combination of price methodologies by the County's project manager: w Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from E the County to the contractor; and, as a business practice there are no hourly or material invoices ctRFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14,Bridge Number 034046 19 Packet Pg. 416 presented, rather, the contractor must perform to the satisfaction of the County's project mans 16.A.6.b 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 contractor'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; a invoices would include number of hours worked and billing rate by position (and not company (or subcontractor)timekeeping or payroll records), material or equipment invoices, and other E reimbursable documentation for the project. 0 ea Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation 0 price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and -a the number of units received (no contractor inventory or cost verification required). The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract E is available upon request. The County will not be obligated to sign any contracts, maintenance and/or a service agreements or other documents provided by the Consultant. 0 The County's project manager, shall coordinate with the Vendor / Contractor the return of any surplus m assets, including materials, supplies, and equipment associated with the scope or work. 7. Public Records Compliance Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: o U IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS N AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 M Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. -6 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 ko 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 ca RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 20 Packet Pg.417 16.A.6.b contract term and following completion of the contract if the Contractor does not transfer th,_ 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 a 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. a) m 8. Payment Method cc Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, g Florida Statutes. Vendor's invoices must include: m • Purchase Order Number 0 • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Tts E Invoices shall be sent to: N 0 Board of County Commissionersft Clerk's Finance Department o ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 ett co Or emailed to: bccapclerkcollierclerk.com. U Collier County, in its sole discretion, will determine the method of payment for goods and/or services as o part of this agreement. ti Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. N • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules a for VISA Merchants and MasterCard Merchant Rules. c. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids o clearly stating pricing for standard payment methods. An additional separate discounted price for a traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional .3 Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the a fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices fC ii RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 21 Packet Pg. 418 16.A.6.b submitted after the close of the fiscal year will not be accepted (or processed for payment) specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 2 L In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount s owed to the vendor or contractor for services performed of for materials delivered in association with a ! contract. w Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the -a Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance m with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. E 9. Environmental Health and Safety All Consultants and Sub Consultants performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and o Occupational Health Standards and any other applicable rules and regulations. Consultants and Sub Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that z may cause injury or damage to any persons or property within and around the work site. All firewall c penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, 3 property and/or right-of-way for the purpose of inspection of any Consultant's work operations. This provision is non-negotiable by any department and/or Consultant. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination 7. and Arc Flash Studies where relevant as determined by the engineer. N All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE N Protective labels. a, 10. Licenses M The Consultant is required to possess the correct Business Tax Receipt, professional license, and any 2 other authorizations necessary to carry out and perform the work required by the project pursuant to all .� applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. ' Additionally, copies of the required licenses must be submitted with the proposal response c°n indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Consultant to submit the required documentation may be grounds to deem u) Consultant non-responsive. A Consultant, with an office within Collier County is also required to have an occupational license. U lC RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 22 Packet Pg.419 16.A.6.b All State Certified contractors who may need to pull Collier County permits or call in inspections ...� complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 11. Survivability 0_ Bids (ITBs/RFPs): The Consultant/ContractorNendor agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 16-7011 Design and Related Services for Palm River s) Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order/Purchase Order. a) a> 12. Principals/Collusion m By submission of this Proposal the undersigned, as Consultant, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person E other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that Proposal is made without connection with anyd this person, company or parties making a Proposal, and w that it is in all respects fair and in good faith without collusion or fraud. o 13. Relation of County o It is the intent of the parties hereto that the Consultant shall be legally considered an independent Z Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be t considered employees or agents of the County, and that the County shall be at no time legally N responsible for any negligence on the part of said Consultant, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. U T 14. Termination tO Should the Consultant be found to have failed to perform services in a manner satisfactory to the County, a� the County may terminate this Agreement immediately for cause; further the County may terminate this °; Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of N non-performance. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County t upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board's Procurement a. Ordinance. 0 15. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be a lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. 2 Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to E' this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this E provision may serve as grounds for disqualification for award of this contract to the firm. ca RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 23 Packet Pg. 420 16.A.6.b 16. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501, In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide g same within five (5) days upon notification of selection for award. If the firm cannot provide the document .o within the referenced timeframe, the County reserves the right to award to another firm. a. 17. Single Proposal a) Each Consultant must submit, with their proposal, the required forms included in this RFP. Only one c proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- a, consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- m consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this la-, requirement will be deemed non-responsive and rejected from further consideration. E In addition, consultants that have participated and/or will participate in the development of scope, To n background information or oversight functions on this project are precluded from submitting a N Proposal as either a prime or sub- consultant. o 18. Protest Procedures Any prospective vendor/ proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the ;g Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current Procurement Ordinance and policies. o U The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Procurement Services Division on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within a, two (2) calendar days (excluding weekends and County holidays) of the date that the recommended N award is posted. `r N Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 2 0 19. Public Entity Crime A person or affiliate who has been placed on the convicted Consultant list following a conviction for a N 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, 7. supplier, subcontractor, or consultant under a contract with any public entity; and may not transact m business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY E TWO for a period of 36 months following the date of being placed on the convicted Consultant list. RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 24 Packet Pg. 421 20. Security and Background Checks 16.A.6.b The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment .� verifications and other related records. Contractor shall be required to maintain records on each 0 employee and make them available to the County for at least four (4) years. a All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. .1:1 /.L The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL- FMOPS(cr�colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and E systems. Failure to notify within four(4) hours of separation may result in a deduction of$500 per incident. to 0 CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs.. z 21. Conflict of Interest Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RFP o document. Disclosure of any potential or actual conflict of interest is subject to County staff review and 0 does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify o and or preclude conflict of interest situations during contract selection and execution. 22. Prohibition of Gifts to County Employees rn No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, `V service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida a Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. g Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of F2 time; b. Prohibition by the individual and/or firm from doing business with the County for a specified o period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 23. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. u c a) The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland E Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based c4 RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 25 Packet Pg. 422 16.A.6.b means of verifying employment eligibility of workers in the United States; it is not a substitute L. �.., other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners o a Consultants / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's/bidder's proposal. Acceptable `) evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the m fully executed E-Verify Memorandum of Understanding for the company. Consultants are also required a to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Consultant does not comply with providing the acceptable E-Verify evidence and the -a executed affidavit the bidder's/ Consultant's proposal may be deemed non-responsive. m` a; Additionally, Consultants shall require all subcontracted Consultants to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. E a. For additional information regarding the Employment Eligibility Verification System (E-Verify) program v, visit the following website: http://www.dhs.gov/E-Verify. It shall be the Consultant's responsibility to 0 :r. familiarize themselves with all rules and regulations governing this program. a, Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as c located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with . the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and o the County shall have the discretion to unilaterally terminate said agreement immediately. U 0 0 a) m N N a, f4 Q CO O fL U_ O N T 0 0 r w a) E U r RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 26 Packet Pg. 423 16.A.6.b Cotner Gouvity Administrative Services Department Procurement Ser.lces Division Attachment 1: Consultant's Non-Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Consultants not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, E Naples, FL 34112. V We are not responding to CCNA Solicitation 16-7011 Design and Related Services for Palm River ce Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 for the following reason(s): a) I� Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. (73 ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) Project is too small. 0 f l Insufficient time allowed for preparation of response. — w Incorrect address used. Please correct mailing address: U) c c U ti ❑ Other reason(s): a) rn N N O CSS f4 Name of Firm: Address: City, State, Zip: cn Telephone: 0 ti Email: CO Jr Representative Signature: Representative Name: Date RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 27 Packet Pg. 424 16.A.6.b Collier County Administrative Services Department Procurement Services Division Attachment 2: Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. cu .- 2 Consultant should check off each of the following items as the necessary action is completed: a c a) E The Proposal has been signed. a) c.) ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. CC E Any addenda have been signed and included. co W ❑ The mailing envelope has been addressed to: m Collier County Government Procurement Services Division E 3327 Tamiami Trail E ca Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist CCNA Solicitation: 16-7011 Design and Related Services for Palm River Boulevard over Palm o River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 a) m ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. z ca ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. t' (Otherwise Proposal cannot be considered.) ❑ If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If U submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. CD rn ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF c°l, THE COURIER PACKET N Name of Firm: CESa Address: CO c) City, State, Zip: Telephone: : 0 Email: N 0 Representative Signature: CD Representative Name: Date a, E U l4 RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 28 Packet Pg.425 16.A.6.b Comer County Administrative Services Department Procurement Services Division Attachment 3: Conflict of Interest Affidavit The Consultant certifies that, to the best of its knowledge and belief, the past and current work on any Collier a County project affiliated with: 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 does not pose an a organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or 0 performing systems engineering and technical direction for the procurement) which appears to skew the a competition in favor of my firm. Impaired objectivity—The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/ past performance of itself or a competitor, which calls into m question the contractor's ability to render impartial advice to the government. L Unequal access to information —The firm has not had access to nonpublic information as part of itsCD performance of a Collier County project identified above which may have provided the contractor(or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. 17171 a. In addition to this signed affidavit, the contractor/consultant must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other Z means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to t6 the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified a above has been fully disclosed and does not pose an organizational conflict. Firm: Signature and Date: a Print Name: `,4)3 Title of Signatory: State of County of 6 cn SUBSCRIBED AND SWORN to before me this day of , 20 by , who is personally known to me to be the ti for the Firm, OR who produced the following identification cD a, Notary Public Commission Expiration E U RFP CCNA Tem plate_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 29 Packet Pg. 426 1 6.A.6.b Ca er County Administrative Services Department Procurement Services Division Attachment 4: Consultant Declaration Statement U w BOARD OF COUNTY COMMISSIONERS 2 Collier County Government Complex Naples, Florida 34112 G3 U RE: CCNA Solicitation: 16-7011 Design and Related Services for Palm River Boulevard over Palm River m Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 Dear Commissioners: -a AM/Ly, The undersigned, as Consultant declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Consultant agrees, if this proposal is accepted, to execute a Collier County document for the purpose of a establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the o proposal documents listed by the above referenced CCNA Solicitation. Further, the consultant agrees that if awarded a contract for these services, the consultant will not be eligible to compete, submit a o proposal, be awarded, or perform as a sub-consultant for any future design or any other oversight z services associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 200_ in the County of , in the State of o U Firm's Legal Name: ti Address: rn City, State, Zip Code: N Florida Certificate of N a) Authority Document Number Q. Federal Tax co Identification Number CCR # or CAGE Code ra U Telephone: C,° FAX: Signature by: (Typed and written) y Title: U Jd N RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14, Bridge Number 034046 30 Packet Pg.427 Additional Contact Information 16.A.6.b Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: 0 City,State,ZIP a) E Telephone: a) C.) fE FAX: Q m CC a) Email: Office servicing Collier County to place orders y` (required if different from above) Contact name: E Title: U, Address: ca City, State, ZIP m Telephone: Email: rn c U Or 9- T C, a) M N a) ca 0 fa 0 to 9- O a) U fa RFP CCNA Tempiate_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 31 Packet Pg. 428 16.A.6.b Comer County Administrative Services Department Procurement Services Division Attachment 5: Immigration Affidavit Certification CCNA Solicitation: 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 0 This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with a formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Consultants / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of E the submission of the Consultant's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the ce E-Verify program may deem the Consultant/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act("INK). Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall - be grounds for unilateral termination of the contract by Collier County. Consultant attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration o Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding a, with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Consultant's/ Bidder's proposal. N Company Name Print Name Title 0 ti Signature Date a) State of M County of a) The foregoing instrument was signed and acknowledged before me this day of , a 20 , by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature 0 U, Printed Name of Notary Public Notary Commission Number/Expiration a) The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of E this affidavit to interrogatories hereinafter made. RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 32 Packet Pg. 429 16.A.6.b Collier Co;4nty A,cimm(strative Sen-ices Department P-ocursrnen!Ser,;ces Attachment 6: Consultant Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including 2 social security numbers if used by the individual or company for tax reporting purposes). Florida Statute n. 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and E return with your quote or proposal. ru 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) 'a Business Name 60- (if different from taxpayer name) Address City State Zip a- Telephone FAX Email rn 0 Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email U 2. Company Status (check only one) o to _Individual/Sole Proprietor Corporation Partnership a> _Tax Exempt (Federal income tax-exempt entity _Limited Liability Company M under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D =Disregarded Entity, C=Corporation, P=Partnership) ai 0r ct 3. Taxpayer Identification Number(for tax reporting purposes only) co Federal Tax Identification Number(TIN) (Consultants who do not have a TIN,will be required to provide a social security number prior to an award). 0 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Cr; Signature Date Title Phone Number c C) 0 f4 RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 33 Packet Pg. 430 1 6.A.6.b Cot r County Administrative Services Department Procurement Services Dyson Attachment 7: Insurance and Bonding Requirements 0 L Insurance/Bond Type Required Limits a 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) rn patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury 7:3 ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations > and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier N 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 the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance z of this Agreement. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, ai Owned/Non-owned/Hired; Automobile Included U 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be CO maintained where applicable to the completion of the work. $ Per Occurrence M N ❑ Maritime Coverage (Jones Act)shall be maintained where applicable to tn the completion of the work. m $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $ 1,000,000 per claim and in the aggregate CD • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence 0 RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 34 Packet Pg.431 16.A.6.b ❑ Valuable Papers Insurance $ Per Occurrence ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the a County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All o checks shall be made payable to the Collier County Board of County a Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. E a) 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the m Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. CD The Performance and Payment Bonds shall be underwritten by a surety rn authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size > category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New a York 10038. u 0 8. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. d z 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General W Liability where required. N 10. ❑ The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work o performed on behalf of Collier County. r; 11. ® Thirty (30) Days Cancellation Notice required. rn RLC 8/19/2016 N Consultant's Insurance Statement ns We understand the insurance requirements of these specifications and that the evidence of insurability may be required M within five (5) days of the award of this solicitation. _r 0 Name of Firm Date U Consultant Signature 2 Print Name CD Insurance Agency a> Agent Name Telephone Number RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14.Bridge Number 034046 35 Packet Pg. 432 16.A.6.b Coer County Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire (Do Not Use Collier County Employees) Solicitation: 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 o Reference Questionnaire for: a (Name of Company Requesting Reference Information) a) (Name of Individuals Requesting Reference Information) a) Name: Company: te (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) a Email: FAX: Telephone: m NN> Collier County is implementing a process that collects reference information on firms and their key personnel to be used in E the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of w your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual o again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." o (Please note, references from Collier County staff will not be accepted.) Project Description: Completion Date: CZ Project Budget: Project Number of Days: 0 Item Citeria Score U 1 Ability to manage the project costs (minimize change orders to scope). ti 2 Ability to maintain project schedule (complete on-time or early). C' 3 Quality of work. rnM N 4 Quality of consultative advice provided on the project. N a) 5 Professionalism and ability to manage personnel. a' ca 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. ca U 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). `o i-; TOTAL SCORE OF ALL ITEMS °' Please FAX this completed survey to: By ;? RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project,Project 66066.14,Bridge Number 034046 36 Packet Pg. 433 16.A.6.d Cot ier County Email: evelyncolon©colliergov.net Administrative Services Division Telephone: (239) 252-2667 Procurement Services FAX: (239) 252-2810 Addendum 1 E a) U l6 Date: September 8, 2016 d From: Evelyn Colon, Procurement Strategist -c To: Interested Bidders Subject: Addendum # 1 E Solicitation # and Title 16-7011 Design and Related Services for Palm River n. Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 • The original Solicitation and Exhibit A are being replaced with these versions provided c, through this addendum 1. CD CC The following change is made to the above mentioned Collier County solicitation: U T 0 If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. N C: Anthony Stolts, Senior Project Manager a) Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. ti (Signature) Date (Name of Firm) ti co a) E U Packet Pg. 434 16.A.6.d C;o7er County Email: evelyncolon@colliergov.net Administrative Services Division Telephone: (239) 252-2667 d Praojrement Services FAX: (239) 252-2810 o_ a> Addendum 2 E U C6 Date: September 13, 2016cc a) a) From: Evelyn Colon, Procurement Strategist To: Interested Bidders C2 Subject: Addendum #2 E Solicitation # and Title 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge c Number 034046 ° • For the latest Bridge Inspection Reports, Final Deck and Condition Assessment and ° Recommendation Reports, please fill out the Exempt Document Form provided with this addendum and email the form along with a Photo ID to: evelyncolon(ahcolliergov.net a N C 0 U 0 CO If you require additional information please post a question on the Online Bidding site or contact a) me at the information noted above. N C: Anthony Stolts, Senior Project Manager d C. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. C6 (Signature) Date (Name of Firm) CD C n� c C.) f6 r.+ Packet Pg.435 16.A.6.d Co7er County Email: evelyncolon@colliergov.net Administrative Servis Di rasion Telephone: (239) 252-2667 Procurement Servsces FAX: (239) 252-2810 •o a Addendum 3 G) E n) U ea Date: September 13, 2016 From: Evelyn Colon, Procurement Strategist -a To: Interested Bidders Subject: Addendum # 3 E a Solicitation #and Title 16-7011 Design and Related Services for Palm River u, Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge o Number 034046 0 • For the FDOT latest Bridge Inspection Report , _ e-_ --a __ _ a- A - ---- z and Recommendation Reports, please fill out the Exempt Document Form provided with this addendum and email the form along with a Photo ID to: evelyncolon a(�colliergov.net If you require additional information please post a question on the Online Bidding site or contact N me at the information noted above. C: Anthony Stolts, Senior Project Manager a' Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. ra a) (Signature) Date (Name of Firm) a) U fa Packet Pg.436 16.A.6.d Co ler County Email: evelyncolon@colliergov.net Administrative Services Division Telephone: (239) 252-2667 Procurement Services FAX: (239) 252-2810 'o a a) Addendum 4 E a) U co Date: September 27, 2016 ct From: Evelyn Colon, Procurement Strategist To: Interested Bidders 0° CD Subject: Addendum #4 it Solicitation # and Title 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 ° ra The following revisions to Exhibit A, within Section 36.8.1 OPTIONAL UTILITY RELOCATIONS are issued as an addendum for the referenced solicitation: c a The following Collier County public utilities have been located identified En within the area of the project: 0 • 8" water main attached to the bridge • 8" subaqueous force main • 8" subaqueous irrigation quality water main • 4" force main attached to the bridge N 61 fG a d If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Anthony Stolts, Senior Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date E' E U r4 (Name of Firm) Packet Pg. 437 AUGUST 2016 EXHIBIT A SCOPE OF SERVICES FOR DESIGN AND RELATED SERVICES FOR PALM RIVER BOULEVARD OVER PALM RIVER CANAL BRIDGE REPLACEMENT PROJECT PROJECT NUMBER: 66066.14 INCLUDING BRIDGE NUMBER: 034046 RPF NUMBER 16-7011 A-2 1 PURPOSE ........................................................................................................................... 4 2 PROJECT DESCRIPTION .................................................................................................. 6 3 PROJECT COMMON AND PROJECT GENERAL TASKS ............................................. 21 4 ROADWAY ANALYSIS .................................................................................................... 29 5 ROADWAY PLANS .......................................................................................................... 33 6A DRAINAGE ANALYSIS .................................................................................................... 35 6B DRAINAGE PLANS .......................................................................................................... 39 7 UTILITIES ......................................................................................................................... 40 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES .............................. 45 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS ......... 50 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT ..................................................... 52 11 STRUCTURES - TEMPORARY BRIDGE ......................................................................... 54 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE ................................................... 55 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE ................................................. 57 14 STRUCTURES - STRUCTURAL STEEL BRIDGE ........................................................... 60 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE .................................................... 61 16 STRUCTURES - MOVABLE SPAN .................................................................................. 62 17 STRUCTURES - RETAINING WALLS ............................................................................. 63 18 STRUCTURES - MISCELLANEOUS ................................................................................ 65 19 SIGNING AND PAVEMENT MARKING ANALYSIS ........................................................ 67 20 SIGNING AND PAVEMENT MARKING PLANS .............................................................. 69 21 SIGNALIZATION ANALYSIS ........................................................................................... 70 22 SIGNALIZATION PLANS ................................................................................................. 71 23 LIGHTING ANALYSIS ...................................................................................................... 72 24 LIGHTING PLANS ............................................................................................................ 73 25 LANDSCAPE ARCHITECTURE ANALYSIS .................................................................... 74 26 LANDSCAPE ARCHITECTURE PLANS .......................................................................... 75 27 SURVEY ........................................................................................................................... 76 28 PHOTOGRAMMETRY ...................................................................................................... 81 29 MAPPING ......................................................................................................................... 82 30 TERRESTRIAL MOBILE LIDAR ...................................................................................... 85 31 ARCHITECTURE DEVELOPMENT .................................................................................. 86 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE ............ 87 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS ........................................... 88 A-3 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS ................................................. 89 35 GEOTECHNICAL.............................................................................................................. 90 36 PROJECT REQUIREMENTS ......................................................................................... 100 37 INVOICING LIMITS ......................................................................................................... 106 1 PURPOSE A-4 SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES BRIDGE/STRUCTURAL AND HIGWAY DESIGN Collier County Project Number: 66066.14 Description: Design and Related Services for Replacement of the Palm River Boulevard Bridge over Palm River Canal in Collier County, Florida Bridge No(s).: 034046 NOTE: This RFP SCOPE OF SERVICES will be modified during contract negotiations to remove scope not applicable to the project/future contract. 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. Major work mix includes: Group 4 - Highway Design - Bridges and Group 3 - Highway Design - Roadway Major work groups include: Group 4.1 - Miscellaneous Structures and Minor Bridge Design and Group 3.1 - Minor Highway Design Minor work mix/groups may include but are not limited to: Group 7.1 - Signing, Pavement Marking and Channelization; Group 8.1 - Control Survey; Group 8.2 - Design, Right of Way, & Construction Survey; Group 8.4 - Right of way Mapping and Group 9 - Soil Exploration, Materials Testing and Foundations. The Firm submitting as the PRIME CONSULTANT at a minimum must be pre - qualified through the Florida Department of Transportation (FDOT) in the following work groups: Group 4.1 – Miscellaneous Structures and Minor Bridge Design Group 3.1 – Minor Highway Design The general objective is for the CONSULTANT to prepare a set of Construction Contract Documents including plans, specifications, supporting engineering analysis, calculations and other technical documents in accordance with Florida Department of Transportation (FDOT) and COUNTY policy, procedures and requirements. These Construction Contract Documents will be used by the contractor to build the project and test the project components. These Construction Contract Documents will be used by the COUNTY or its Construction Engineering Inspection (CEI) representatives for inspection and final acceptance of the project. RFP: 16-7011 1 PURPOSE A-5 The CONSULTANT shall follow a systems engineering process to ensure that all required project components are included in the development of the Construction Contract Documents and the project can be built as designed and to specifications. The Scope of Services establishes which items of work in the FDOT Plans Preparation Manual (PPM), Collier County Land Development 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. Some of the items defined in the SCOPE OF SERVICES may need to be reduced or removed from the final scope during Contract negotiations based on the selected consultant’s approach to the project and the actual needs of the project. The CONSULTANT shall be aware that as a project is developed, certain modifications and/or improvements to t he original concepts may be required. The CONSULTANT shall incorporate these refinements into the design and consider such refinements to be an anticipated and integral part of the work. The County will not accept supplemental fee requests for such refinements. 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 that can be turned over to the COUNTY at the close of the project or at contract termination. 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 a nd procedures, the duties and responsibilities assigned under the terms of this agreement. The CONSULTANT shall utilize the best engineering judgment, practices, and principals possible during the prosecution of the work commissioned under this contract. T he 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 Contract Documents. The COUNTY’s technical reviews are for high-level conformance and are not meant to be comprehensive reviews. The COUNTY may contract with independ ent consultants to perform additional technical review services. 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. RFP: 16-7011 2 PROJECT DESCRIPTION A-6 2 PROJECT DESCRIPTION The CONSULTANT shall investigate the status of the project and become familiar with concepts and commitments (typical sections, alignments, etc.) developed from prior studies and/or activities. The principle intent of this project is to replace an obsolete bridge on Palm River Boulevard in Collier County, Florida. Bridge number: 034046 The existing bridge foundations are timber piles of unknown depth. The bridge is experiencing exponential timber pile decay. The primary objective of this project is to replace the bridge identified herein as soon as possible while limiting ancillary work to only what is necessary and/or required to replace the bridge and provide safe roadway approaches per applicable codes, guidelines, regulations, permitting agency requirements, etcetera. The roadway approaches to the bridge shall be resurfaced/reconstr ucted as necessary to satisfy the latest FDOT criteria. As a minimum, the design typical roadway section shall extend to the ends of the required guardrail systems. Appropriate tapers back to the existing roadway sections shall be provided beyond each guardrail system end. See section 2.1 for typical section information. Exact project limits will vary based on actual permitting requirements. As such, anticipated contractual project limits, as approved by the COUNTY, will be defined during the design contract negotiation process. Additional project related environmental mitigation improvements outside of the contractual project limits may be identified during project development. The CONSULTANT shall provide additional services to incorporate these improvemen ts into the design at the request of the COUNTY. The scope of the additional services will be determined at the time the services are requested. These additional services are not included in this scope and will be added as a supplemental agreement if the need is identified. In general, the CONSULTANT will be required to obtain/produce all permits, studies and reports necessary to design the project and deliver the final deliverables. 2.1 Project General and Roadway (Activities 3, 4, and 5) Public Involvement: The CONSULTANT shall prepare for and attend public RFP: 16-7011 2 PROJECT DESCRIPTION A-7 meetings as directed by the COUNTY. Please see Section 3.1 for details. Other Agency Presentations/Meetings: The CONSULTANT shall prepare for and attend agency meetings as directed by the COUNTY. Please see Section 3.1 for details. Joint Project Agreements: Not applicable. Specification Package Preparation: FDOT and COUNTY Specifications – current editions, and any required project specific Technical Specifications. Value Engineering: Value Engineering/Independent Peer Review services will be conducted by an independent consultant for this project. Please see section 3.5 for details. Risk Assessment Workshop: Not applicable. Plan Type: The CONSULTANT shall provide all plans and details necessary for construction of the project described herein. The CONSULTANT is expected to follow all design criteria and processes provided in the latest version of the FDOT Plans Preparation Manual (PPM). Deviations from the criteria and processes provided in the PPM must be approved by the COUNTY in writing. Typical Section: In general, the replacement bridge and roadway approaches shall be designed to facilitate two lanes of traffic with shoulders per the latest FDOT design criteria and will include pedestrian/bicycle access features. The CONSULTANT shall coordinate with the COUNTY during the design to establish the final typical section(s) for the project. The CONSULTANT shall coordinate with the COUNTY to determine future widening needs of the bridge and incorporate these needs into the design. The posted speed limit is: 25mph The desired design speed is: 30mph Pavement Design: The CONSULTANT shall provide all pavement designs required for the project. Pavement Type Selection Report(s): Please see Section 4.2 for details. Cross Slope: The CONSULTANT shall evaluate any necessary modifications to cross slopes of existing pavement to be retained as part of this project. Access Management Classification: To be coordinated with the County as required. RFP: 16-7011 2 PROJECT DESCRIPTION A-8 Transit Route Features: Not applicable. Major Intersections/Interchanges: Not applicable. Roadway Alternative Analysis: Not applicable. Level of TCP Plans: Appropriate maintenance of traffic during construction is critical to the public, local businesses and emergency services. The CONSULTANT shall develop maintenance of traffic plans that limit impacts to the public while minimizing the cost and duration of construction. The CONSULTANT shall provide Temporary Traffic Control Plans as required. Temporary Lighting: The CONSULTANT is responsible for any temporary lighting necessary for the project. Temporary Signals: The CONSULTANT is responsible for any temporary signals necessary for the project. Temporary Drainage: The CONSULTANT is responsible for any temporary drainage designs necessary for the project. Design Variations/Exceptions: There are no known Design Variations or Exceptions during the development of this RFP. The CONSULTANT should review the project location to determine if a Design Variation or Exception is necessary to meet FDOT design standards. The CONSULTANT shall submit requests for Design Variations and/or Exceptions approval to the COUNTY as soon as possible to minimize potential schedule delays. The CONSULTANT shall coordinate these requests with the COUNTY’s Project Manager. Back of Sidewalk Profiles: As required. 2.2 Drainage (Activities 6a and 6b) System Type: As required. The storm water systems shall be designed to meet the permitting requirements of all applicable permitting agencies. The storm water system designs shall consider best management practices, open system, closed system, lateral ditches, exfiltration, etc., or a combination thereof, within or outside the existing right-of-way. The CONSULTANT shall develop all hydraulic requirements, designs and Construction Contract Documents for all hydraulic features, such as but not limited to all storm water conveyance, storage and treatment facilities, required for the project. All existing drainage structures and features shall be shown on the construction plans and should be inspected for scour, erosion, structural integrity and accumulation of sediments as necessary. Treatments should be coordinated with the COUNTY’s Project Manager before being added to the RFP: 16-7011 2 PROJECT DESCRIPTION A-9 Construction Contract Documents. 2.3 Utilities Coordination (Activity 7) The CONSULTANT is responsible to certify that all necessary arrangements for utility work on this project have been made and will not conflict with the physical construction schedule. The CONSULTANT should coordinate with COUNTY personnel to coordinate transmittals to Utility Companies and meet production schedules. The CONSULTANT shall ensure FDOT and COUNTY standards, policies, procedures, practices, and design criteria are followed concerning utility coordination. The CONSULTANT may employ more than one individual or utility engineering consultant to provide utility coordination and engineering design expertise. The CONSULTANT shall identify a dedicated person responsible for managing all utility coordination activities. This person shall be contractually referred to as the Utility Coordination Manager and shall be identified in the CONSULTANT proposal. The Utility Coordination Manager shall be required to satisfactorily demonstrate to the COUNTY’s Project Manager that they have the knowledge, skills, and expertise required to successfully provide the utility coordination activities required of the project. The Utility Coordination Manager shall be responsible for managing all utility coordination, including the following: Assuring that Utility Coordination and accommodation is in accordance to the COUNTY, FDOT, FHWA, and AASHTO standards, policies, procedures, and design criteria. Assisting the engineer of record in identifying all existing utilities and coordinating any new installations. Assisting the Engineer of Record with resolving utility conflicts. Scheduling and performing utility coordination meetings, keeping and distribution of minutes/action items of all utility meetings, and ensuring expedient follow-up on all unresolved issues. Distributing all plans, conflict matrixes and changes to affected utility owners and making sure this information is properly coordinated and documented. Identifying and coordinating the completion of any COUNTY or utility owner agreement that is required for reimbursement, or accommodation of the utility facilities associated with the project. Review and certify to the COUNTY’s Project Manager that all Utility Work Schedules are correct and in accordance with the COUNTY’s standards, policies, and procedures. RFP: 16-7011 2 PROJECT DESCRIPTION A-10 Prepare, review and process all utility related reimbursable paperwork inclusive of betterment and salvage determination. The CONSULTANT’s utility coordination work shall be performed and directed by the Utility Coordination Manager that was identified and approved by COUNTY’s Project Manager. Any proposed change of the approved Utility Coordination Manager shall be subject to review and approval by COUNTY’s Project Manager prior to any change being made in this contract. 2.4 Environmental Permits, Compliances, and Clearances (Activity 8) The CONSULTANT shall coordinate with all appropriate regulatory agencies to obtain all necessary permits, including but not limited to: South Florida Water Management District Department of Environmental Protection United States Coast Guard United States Army Corps of Engineers The CONSULTANT is responsible for the identifying and applying for all necessary permits for the project. The CONSULTANT is responsible for all permit coordination and revision s necessary to obtain the required permits. All application and processing fees associated with permitting activities shall be paid for by the COUNTY directly to each applicable agency. The COUNTY will direct use of mitigation banks as required. 2.5 Structures (Activities 9 – 18) Bridges: The CONSULTANT shall provide all necessary design services, obtain new bridge number from the FDOT and deliver construction documents for the replacement of the existing bridge defined below with a new structure. The length of the new structure is dependent on site constraints, the requirements defined herein and the requirements to be established by the permitting agencies. Bridge number: 034046 Please see section 2.1 for typical section requirements. Type of Bridge Structure Work: RFP: 16-7011 2 PROJECT DESCRIPTION A-11  Bridge Development Report  Temporary Bridge - If required.  Short Span Concrete - As applicable.  Medium Span Concrete - As applicable. Retaining Walls: The CONSULTANT shall provide all design services and deliver construction documents for any temporary and/or permanent retaining walls required for the project. Noise Barrier Walls: Not applicable. Miscellaneous: The CONSULTANT shall provide all design services and deliver construction documents for any miscellaneous structures required for the project. 2.6 Signing and Pavement Markings (Activities 19 & 20) The CONSULTANT shall provide all design services and deliver construction documents for all signing and pavement markings required for the project. 2.7 Signalization (Activities 21 & 22) Intersections: Not applicable. Traffic Data Collection: Not applicable. Traffic Studies: Not applicable. Count Stations: Not applicable. Traffic Monitoring Sites: Not applicable. 2.8 Lighting (Activities 23 & 24): Not applicable. 2.9 Landscape Architecture (Activities 25 & 26): Not applicable. 2.10 Survey (Activity 27) Design Survey: The CONSULTANT shall provide all survey services necessary for the project. Subsurface Utility Exploration: The CONSULTANT is responsible for designating all utilities within the project limits. Right of Way Survey: The CONSULTANT is responsible for all Right of Way Surveys and defining all official County maintained right of ways necessary for the project. 2.11 Photogrammetry (Activity 28): Not applicable. RFP: 16-7011 2 PROJECT DESCRIPTION A-12 2.12 Mapping (Activity 29) Control Survey Map: The CONSULTANT is responsible for all Control Survey Maps necessary for the project. Right of Way Map: The CONSULTANT is responsible for all Right of Way Maps and Technical Memorandums for right of way acquisitions necessa ry for the project. Legal Descriptions: The CONSULTANT is responsible for all Legal Descriptions necessary for the project. Maintenance Map: As required. Miscellaneous Items: As required. 2.13 Terrestrial Mobile LiDAR (Activity 30): Not applicable. 2.14 Architecture (Activity 31): Not applicable. 2.15 Noise Barriers (Activity 32): Not applicable. 2.16 Intelligent Transportation Systems (Activities 33 & 34): Not applicable. 2.17 Geotechnical (Activity 35) The CONSULTANT shall be responsible for all necessa ry geotechnical activities associated with/required for this project. 2.18 Project Schedule Within ten (10) days after the Notice-To-Proceed, and prior to the CONSULTANT beginning work, the CONSULTANT shall provide a detailed project activity/event schedule for COUNTY and CONSULTANT scheduled activities required to meet the current COUNTY Production Date. The schedule shall be based upon the durations and schedule negotiated during the project staff hour negotiations process. The CONSULTANT shall allow for a four (4) week review time for each phase submittal and any other submittals as appropriate. The schedule shall indicate all required submittals. All fees and price proposals are to be based on the negotiated schedule for final construction contract documents. Periodically, throughout the life of the contract, the project schedule and payout reports shall be reviewed as requested by the COUNTY and, with the approval of the COUNTY, adjusted as necessary to incorporate changes in the Scope of Services and progress to date. RFP: 16-7011 2 PROJECT DESCRIPTION A-13 The approved schedule and schedule status report, along with progress and payout reports, shall be submitted with the monthly progress report or as requested by the COUNTY. The schedule shall be submitted in a COUNTY system-compatible format. 2.19 Submittals The CONSULTANT shall furnish construction contract documents as required by the COUNTY to adequately control, coordinate, and approve the work concepts. The CONSULTANT shall distribute submittals as directed by the COUNTY. 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 Plans Preparation Manual unless otherwise directed by the COUNTY in writing. BDR submittal shall be an independent submittal prior to the Phase I (30%) submittal. All documents shall be digitally sealed in accordance with the latest editions of the FDOT Plans Preparation Manual and FDOT CADD Manual unless otherwise directed by the COUNTY in writing. Each submittal shall include one (1) digital copy of all documents required for the submittal as defined herein. Method of delivery must be preapproved by the COUNTY. In addition to the delivery of the files produced during the course of project development, the COUNTY requires the inclusion of Engineering Data files (prepared by or for the CONSULTANT) for critical geometrics in the design. These can include the alignments, profiles, cross sections, surfaces, etce tera necessary to create the corridor model(s). Critical roadway geometric items, such as the centerlines and profiles of the proposed mainline, side streets, special ditches, and utilities, must be included. These Engineering Data files are considered “Project Documents” as defined in the contract and shall be provided when requested by the COUNTY. 2.20 Provisions for Work All work shall be prepared with English units in accordance with the latest editions of standards and requirements utilized by the FDOT and the COUNTY which include, but are not limited to, publications such as:  General o Title 29, Part 1910, Standard 1910.1001, Code of Federal Regulations RFP: 16-7011 2 PROJECT DESCRIPTION A-14 (29 C.F.R. 1910.1001) – Asbestos Standard for Industry, U.S. Occupational Safety and Health Administration (OSHA) o 29 C.F.R. 1926.1101 – Asbestos Standard for Construction, OSHA o 40 C.F.R. 61, Subpart M - National Emission Standard for Hazardous Air Pollutants (NESHAP), Environmental Protection Agency (EPA) o 40 C.F.R. 763, Subpart E – Asbestos-Containing Materials in Schools, EPA o 40 C.F.R. 763, Subpart G – Asbestos Worker Protection, EPA o Americans with Disabilities Act (ADA) Standards for Accessible Design o AASHTO – A Policy on Design Standards Interstate System o AASHTO – Roadside Design Guide o AASHTO – Roadway Lighting Design Guide o AASHTO – A Policy for Geometric Design of Highways and Streets o AASHTO – Highway Safety Manual o Rule Chapter 5J-17, Florida Administrative Code (F.A.C.), Minimum Technical Standards for Professional Surveyors and Mappers o Chapter 469, Florida Statutes (F.S.) – Asbestos Abatement o Rule Chapter 62-257, F.A.C., Asbestos Program o Rule Chapter 62-302, F.A.C., Surface Water Quality Standards o Code of Federal Regulations (C.F.R.) o Florida Administrative Codes (F.A.C.) o Chapters 20, 120, 215, 455, Florida Statutes (F.S.) – Florida COUNTY of Business & Professional Regulations Rules o Florida COUNTY of Environmental Protection Rules o FDOT Basis of Estimates Manual o FDOT Computer Aided Design and Drafting (CADD) Manual o FDOT Design Standards o FDOT Flexible Pavement Design Manual o FDOT - Florida Roundabout Guide o FDOT Handbook for Preparation of Specifications Package o FDOT Instructions for Design Standards o FDOT Instructions for Structures Related Design Standards o FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (“Florida Greenbook”) o FDOT Materials Manual o FDOT Pavement Type Selection Manual o FDOT Plans Preparation Manual o FDOT Procedures and Policies o FDOT Project Development and Environmental Manual o FDOT Project Traffic Forecasting Handbook o FDOT Public Involvement Handbook o FDOT Rigid Pavement Design Manual o FDOT Standard Specifications for Road and Bridge Construction o FDOT Utility Accommodation Manual o Federal Highway Administration (FHWA) - Manual on Uniform Traffic Control Devices (MUTCD) RFP: 16-7011 2 PROJECT DESCRIPTION A-15 o FHWA – National Cooperative Highway Research Program (NCHRP) Report 672, Roundabouts: An Informational Guide o FHWA Roadway Construction Noise Model (RCNM) and Guideline Handbook o Florida Fish and Wildlife Conservation Commission - Standard Manatee Construction Conditions 2005 o Florida Statutes (F.S.) o Florida’s Level of Service Standards and Guidelines Manual for Planning o Model Guide Specifications – Asbestos Abatement and Management in Buildings, National Institute for Building Sciences (NIBS) o Quality Assurance Guidelines o Safety Standards o Any special instructions from the COUNTY  Roadway o FDOT – Florida Intersection Design Guide o FDOT - Project Traffic Forecasting Handbook o FDOT - Quality/Level of Service Handbook o Florida’s Level of Service Standards and Highway Capacity Analysis for the SHS o Transportation Research Board (TRB) - Highway Capacity Manual  Permits o Chapter 373, F.S. – Water Resources o US Fish and Wildlife Service Endangered Species Programs o Florida Fish and Wildlife Conservation Commission Protected Wildlife Permits o Bridge Permit Application Guide, COMDTPUB P16591.3C o Building Permit  Drainage o FDOT Bridge Hydraulics Handbook o FDOT Culvert Handbook o FDOT Drainage Manual o FDOT Erosion and Sediment Control Manual o FDOT Exfiltration Handbook o FDOT Hydrology Handbook o FDOT Open Channel Handbook o FDOT Optional Pipe Materials Handbook o FDOT Storm Drain Handbook o FDOT Stormwater Management Facility Handbook o FDOT Temporary Drainage Handbook o FDOT Drainage Connection Permit Handbook o FDOT Bridge Scour Manual  Survey and Mapping RFP: 16-7011 2 PROJECT DESCRIPTION A-16 o All applicable Florida Statutes and Administrative Codes o Applicable Rules, Guidelines Codes and authorities of other Municipal, County, State and Federal Agencies. o FDOT Aerial Surveying Standards for Transportation Projects Topic 550-020-002 o FDOT Right of Way Mapping Handbook o FDOT Surveying Procedure Topic 550-030-101 o Florida COUNTY of Transportation Right of Way Procedures Manual o Florida COUNTY of Transportation Surveying Handbook o Right of Way Mapping Procedure 550-030-015  Traffic Engineering and Operations and ITS o AASHTO - An Information Guide for Highway Lighting o AASHTO - Guide for Development of Bicycle Facilities o FHWA Standard Highway Signs Manual o FDOT Manual on Uniform Traffic Studies (MUTS) o FDOT Median Handbook o FDOT Traffic Engineering Manual o National Electric Safety Code o National Electrical Code  Florida’s Turnpike Enterprise o Florida’s Turnpike Plans Preparation and Practices Handbook (TPPPH) o Florida’s Turnpike Lane Closure Policy o Florida’s Turnpike Drainage Manual Supplement o Rigid Pavement Design Guide for Toll Locations with Electronic Toll Collection o Flexible Pavement Design Guide for Toll Locations with Electronic Toll Collection o Florida’s Turnpike General Tolling Requirements (GTR) o Additional Florida’s Turnpike Enterprise standards, guides, and policies for design and construction can be found on the FTE Design Website: http://design.floridasturnpike.com  Traffic Monitoring o American Institute of Steel Construction (AISC) Manual of Steel Construction, referred to as “AISC Specifications” o American National Standards Institute (ANSI) RP-8-00 Recommended Practice for Roadway Lighting o AASHTO AWS D1.1/ANSI Structural Welding Code – Steel o AASHTO D1.5/AWS D1.5 Bridge Welding Code o FHWA Traffic Detector Handbook o FDOT General Interest Roadway Data Procedure o FHWA Traffic Monitoring Guide o FDOT’s Traffic/Polling Equipment Procedures RFP: 16-7011 2 PROJECT DESCRIPTION A-17  Structures o AASHTO Load and Resistance Factor Design (LRFD) Bridge Design Specifications and Interims o AASHTO LRFD Movable Highway Bridge Design Specifications and Interims o AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals, and Interims. o AASHTO/-AWS-D1. 5M/D1.5: An American National Standard Bridge Welding Code o AASHTO Guide Specifications for Structural Design of Sound Barriers o AASHTO Manual for Condition Evaluation and Load and Resistance Factor Rating (LRFR) of Highway Bridges o FDOT Bridge Load Rating Manual o FDOT Structures Manual o FDOT Structures Design Bulletins (available on FDOT Structures web site only)  Geotechnical o FHWA Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Specifications o Manual of Florida Sampling and Testing Methods o Soils and Foundation Handbook  Landscape Architecture o Florida COUNTY of Agriculture and Consumer Services Grades and Standards for Nursery Plants  Architectural o Building Codes o Florida Building Code:  Building  Fuel Gas  Mechanical  Plumbing  Existing Building o Florida Accessibility Code for Building Construction o Rule Chapter 60D, F.A.C., Division of Building Construction o Chapter 553, F.S. – Building Construction Standards o ANSI A117.1 2003 Accessible and Usable Building and Facilities o Titles II and III, Americans With Disabilities Act (ADA), Public Law 101- 336; and the ADA Accessibility Guidelines (ADAAG)  Architectural – Fire Codes and Rules o National Fire Protection Association (NFPA) - Life Safety Code o NFPA 70 - National Electrical Code RFP: 16-7011 2 PROJECT DESCRIPTION A-18 o NFPA 101 - Life Safety Code o NFPA 10 - Standard for Portable Fire Extinguishers o NFPA 11 - Standard for Low-Expansion Foam Systems o NFPA 11A - Standard for High- and Medium-Expansion Foam Systems o NFPA 12 - Standard for Carbon Dioxide Extinguishing Systems o NFPA 13 - Installation of Sprinkler Systems o NFPA 30 - Flammable and Combustible Liquids Code o NFPA 54 - National Gas Fuel Code o NFPA 58 - LP-Gas Code o Florida Fire Prevention Code as adopted by the State Fire Marshal – Consult with the Florida State Fire Marshal’s office for other frequently used codes.  Architectural – Extinguishing Systems o NFPA 10 - Fire Extinguishers o NFPA 13 - Sprinkler o NFPA 14 - Standpipe and Hose System o NFPA 17 - Dry Chemical o NFPA 20 - Centrifugal Fire Pump o NFPA 24 - Private Fire Service Mains o NFPA 200 - Standard on Clean Agent Fire Extinguishing Systems  Architectural – Detection and Fire Alarm Systems o NFPA 70 - Electrical Code o NFPA 72 - Standard for the Installation, Maintenance and Use of Local Protective Signaling Systems o NFPA 72E - Automatic Fire Detectors o NFPA 72G - Installation, Maintenance, and Use of Notification Appliances o NFPA 72H -Testing Procedures for Remote Station and Proprietary Systems o NFPA 74 - Household Fire Warning Equipment o NFPA 75 - Protection of Electronic Computer Equipment  Architectural – Mechanical Systems o NFPA 90A - Air Conditioning and Ventilating Systems o NFPA 92A - Smoke Control Systems o NFPA 96 - Removal of Smoke and Grease-Laden Vapors from Commercial Cooking Equipment o NFPA 204M - Smoke and Heating Venting  Architectural – Miscellaneous Systems o NFPA 45 - Laboratories Using Chemicals o NFPA 80 - Fire Doors and Windows o NFPA 88A - Parking Structures o NFPA 105- Smoke and Draft-control Door Assemblies RFP: 16-7011 2 PROJECT DESCRIPTION A-19 o NFPA 110 - Emergency and Standby Power Systems o NFPA 220 - Types of Building Construction o NFPA 241 - Safeguard Construction, Alteration, and Operations o Rule Chapter 69A-47, F.A.C., Uniform Fire Safety For Elevators o Rule Chapter 69A-51, F.A.C., Boiler Safety  Architectural – Energy Conservation o Rule Chapter 60D-4, F.A.C., Rules For Construction and Leasing of State Buildings To Insure Energy Conservation o Section 255.255, F.S., Life-Cycle Costs  Architectural – Elevators o Rule Chapter 61C-5, F.A.C., Florida Elevator Safety Code o ASME A-17.1, Safety Code for Elevators and Escalators o Architectural – Floodplain Management Criteria o Section 255.25, F.S., Approval Required Prior to Construction or Lease of Buildings o Rules of the Federal Emergency Management Agency (FEMA)  Architectural – Other o Rule Chapter 64E-6, F.A.C., Standards for On Site Sewage Disposal Systems (Septic Tanks) o Rule Chapter 62-600, F.A.C., Domestic Wastewater Facilities o Rule Chapter 62-761, F.A.C., Underground Storage Tank Systems o American Concrete Institute o American Institute of Architects - Architect’s Handbook of Professional Practice o American Society for Testing and Materials - ASTM Standards o Brick Institute of America o DMS - Standards for Design of State Facilities o Florida Concrete Products Association o FDOT – ADA/Accessibility Procedure o FDOT – Building Code Compliance Procedure o FDOT – Design Build Procurement and Administration o LEED (Leadership in Energy and Environmental Design) Green Building Rating System o National Concrete Masonry Association o National Electrical Code o Portland Cement Association - Concrete Masonry Handbook o United State Green Building Council (USGBC) 2.21 Services to be Performed by the COUNTY when appropriate and /or available, the COUNTY will provide project data/services including:  General COUNTY guidelines to be used in the fulfillment of this contract.  Signatures on project related application forms.  Letters of authorization designating the CONSULTANT as an agent of the COUNTY. RFP: 16-7011 2 PROJECT DESCRIPTION A-20  Fees associated with permit submittals.  Project submittal reviews.  Any applicable project related information/data that the COUNTY is aware of.  COUNTY standards.  Rights of entry authorization for COUNTY properties within the project limits.  Front-end construction document sections required for bidding and construction. RFP: 16-7011 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-21 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). 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. Cost Estimates: The CONSULTANT shall be responsible for producing a construction cost estimate and reviewing and updating the cost estimate when scope changes occur and/or at milestones of the project. 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 the workbook of implemented modifications. A Technical Special Provision shall not modify the first nine sections of the Standard Specifications and implemented modifications in any way. All modifications to other sections must be justif ied to the COUNTY to be included in the project's specifications package. The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment. Proposed Technical Special Provisions will be submitted to the COUNTY. See Section 3.3 for details. Final Technical Special Provisions shall be digitally signed and sealed in accordance with applicable Florida Statutes. The CONSULTANT shall contact the COUNTY for details of the current format to be used before starting preparations of Technical Special Provisions. Field Reviews: The CONSULTANT shall make as many trips to the project site as required to obtain necessary data for all elements of the project. 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/or Agency staff, between disciplines and subconsultants, such as access management meetings, pavement de sign meetings, local governments, railroads, airports, progress review meetings (phase review), and miscellaneous meetings. The CONSULTANT shall prepare, and submit to the COUNTY’s Project Manager for review, the meeting minutes for all meetings attended by them. The meeting minutes are due within five (5) working days of attending the meeting. Quality Assurance/Quality Control: It is the intention of the COUNTY that design CONSULTANTS, including their subconsultant(s), are held responsible for their RFP: 16-7011 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-22 work, including plans review. The purpose of CONSULTANT plan reviews is to ensure that CONSULTANT plans follow the plan preparation procedures outlined in the Plans Preparation Manual, that state and federal design criteria are followed with the COUNTY concept, and that the CONSULTANT submittals are complete. All subconsultant document submittals shall be submitted by the subconsultant directly to the CONSULTANT for their independent Quality Assurance/Quality Control review and subsequent submittal to the COUNTY. It is the CONSULTANT's responsibility to independently and continually QC their plans and other deliverables. The CONSULTANT should regularly communicate with the COUNTY's Design Project Manager to discuss and resolve issues or solicit opinions from those within designated areas of expertise. 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 and their subcon sultant(s) 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 par t of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan shall be one specifically designed for this project. The CONSULTANT shall submit a Quality Control Plan for approval within twenty (20) business days of the written Notice to Proceed and it shall be signed by the CONSULTANT’s Project Manager and the CONSULTANT’s QC Manager. The Quality Control Plan shall include the names of the CONSULTANT’s staff that will perform the quality control reviews. The Quality Control reviewer shall be a Florida Licensed Professional Engineer fully prequalified under F.A.C. 14 -75 in the work type being reviewed. A marked up set of prints from a Quality Control Review indicating the reviewers for each component (structures, roadway, drainage, signals, geotechnical, signing and marking, lighting, surveys, etc.) and a written resolution of comments on a point-by-point basis will be required, if requested by the COUNTY, with each phase submittal. The responsible Professional Engineer, Landscape Architect, or Professional Surveyor & Mapper that performed the Quality Control review will sign a statement certifying that the review was conducted and found to meet 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/Value Engineering: Value Engineering/Independent Peer Review services will be conducted by an independent consultant for this project. Please see section 3.5 for details. RFP: 16-7011 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-23 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 Public involvement includes communicating to all interested persons, groups, and government organizations information regarding the development of the project. The CONSULTANT shall prepare for and attend up to three (3) public meetings as directed by the COUNTY. Public need will heavily influence construction schedule, construction phasing and maintenance of traffic for the project defined herein. The CONSULTANT shall develop coordinated project solutions that will maintain necessary public access during construction. The first public meeting will be scheduled early in the design process, preferably prior to the first design submittal. The goal of the first public meeting will be to introduce the project to the public and receive feedback with a primary goal of determining public access needs for the project during construction. The second public meeting will be scheduled for approximately the Phase II (60%) design phase. The final public meeting will be scheduled at the construction kickoff stage. The CONSULTANT shall process the public information received, discuss the results and integrate the needs of the public into the project while being mindful of economic feasibility and the needs of the project defined herein. The CONSULTANT will be expected to develop and provide all necessary exhibits for the public meetings. The COUNTY shall be responsible for all news/press releases. 3.1.1 Community Awareness Plan As required. RFP: 16-7011 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-24 3.1.2 Notifications If applicable, the CONSULTANT shall provide notifications as required. The CONSULTANT shall notify and coordinate with the COUNTY’s Project Manager prior to sending notifications. 3.1.3 Preparing Mailing Lists As required. 3.1.4 Median Modification Letters As required. 3.1.5 Driveway Modification Letters If applicable, The CONSULTANT shall prepare driveway modification letters to be sent to property owners. In addition, the CONSULTANT shall prepare a sketch of each proposed driveway modification for inclusion in the letter. The letters will be sent on COUNTY letterh ead. The CONSULTANT shall notify and coordinate with the COUNTY’s Project Manager prior to sending letters. 3.1.6 Newsletters As required. 3.1.7 Renderings and Fly-Throughs As required. 3.1.8 PowerPoint Presentations As required. 3.1.9 Public Meeting Preparations The CONSULTANT shall prepare the necessary materials for use in public meetings. Including but not limited to all graphics, maps, displays, etcetera. Drafts of all Public Involvement documents shall be submitted to the COUNTY for review and approval at least 14 business days prior to printing and/or distribution 3.1.10 Public Meeting Attendance and Follow-up The CONSULTANT shall attend public meeting(s), assist with meeting setup and take down. The CONSULTANT will attend the meetings with an appropriate number of personnel to assist the COUNTY'S Project Manager. RFP: 16-7011 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-25 It is estimated for this project there will be three (3) public meetings. The CONSULTANT shall assist the COUNTY in responding to public comments and questions. 3.1.11 Other Agency Meetings As required. 3.1.12 Web Site Not applicable. 3.2 Joint Project Agreements Not applicable. 3.3 Specifications Package Preparation The CONSULTANT shall prepare and provide a specifications package in accordance with the FDOT’s Handbook for the Preparat ion of Specification Packages and associated training. The CONSULTANT shall provide the COUNTY names of at least one team member who has successfully completed the Specifications Package Preparation Training and will be responsible for preparing the Specifications Package for the project. The Specifications Package shall be prepared using the FDOT's Specs on the Web application. The CONSULTANT shall be able to document that the procedure defined in the Handbook for the Preparation of Specifications Packages is followed, which includes the quality assurance/quality control procedures. 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 to the COUNTY (digitally) at least 90 days prior to the contract package. This submittal does not require signing and sealing and shall be coordinated through the COUNTY’s Project Manager. The CONSULTANT shall coordinate with the COUNTY on the submittal requirements, but at a minimum shall consist of (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 (latest version if final plans are not available). Final submittal of the specifications package must occur at least 20 working days prior to the contract package. This submittal shall be digitally signed, dated, and sealed in accordance with applicable Florida Statutes. 3.4 Contract Maintenance and Electronic Document Management Contract maintenance includes project management effort for complete RFP: 16-7011 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-26 setup and maintenance of files, developing monthly progress reports, schedule updates, work effort to develop and execute subconsultant agreements, etc. 3.5 Value Engineering (Multi-Discipline Team) Review The Value Engineering / Independent Peer reviews will be conducted by multi-disciplined teams of personnel from an independent consultant under contract with the COUNTY. The primary intent of these reviews will be to improving the value of the project to the maximum extent possible. Improving value shall be defined as minimizing the overall cost of construction while maintaining quality and minimizing the impacts on the public. Each review shall ensure the design documents meet the FDOT PPM, FDOT Design Guidelines, FDOT and COUNTY Design Standards, FDOT CADD Manual, all applicable codes, etcetera and that each project can be constructed and paid for as designed. The CONSULTANT shall participate, as described herein, in full reviews at the: BDR, Phase I (30%), Phase II (60%), and Phase III (90%). The CONSULTANT shall also participate, as described herein, in a final review at the Phase IV (100%) submittal for the purpose of verifying that all previous review comments have been addressed adequately. The CONSULTANT shall develop the design and contract documents using sound value engineering practices to the fullest extent possible, in order to support appropriate design decisions in producing the contract documents for the most efficient and economical design. Each phase/percent submittal to the COUNTY will be forwarded to the assigned review team for evaluation and comment. Additional information may be requested by the review team after the submittal that may be necessary to complete their review. The Project Cost Estimate provided with each submittal shall include a tabulation of estimated construction costs for the proposed design. This list shall, at a minimum, contain a breakdown of costs for each major element of the design. After the review team’s comments are compiled, The CONSULTANT’s Project Manager and other key members of the design team shall meet with the reviewing consultant and the COUNTY to discuss and add ress any comments. The CONSULTANT will attend all review meetings. Review meetings up to RFP: 16-7011 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-27 and including the Phase II (60%) submittal will be in person at the COUNTY’s Transportation Engineering Facility. Review meetings after the Phase II (60%) submittal may be conducted in person at the COUNTY’s Transportation Engineering Facility, via phone or through email communications at the COUNTY’s discretion based on need and project progress. The CONSULTANT shall be prepared to discuss all criteria and weighted impacts used in arriving at decisions for the selection of specific design features. These criteria must include Safety, Operation, Maintenance and Public Acceptance. All meetings may be followed up with additional meetings, written communications and phone enquiries as necessary to finalize comments and coordinate efforts. 3.6 Prime Consultant Project Manager Meetings Includes only the Prime Consultant Project Manager's time for travel and attendance at Activity Technical Meetings and other meetings listed in the meeting summary for Task 3.6 on tab 3 Project General Task of the staff hour forms. Staff hours for other personnel attending Activity Technical Meetings are included in the meeting task for that specific Activity. 3.7 Plans Update The effort needed for Plans Update services will vary based on availability of funds for construction and duration of time spent "on the shelf". The CONSULTANT shall provide Plans Update services at the request of the COUNTY as an Optional Service. 3.8 Post Design Services Post Design Services may include, but is not limited to, meetings, construction assistance, plans revisions, shop drawing review, survey services, as-built drawings, and load ratings. Post Design Services are not intended for instances of CONSULTANT errors and/or omissions. 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 electronic media, as determined by the COUNTY. Please see Section 2.19 for details. 3.10 Risk Assessment Workshop RFP: 16-7011 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-28 Not applicable. 3.11 Railroad, Transit and/or Airport Coordination Not applicable. 3.12 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. RFP: 16-7011 4 ROADWAY ANALYSIS A-29 4 ROADWAY ANALYSIS The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable manuals, guidelines, sta ndards, handbooks, procedures, and current design memorandums. 4.1 Typical Section Package The CONSULTANT shall provide the proposed Typical Sections to the COUNTY for review and concurrence as part of the BDR submittal. The CONSULTANT shall obtain approval of the Typical Sections prior to proceeding to the Phase I (30%) design. 4.2 Pavement Type Selection Report Pavement Type Selection Reports are required for every project one mile or greater in length where work includes a modification to the base materials. The Pavement Type Selection decision will again be reviewed by the COUNTY at the time the pavement is designed to warrant reconsideration. A letter to the Project Design File documenting the pavement type decision is required, even if no report is performed. 4.3 Pavement Design Package The CONSULTANT shall provide the pavement design package to the COUNTY for review and concurrence as part of the Phase I (30%) submittal. The CONSULTANT shall obtain approval of the pavement design prior to proceeding to the Phase II (60%) design. 4.4 Cross-Slope Correction The CONSULTANT shall coordinate with the COUNTY to obtain existing cross slope data if available, determine roadway limits where cross slope is potentially out of tolerance and determine a resolution. 4.5 Horizontal/Vertical Master Design Files The CONSULTANT shall design the geometrics using the design standards that are most appropriate with proper consideration given to the design traffic volumes, design speed, capacity and levels of service, functional classification, adjacent land use, design consistency and driver expectancy, aesthetics, pedestrian and bicycle concerns, ADA requirements, elder road user policy, access management, PD&E documents and scope of work. The CONSULTANT shall also develop utility conflict information to be provided to project Utility Coordinator in the format approved by the COUNTY, and shall review Utility Work Schedules. 4.6 Access Management RFP: 16-7011 4 ROADWAY ANALYSIS A-30 The CONSULTANT shall incorporate access management standards for each project in coordination with COUNTY staff. The CONSULTANT shall review adopted access management standards and the existing access conditions (interchange spacing, signalized intersection spacing, median opening spacing, and connection spacing). Median openings that will be closed, relocated, or substantially altered shall be shown on plan sheets and submitted with supporting documentation for review with the first plans submittal. 4.7 Roundabout Evaluation Not applicable. 4.8 Roundabout Final Design Analysis Not applicable. 4.9 Cross Section Design Files The CONSULTANT shall establish and develop cross section design files in accordance with the CADD manual. 4.10 Traffic Control Analysis The CONSULTANT shall design a safe and effective Traffic Control Plan to move vehicular and pedestrian traffic during all ph ases of construction. The design shall include construction phasing of roadways ingress and egress to existing property owners and businesses, routing, signing and pavement markings, and detour quantity tabulations, roadway pavement, drainage structures, ditches, front slopes, back slopes, drop offs within clear zone, and traffic monitoring sites. Special consideration shall be given to the construction of the drainage system when developing the construction phases. Positive drainage must be maintained at all times. The CONSULTANT shall investigate the need for temporary traffic signals, temporary lighting, alternate detour roads, 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 and the FDOT. Before proceeding with the Traffic Control Plan, the CONSULTANT shall meet with the appropriate COUNTY personnel. The purpose of this meeting is to provide information to the CONSULTANT th at will better coordinate the Preliminary and Final Traffic Control Plan efforts. The CONSULTANT shall consider the local impact of any lane closures or alternate routes. When the need to close a road is identified during this analysis, the CONSULTANT shall notify the COUNTY's Project Manager as soon as possible. Proposed road closings must be reviewed and approved by the COUNTY. Diligence shall be used to minimize negative impacts by appropriate specifications, recommendations or plans development. Loc al RFP: 16-7011 4 ROADWAY ANALYSIS A-31 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 county highways. Traffic Control Plans shall follow the COUNTY’s Maintenance of Traffic Policy as applicable. 4.11 Master TCP Design Files The CONSULTANT shall develop master Traffic Control Plan (TCP) files showing each phase of the Traffic Control Plan. 4.12 Design Variations and Exceptions If available, the COUNTY shall furnish the Variation/Exception Report. The CONSULTANT shall prepare the documentation necessary to gain COUNTY approval of all appropriate Design Variations and/or Design Exceptions before the first submittal. 4.13 Design Report The CONSULTANT shall prepare all applicable report(s) as listed in the Project Description section of this scope and as required. The CONSULTANT shall submit to the COUNTY design notes, data, and calculations to document the design conclusions reached during the development of the contract plans. 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 prepare the Engineer’s Estimate of Probable Cost and provide with each phase/percent submittal. The Engineer’s Estimate of Probable Cost shall be adjusted at each submittal to be maintained until final submittal. 4.16 Technical Special Provisions 4.17 Other Roadway Analyses 4.18 Field Reviews 4.19 Monitor Existing Structures RFP: 16-7011 4 ROADWAY ANALYSIS A-32 The CONSULTANT shall perform field observations to identify existing structures within the project limits which may require settlement, vibration or groundwater monitoring by the contractor during construction in accordance with PPM Volume I Chapter 34. The CONSULTANT shall coordinate with and assist the geotechnical engineer and/or structural engineer (when applicable) to identify those structures and develop mitigation strategies. The CONSULTANT shall identify the necessary pay items to be included in the bid documents to monitor existing structures. 4.20 Technical Meetings 4.21 Quality Assurance/Quality Control 4.22 Independent Peer Review 4.23 Supervision 4.24 Coordination RFP: 16-7011 5 ROADWAY PLANS A-33 5 ROADWAY PLANS The CONSULTANT shall prepare Roadway, Traffic Control, Utility Adjustment Sheets, plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 5.1 Key Sheet 5.2 Summary of Pay Items Including Quantity Input 5.3 Typical Section Sheets 5.3.1 Typical Sections 5.3.2 Typical Section Details 5.4 General Notes/Pay Item Notes 5.5 Summary of Quantities Sheets 5.6 Project Layout 5.7 Plan/Profile Sheet 5.8 Profile Sheet 5.9 Plan Sheet 5.10 Special Profile 5.11 Back-of-Sidewalk Profile Sheet 5.12 Interchange Layout Sheet 5.13 Ramp Terminal Details (Plan View) 5.14 Intersection Layout Details 5.15 Special Details 5.16 Cross-Section Pattern Sheet(s) 5.17 Roadway Soil Survey Sheet(s) 5.18 Cross Sections 5.19 Temporary Traffic Control Plan Sheets RFP: 16-7011 5 ROADWAY PLANS A-34 5.20 Temporary Traffic Control Cross Section Sheets 5.21 Temporary Traffic Control Detail Sheets 5.22 Utility Adjustment Sheets 5.23 Selective Clearing and Grubbing Sheet(s) 5.24 Project Network Control Sheet(s) 5.25 Environmental Detail Sheets Preparation of detail sheets for potential environmental issues suc h as, underground fuel tanks and monitoring wells, septic tanks within the proposed right of way. All piping and pumps in association with the above referenced issues shall also be located and identified by the survey. The CONSULTANT shall relay to the COUNTY any findings of contaminated soil, monitoring wells, or any features (particularly springs or sinks) relating to contamination or hazardous material. Coordination with Permits/Environmental staff and preparing Dredge & Fill Detail sheets where applicable. 5.26 Utility Verification Sheet(s) (SUE Data) 5.27 Quality Assurance/Quality Control 5.28 Supervision RFP: 16-7011 6 DRAINAGE ANALYSIS A-35 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 has the responsibility for determining the need, appropriate locations and sizes for all necessary water management facilities, and drainage outfalls. The CONSULTANT shall coordinate fully with the appropriate permitting agencies and the COUNTY’s staff. All activities and submittals should be coordinated through the COUNTY’s Project Manager. The work will include the engin eering analyses for any or all of the following: 6a.1 Drainage Map Hydrology Accurately delineate drainage basin boundaries to be used in defining the system hydrology. Basin delineation shall incorporate existing survey and/or LiDAR and shall be supplemented, as necessary, with other appropriate data sources (such as permitted site plans) and field observations. Basin delineations shall also include any existing collection systems in a logical manner to aid in the development of the hydraulic model. Prepare the Drainage Maps in accordance with the Plans Preparation Manual. 6a.2 Base Clearance Report Analyze, determine, and document high water elevations per basin which will be used to set roadway profile grade and roadway materials. Determine surface water elevations at cross drains, floodplains, outfalls and adjacent stormwater ponds. Determine groundwater elevations at intervals between the above-mentioned surface waters. Document findings in a Base Clearance Report. 6a.3 Pond Siting Analysis and Report Evaluate pond sites using a preliminary hydrologic analysis. Document the results and coordination for all of the project's pond site analyses. The Drainage Manual provides specific documentation requirements. 6a.4 Design of Cross Drains Analyze the hydraulic design and performance of cross drains. Check existing cross drains to determine if they are structurally sound and can be extended. Document the design as required. Determine and provide flood RFP: 16-7011 6 DRAINAGE ANALYSIS A-36 data as required. 6a.5 Design of Ditches Design roadway conveyance and outfall ditches. This task includes capacity calculations, longitudinal grade adjustments, flow changes, additional adjustments for ditch convergences, selection of suitable channel lining, design of side drain pipes, and documentation. (Design of linear stormwater management facilities in separate task.) 6a.6 Design of Stormwater Management Facility (Offsite or Infield Pond) Design stormwater management facilities to meet requirements for stormwater quality treatment and attenuation. Develop proposed pond layout (contributing drainage basin, shape, contours, slopes, volumes, tie -ins, etc.), perform routing, pollutant loading calculations, recovery calculations, design the outlet control structure and buoyancy calculations for pond liners wh en necessary. 6a.7 Design of Stormwater Management Facility (Roadside Ditch as Linear Pond) Design stormwater management facilities to meet requirements for stormwater quality treatment and attenuation. Develop proposed pond layout (contributing drainage basin, shape, contours, slopes, volumes, tie-ins, etc.), perform routing, pollutant loading calculations, recovery calculations and design the outlet control structure. 6a.8 Design of Floodplain Compensation Determine floodplain encroachments, coordinate with regulatory agencies, and develop proposed compensation area layout (shape, contours, slopes, volumes, etc.). Document the design following the requirements of the regulatory agency. 6a.9 Design of Storm Drains Develop a “working drainage map”, determine runoff, inlet locations, and spread. Calculate hydraulic losses (friction, utility conflict and, if necessary, minor losses). Determine design tailwater and, if necessary, outlet scour protection. 6a.10 Optional Culvert Material Determine acceptable options for pipe materials using the Culvert Service Life Estimator. 6a.11 French Drain Systems RFP: 16-7011 6 DRAINAGE ANALYSIS A-37 Design French Drain Systems to provide stormwater treatment and attenuation. Identify location for percolation tests and review these, determine the size and length of French Drains, design the control structure/weir, and model the system of inlets, conveyances, French Drains, and other outfalls using a routing program. 6a.12 Drainage Wells Design the discharge into deep wells to comply with regulatory requirements. Identify the location of the well, design the control structure/weir, and model the system using a routing program. 6a.13 Drainage Design Documentation Report Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and decisions, except for stand-alone reports, such as the Pond Siting Analysis Report and Bridge Hydraulics Report. 6a.14 Bridge Hydraulic Report Calculate hydrology, hydraulics, deck drainage, scour, and appropria te counter measures. Prepare report and the information for the Bridge Hydraulics Recommendation Sheet. 6a.15 Temporary Drainage Analysis Evaluate and address drainage to adequately drain the road and maintain existing offsite drainage during all construction phases. Provide documentation. 6a.16 Cost Estimate 6a.17 Technical Special Provisions 6a.18 Other Drainage Analysis 6a.19 Field Reviews 6a.20 Technical Meetings 6a.21 Environmental Look-Around Meetings 6a.22 Quality Assurance/Quality Control 6a.23 Independent Peer Review 6a.24 Supervision RFP: 16-7011 6 DRAINAGE ANALYSIS A-38 6a.25 Coordination RFP: 16-7011 6 DRAINAGE PLANS A-39 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 6b.3 Summary of Drainage Structures 6b.4 Optional Pipe/Culvert Material 6b.5 Drainage Structure Sheet(s) (Per Structure) 6b.6 Miscellaneous Drainage Detail Sheets 6b.7 Lateral Ditch Plan/Profile 6b.8 Lateral Ditch Cross Sections 6b.9 Retention/Detention Pond Detail Sheet(s) 6b.10 Retention Pond Cross Sections 6b.11 Erosion Control Plan Sheet(s) 6b.12 SWPPP Sheet(s) 6b.13 Quality Assurance/Quality Control 6b.14 Supervision RFP: 16-7011 7 UTILITIES A-40 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 certify all utility negotiations have been completed and that arrangements have been made for utility work to be undertaken. See Section 36.8.1 for Optional Utility Relocations scope. 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 Before any contact with the UAO(s), the CONSULTANT shall meet with the COUNTY 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. 7.2 Identify Existing Utility Agency Owner(s) The CONSULTANT shall identify all utilities within and adjacent to the project limits that may be impacted by the project. 7.3 Make Utility Contacts First Contact: The CONSULTANT shall send letters and plans to each utility. Includes contact by phone for meeting coordination. Request type, size, location, easements, and cost for relocation if reimbursement is claimed. Request the voltage level for power lines in the project area. Send UAO requests for reimbursement to the COUNTY for a legal opinion. Include the meeting schedule (if applicable) and the design schedule. Include typical meeting agenda. If scheduling a meeting, give four (4) weeks advance notice. Second Contact: At a minimum of four (4) weeks prior to the meeting, the CONSULTANT shall transmit Phase II (60%) plans and the utility conflict information (when applicable and in the format preapproved by the COUNTY) to each UAO having facilities located within the project limits. Third Contact: Identify agreements and assemble packages. The CONSULTANT shall send agreements, letters, the utility conflict information (when applicable and in the format preapproved by the COUNTY) and plans to the UAO(s) including all component sets and, one (1) set to the COUNTY. RFP: 16-7011 7 UTILITIES A-41 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 Utility Exception. The CONSULTANT shall identify and communicate to the UAO any facilities in conflict with their location or project schedule. The CONSULTA NT shall assist with the processing of design exceptions 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, review the current design schedule, evaluate the utility information collected, provide follow-up information on compensable property rights from the COUNTY (as applicable), discuss the utility work by highway contractor option with each utility (as applicable), 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, optional clearing and grubbing work, and assist in the development of the UAO(s) plans and work schedules. The CONSULTANT is responsible for motivating the UAO to complete and return the necessary documents after each Utility Contact or Meeting. 7.7 Collect and Review Plans and Data from UAO(s) The CONSULTANT shall review utility marked plans and data individually as they are received for content. Ensure information from the 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 RFP: 16-7011 7 UTILITIES A-42 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. The CONSULTANT shall coordinate with the COUNTY the programming of the necessary work program fund s to compensate the UAO. 7.9 Utility Design Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a Utility meeting with all affected UAO(s). The CONSULTANT shall be prepared to discuss impacts to existing trees/landscaping and proposed landscaping, drainage, traffic signalization, maintenance of traffic (construction phasing), review the current design schedule and letting date, evaluate the utility information collected, provide follow-up information on compensable property rights from the COUNTY, discuss with each UAO the utility work by highway contractor option, discuss any future design issues that may impact utilities, etc., to the extent that they may have an effect on existing or proposed utility facilities with particular emphasis on drainage and maintenance of traffic with each UAO. The intent of this meeting shall be to assist the UAOs in identifying and resolving conflicts between utilities and proposed construction before completion of the plans, including util ity adjustment details. Also to work with the UAOs to recommend potential resolution between known utility conflicts with proposed construction plans as may be deemed practical by the UAO. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees within 3 days. See Task 4.5 (Horizontal/Vertical Master Design File) and Task 4.9 (Cross Section Design Files) for utility conflict location identification and adjustments. 7.10 Review Utility Markups & Work Schedules and Processing of Schedules & Agreements The CONSULTANT shall review utility marked up plans and work schedules as they are received for content and coordinate review with the designer. Send color markups and schedules to the appropriate COUNTY office(s) such as survey, geotechnical, drainage, structures, lighting, roadway, signals, utilities, landscape architecture, municipalities, maintaining agency, and Traffic Operations for review and comment if required by the COUNTY. Coordinate with the COUNTY for execution. Distribute Executed Final Documents. Prepare Work Order for UAO(s). The CONSULTANT shall coordinate with the COUNTY the programming of necessary 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. RFP: 16-7011 7 UTILITIES A-43 Ensure the resolution of all known conflicts. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees. This task can be applied to all phases of the project. 7.12 Utility Constructability Review The CONSULTANT shall review utility schedules against construction contract time, and phasing for compatibility. Coordinate with and obtain written concurrence from the construction office. See Task 4.9 (Cross Section Design Files) for utility conflict identification and adjustments. 7.13 Additional Utility Services The CONSULTANT shall provide additional utility services. The CONSULTANT shall, via soft-dig, pothole, or other non-destructive method, physically obtain the horizontal and vertical location, size, type, material, and condition, of all underground utilities within and surrounding all proposed foundations for signal poles, light poles, retaining walls, piles, culverts, or other critical locations where foundation construction is proposed, or as directed by the COUNTY. 7.14 Processing Utility Work by Highway Contractor (UWHC) Not applicable. 7.15 Contract Plans to UAO(s) The CONSULTANT shall transmit the contract plans as processed for letting to the UAO(s). Transmittals to UAO(s) may be by certified mail, return receipt requested. 7.16 Certification/Close-Out This includes hours for transmitting utility files to the COUNTY and preparation of the Utility Certification Letter. The CONSULTANT shall certify to the appropriate COUNTY representative the following: All utility negotiations (Full execution of each agreement, approved Utility Work Schedules, technical special provisions written, etc.) have been completed with arrangements made for utility work to be undertaken and completed as required for proper coordination with the physical construction schedule. OR An on-site inspection was made and no utility work will be involved. OR Plans were sent to the Utility Companies/Agencies and no utility work is RFP: 16-7011 7 UTILITIES A-44 required. OR A No Response letter on COUNTY letterhead, delivered to the UAO via certified mail, return receipt requested, documenting all failed attempts to obtain RGB’s, UWS or No Conflict letter from any non-responsive UAO. 7.17 Other Utilities The CONSULTANT shall provide other utility services. This includes all efforts for a utility task not covered by an existing defined task. Required work will be defined in the scope and negotiated on a case -by-case basis. RFP: 16-7011 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-45 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES The CONSULTANT shall notify the COUNTY Project Manager, and other appropriate personnel in advance of all scheduled meetings with the regulatory agencies to allow a COUNTY representative to attend. The CONSULTANT shal l copy in the Project Manager on all permit related correspondence and meetings. 8.1 Preliminary Project Research The CONSULTANT shall perform preliminary project research and shall be responsible for regulatory agency coordination to assure that design efforts are properly directed toward permit requirements. The CONSULTANT shall also review for any existing easements or other restrictions that may exist both within or proposed project boundary. The CONSULTANT shall determine if any Sovereign Submerged L ands easements need to modified or acquired. Project research may include but should not be limited to review of available federal, state, and local permit files and databases, local government information including county and property appraiser data. This information will be shown on the plans as appropriate. 8.2 Field Work 8.2.1 Pond Site Alternatives: The CONSULTANT shall review alternative pond sites as directed by the COUNTY. 8.2.2 Establish Wetland Jurisdictional Lines and Assessments: The CONSULTANT shall collect all data and information necessary to determine the boundaries of wetlands and other surface waters defined by the rules or regulations of each agency processing or reviewing a permit application necessary to construct the COUNTY project. The CONSULTANT shall be responsible for, but not limited to, the following activities:  Determine landward extent of wetlands and other surface waters as defined in Rule Chapter 62-340, F.A.C. as ratified in Section 373.4211, F.S.  Determine the jurisdictional boundaries and obtain a jurisdictional determination of wetlands and other surface waters as defined by rules or regulations of any permitting authority that is processing a COUNTY permit application.  Prepare aerial maps showing the jurisdictional boundar ies of wetlands and surface waters. Aerial maps shall be reproducible, of a scale no greater than 1”=200’ and be recent photography. The maps shall show the jurisdictional limits of each agency. Photo copies of aerials are not RFP: 16-7011 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-46 acceptable. All jurisdictional boundaries are to be tied to the project’s baseline of survey. When necessary, a wetland specific survey will be prepared by a registered surveyor and mapper.  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 impacted, size of wetland to be impacted, type of impact and identify any wetland 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 United States Army Corps of Engineers (USACE) “Wetland Determination Data Form – Atlantic and Gulf Coastal Plain Region”; the USACE “Approved Jurisdictional Determination Form”; Uniform Mitigation Assessment Method forms and/or project specific data forms. 8.2.3 Species Surveys: The CONSULTANT shall conduct wildlife surveys as defined by rules or regulations of any permitting authority that is processing a COUNTY permit. 8.2.4 Archaeological Surveys: The CONSULTANT shall conduct Archaeological field surveys as required, in accordance with Part 2, Chapter 12 of the PD&E Manual. 8.3 Agency Verification of Wetland Data The CONSULTANT shall be responsible for verif ication of wetland data identified in Section 8.2 and coordinating regulatory agency field reviews, including finalization of wetland assessments and jurisdictional determinations with applicable agencies. 8.4 Complete and Submit All Required Permit Applications The CONSULTANT shall prepare permit application packages as identified in the Project Description section. The permit application package must be approved by the COUNTY prior to submittal to the regulatory agency. The CONSULTANT shall collect all of the data and information necessary to obtain the environmental permits required to construct the project. The CONSULTANT shall prepare each permit application for COUNTY approval in accordance with the rules and/or regulations of the environmental agency responsible for issuing a specific permit and/or authorization to perform work. The CONSULTANT will submit all permit applications, as directed by the COUNTY. 8.5 Prepare Dredge and Fill Sketches (as needed) 8.6 Prepare USCG Permit RFP: 16-7011 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-47 8.7 Prepare Water Management District Right of Way Occupancy Permit 8.8 Prepare Coastal Construction Control Line (CCCL) Permit Application (as needed) If a CCCL Permit is required, the CONSULTANT shall be responsible for the preparation of the legal advertisement required to a cquire the final “Notice to Proceed” authorization for the Florida Department of Environmental Protection (FDEP). Legal advertisements shall be published one time in a newspaper that meets the notification requirements of the FDEP. 8.9 Prepare Tree Permit Information (as needed) 8.10 Mitigation Design If wetland impacts cannot be avoided, the CONSULTANT shall prepare a mitigation plan to be included as a part of the Environmental Resource Permit and or Section 404 permit applications. Prior to the development of alternatives, the CONSULTANT shall meet with the Project Manager to determine the COUNTY’s policies in proposing mitigation. The CONSULTANT shall proceed in the development of a mitigation plan based upon the general guidelines provided by the COUNTY. The CONSULTANT will be directed by the COUNTY to investigate the mitigation options that meet federal and state requirements in accordance with section 373.4137, F.S. Below are mitigation options:  Payment to DEP/WMD for mitigation services as defined in Section 373.4137, F.S.  Monetary participation in offsite regional mitigation plans  Purchase of mitigation credits from a mitigation bank  Creation/restoration on public lands  Creation/restoration on right of way purchased by the COUNTY  Creation/restoration on existing COUNTY right of way In the event that physical creation or restoration is the only feasible alternative to offset wetland impacts, the CONSULTANT shall collect all of the data and information necessary to prepare alternative mitigation plans that may be acceptable to all permitting agencies and commenting agencies who are processing or reviewing a permit application for a COUNTY project. Prior to selection of a final mitigation site, the CONSULTANT will provide the following services in the development of alternative mitigation plans:  Preliminary jurisdictional determination for each proposed site  Selection of alternative sites  Coordination of alternative sites with the COUNTY/all environmental agencies RFP: 16-7011 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-48  Written narrative listing potential sites with justifications for both recommended and non-recommended sites. 8.11 Mitigation Coordination and Meetings The CONSULTANT shall coordinate with COUNTY personnel prior to approaching any environmental permitting or reviewing 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. 8.12 Other Environmental Permits Environmental Clearances, Reevaluations and Technical Support 8.13 Technical Support to the COUNTY for Environmental Clearances and Re-evaluations 8.13.1 NEPA or SEIR Reevaluation 8.13.2 Archaeological and Historical Features 8.13.3 Wetland Impact Analysis 8.13.4 Essential Fish Habitat 8.13.5 Wildlife and Habitat Impact Analysis 8.13.6 Section 7 or Section 10 Consultation 8.14 Preparation of Environmental Clearances and Reevaluations 8.14.1 NEPA or SEIR Reevaluation 8.14.2 Archaeological and Historical Features 8.14.3 Wetland Impact Analysis 8.14.4 Essential Fish Habitat 8.14.5 Wildlife and Habitat Impact Analysis 8.14.6 Section 7 or Section 10 Consultation 8.15 Contamination Impact Analysis 8.16 Asbestos Survey The CONSULTANT shall secure the services of a Florida Licensed Asbestos Consultant to perform a comprehensive Asbestos Containing Materials RFP: 16-7011 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-49 (ACM) survey of all bridges on the project. The survey shall include sampling of all suspect ACM. In the event that ACM is found on the bridge, the CONSULTANT shall prepare (in coordination with the COUNTY’s District Asbestos Coordinator) plans, specifications, general notes, pay item notes and an Operation and Maintenance (O&M) plan for any asbestos to remain in place. The CONSULTANT shall submit four (4) hard copies and one (1) electronic copy of the final ACM survey, and the required copies of any additional supporting documents, to the COUNTY’s Project Manager and to the District Asbestos Coordinator at the time of the Phase I submittal. 8.17 Technical Meetings 8.18 Quality Assurance/Quality Control 8.19 Supervision 8.20 Coordination RFP: 16-7011 9 STRUCTURES – SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS A-50 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS The CONSULTANT shall analyze, design, and develop contract documents for all structures in accordance with applicable provisions as defined in Section 2.19, Provisions for Work. Individual tasks identified in Sections 9 thr ough 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 ½”x11” paper and all sheets shall be numbered. The final design calculations shall be signed and sealed by a Florida - licensed professional engineer. A cover sheet indexing the contents of the calculations shall be included and the engineer shall sign and seal that sheet. All computer programs and parameters used in the design calculations shall include sufficient backup information to facilitate the review task. 9.1 Key Sheet and Index of Drawings 9.2 Project Layout 9.3 General Notes and Bid Item Notes 9.4 Miscellaneous Common Details 9.5 Incorporate Report of Core Borings 9.6 Existing Bridge Plans 9.7 Assemble Plan Summary Boxes and Quantities 9.8 Cost Estimate 9.9 Technical Special Provisions 9.10 Field Reviews 9.11 Technical Meetings 9.12 Quality Assurance/Quality Control 9.13 Independent Peer Review 9.14 Supervision RFP: 16-7011 9 STRUCTURES – SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS A-51 9.15 Coordination RFP: 16-7011 10 STRUCTURES – BRIDGE DEVELOPMENT REPORT A-52 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT The Consultant shall prepare a Bridge Development Report (BDR). The BDR shall be submitted independently prior to the Phase I (30%) submittal. General Requirements 10.1 Bridge Geometry 10.2 Ship Impact Data Collection 10.3 Ship Impact Criteria Superstructure Alternatives 10.4 Short-Span Concrete 10.5 Medium-Span Concrete 10.6 Long Span Concrete 10.7 Structural Steel Foundation and Substructure Alternatives 10.8 Pier/Bent 10.9 Shallow Foundations / GRS Abutments 10.10 Deep Foundations Movable Span 10.12 Movable Span Geometrics and Clearances 10.13 Deck System Evaluation 10.14 Framing Plan Development 10.15 Main Girder Preliminary Design 10.16 Conceptual Span Balance/Counterweight 10.17 Support System Development 10.18 Drive Power Calculations 10.19 Drive System Development RFP: 16-7011 10 STRUCTURES – BRIDGE DEVELOPMENT REPORT A-53 10.20 Power and Control Development 10.21 Conceptual Pier Design 10.22 Foundation Analysis (FL PIER) 10.23 Tender Visibility Study Other BDR Issues 10.24 Aesthetics 10.25 TCP/Staged Construction Requirements 10.26 Constructability Requirements 10.27 Load Rating for Damaged/Widened Structures 10.28 Quantity and Cost Estimates 10.29 Quantity and Cost Estimates - Movable Span 10.30 Wall Type Justification Report Preparation 10.31 Exhibits 10.32 Exhibits - Movable Span 10.33 Report Preparation 10.34 Report Preparation - Movable Span 10.35 BDR Submittal Package Preliminary Plans When ONLY 30% plans are final deliverable, use Task Nos. as shown for applicable bridge types for project Activities 12 thru 16. Staff hours to be negotiated and scaled appropriately. RFP: 16-7011 11 STRUCTURES – TEMPORARY BRIDGE A-54 11 STRUCTURES - TEMPORARY BRIDGE The CONSULTANT shall prepare plans for Temporary Bridge(s) at the location(s) specified in Section 2.5. General Layout Design and Plans 11.1 Overall Bridge Final Geometry 11.2 General Plan and Elevation 11.3 Miscellaneous Details End Bent Design and Plans 11.4 End Bent Structural Design 11.5 End Bent Details Intermediate Bent Design and Plans 11.6 Intermediate Bent Structural Design 11.7 Intermediate Bent Details Miscellaneous Substructure Design and Plans 11.8 Foundation Layout RFP: 16-7011 12 STRUCTURES – SHORT SPAN CONCRETE BRIDGE A-55 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE The CONSULTANT shall prepare plans for Short Span Concrete Bridge(s) at the location(s) specified in Section 2.5. General Layout Design and Plans 12.1 Overall Bridge Final Geometry 12.2 Expansion/Contraction Analysis 12.3 General Plan and Elevation 12.4 Construction Staging 12.5 Approach Slab Plan and Details 12.6 Miscellaneous Details End Bent Design and Plans 12.7 End Bent Geometry 12.8 End Bent Structural Design 12.9 End Bent Plan and Elevation 12.10 End Bent Details Intermediate Bent Design and Plans 12.11 Bent Geometry 12.12 Bent Stability Analysis 12.13 Bent Structural Design 12.14 Bent Plan and Elevation 12.15 Bent Details Miscellaneous Substructure Design and Plans 12.16 Foundation Layout Superstructure Design and Plans 12.17 Finish Grade Elevation Calculation RFP: 16-7011 12 STRUCTURES – SHORT SPAN CONCRETE BRIDGE A-56 12.18 Finish Grade Elevations Cast-In-Place Slab Bridges 12.19 Bridge Deck Design 12.20 Superstructure Plan 12.21 Superstructure Sections and Details Prestressed Slab Unit Bridges 12.22 Prestressed Slab Unit Design 12.23 Prestressed Slab Unit Layout 12.24 Prestressed Slab Unit Details and Schedule 12.25 Deck Topping Reinforcing Layout 12.26 Superstructure Sections and Details Reinforcing Bar Lists 12.27 Preparation of Reinforcing Bar List Load Rating 12.28 Load Rating RFP: 16-7011 13 STRUCTURES – MEDIUM SPAN CONCRETE BRIDGE A-57 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE The CONSULTANT shall prepare plans for Medium Span Concrete Bridge(s) at the location(s) specified in Section 2.5. General Layout Design and Plans 13.1 Overall Bridge Final Geometry 13.2 Expansion/Contraction Analysis 13.3 General Plan and Elevation 13.4 Construction Staging 13.5 Approach Slab Plan and Details 13.6 Miscellaneous Details End Bent Design and Plans 13.7 End Bent Geometry 13.8 Wingwall Design and Geometry 13.9 End Bent Structural Design 13.10 End Bent Plan and Elevation 13.11 End Bent Details Intermediate Bent Design and Plans 13.12 Bent Geometry 13.13 Bent Stability Analysis 13.14 Bent Structural Design 13.15 Bent Plan and Elevation 13.16 Bent Details Pier Design and Plans 13.17 Pier Geometry 13.18 Pier Stability Analysis RFP: 16-7011 13 STRUCTURES – MEDIUM SPAN CONCRETE BRIDGE A-58 13.19 Pier Structural Design 13.20 Pier Plan and Elevation 13.21 Pier Details Miscellaneous Substructure Design and Plans 13.22 Foundation Layout Superstructure Deck Design and Plans 13.23 Finish Grade Elevation (FGE) Calculation 13.24 Finish Grade Elevations 13.25 Bridge Deck Design 13.26 Bridge Deck Reinforcing and Concrete Quantities 13.27 Diaphragm Design 13.28 Superstructure Plan 13.29 Superstructure Section 13.30 Miscellaneous Superstructure Details Reinforcing Bar Lists 13.31 Preparation of Reinforcing Bar List Continuous Concrete Girder Design 13.32 Section Properties 13.33 Material Properties 13.34 Construction Sequence 13.35 Tendon Layouts 13.36 Live Load Analysis 13.37 Temperature Gradient 13.38 Time Dependent Analysis 13.39 Stress Summary RFP: 16-7011 13 STRUCTURES – MEDIUM SPAN CONCRETE BRIDGE A-59 13.40 Ultimate Moments 13.41 Ultimate Shear 13.42 Construction Loading 13.43 Framing Plan 13.44 Girder Elevation, including Grouting Plan and Vent Locations 13.45 Girder Details 13.46 Erection Sequence 13.47 Splice Details 13.48 Girder Deflections and Camber Simple Span Concrete Design 13.49 Prestressed Beam 13.50 Prestressed Beam Schedules 13.51 Framing Plan Beam Stability 13.52 Beam/Girder Stability Bearing 13.53 Bearing Pad and Bearing Plate Design 13.54 Bearing Pad and Bearing Plate Details Load Rating 13.55 Load Ratings RFP: 16-7011 14 STRUCTURES – STRUCTURAL STEEL BRIDGE A-60 14 STRUCTURES - STRUCTURAL STEEL BRIDGE Not applicable. RFP: 16-7011 15 STRUCTURES – SEGMENTAL CONCRETE BRIDGE A-61 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE Not applicable. RFP: 16-7011 16 STRUCTURES – MOVABLE SPAN A-62 16 STRUCTURES - MOVABLE SPAN Not applicable. RFP: 16-7011 17 STRUCTURES – RETAINING WALL A-63 17 STRUCTURES - RETAINING WALLS The CONSULTANT shall prepare plans for Retaining Wall(s) as specified in Section 2.5. 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 RFP: 16-7011 17 STRUCTURES – RETAINING WALL A-64 17.18 Vertical Wall Geometry 17.19 General Notes, Tables and Miscellaneous Details 17.20 Wall Plan and Elevations 17.21 Details RFP: 16-7011 18 STRUCTURES – MISCELLANEOUS A-65 18 STRUCTURES - MISCELLANEOUS The CONSULTANT shall prepare plans for Miscellaneous Structure(s) as specified in Section 2.5. Concrete Box Culverts 18.1 Concrete Box Culverts 18.2 Concrete Box Culverts Extensions 18.3 Concrete Box Culvert Data Table Plan Sheets 18.4 Concrete Box Culvert Special Details Plan Sheets Strain Poles 18.5 Steel Strain Poles 18.6 Concrete Strain Poles 18.7 Strain Pole Data Table Plan Sheets 18.8 Strain Pole Special Details Plan Sheets Mast Arms 18.9 Mast Arms 18.10 Mast Arms Data Table Plan Sheets 18.11 Mast Arms Special Details Plan Sheets Overhead/Cantilever Sign Structure 18.12 Cantilever Sign Structures 18.13 Overhead Span Sign Structures 18.14 Special (Long Span) Overhead Sign Structures 18.15 Monotube Overhead Sign Structure 18.16 Bridge Mounted Signs (Attached to Superstructure) 18.17 Overhead/Cantilever Sign Structures Data Table Plan Sheets 18.18 Overhead/Cantilever Sign Structures Special Details Plan Sheets RFP: 16-7011 18 STRUCTURES – MISCELLANEOUS A-66 High Mast Lighting 18.19 Non-Standard High Mast Lighting Structures 18.20 High Mast Lighting Special Details Plan Sheets Noise Barrier Walls (Ground Mount) 18.21 Horizontal Wall Geometry 18.22 Vertical Wall Geometry 18.23 Summary of Quantities – Aesthetic Requirements 18.24 Control Drawings 18.25 Design of Noise Barrier Walls Covered by Standards 18.26 Design of Noise Barrier Walls not Covered by Standards 18.27 Aesthetic Details Special Structures 18.28 Fender System 18.29 Fender System Access 18.30 Special Structures 18.31 Other Structures RFP: 16-7011 19 SIGNING AND PAVEMENT MARKING ANALYSIS A-67 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 The CONSULTANT shall perform all effort required for field data collection, and investigation in accordance with the FDOT’s Manual on Uniform Traffic Studies. The CONSULTANT shall submit the signed and sealed report to the COUNTY for review and approval. 19.3 Reference and Master Design File The CONSULTANT shall prepare the Signing & Marking Design file to include all necessary design elements and all associated reference files. 19.4 Multi-Post Sign Support Calculations The CONSULTANT shall determine the appropriate column size from the FDOT’s Multi-Post Sign Program(s). 19.5 Sign Panel Design Analysis Establish sign layout, letter size and series for non -standard signs. 19.6 Sign Lighting/Electrical Calculations 19.7 Quantities 19.8 Cost Estimate 19.9 Technical Special Provisions 19.10 Other Signing and Pavement Marking Analysis 19.11 Field Reviews RFP: 16-7011 19 SIGNING AND PAVEMENT MARKING ANALYSIS A-68 19.12 Technical Meetings 19.13 Quality Assurance/Quality Control 19.14 Independent Peer Review 19.15 Supervision 19.16 Coordination RFP: 16-7011 20 SIGNING AND PAVEMENT MARKING PLANS A-69 20 SIGNING AND PAVEMENT MARKING PLANS The CONSULTANT shall prepare a set of Signing and Pavement Marking Plans in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums that includes the following. 20.1 Key Sheet 20.2 Summary of Pay Items Including TRNS*Port Input 20.3 Tabulation of Quantities 20.4 General Notes/Pay Item Notes 20.5 Project Layout 20.6 Plan Sheet 20.7 Typical Details 20.8 Guide Sign Work Sheet(s) 20.9 Traffic Monitoring Site 20.10 Cross Sections 20.11 Special Service Point Details 20.12 Special Details 20.13 Interim Standards 20.14 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical 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. 20.15 Supervision RFP: 16-7011 21 SIGNALIZATION ANALYSIS A-70 21 SIGNALIZATION ANALYSIS Not applicable. RFP: 16-7011 22 SIGNALIZATION PLANS A-71 22 SIGNALIZATION PLANS Not applicable. RFP: 16-7011 23 LIGHTING ANALYSIS A-72 23 LIGHTING ANALYSIS Not applicable. RFP: 16-7011 24 LIGHTING PLANS A-73 24 LIGHTING PLANS Not applicable. RFP: 16-7011 25 LANDSCAPE ARCHITECTURE ANALYSIS A-74 25 LANDSCAPE ARCHITECTURE ANALYSIS Not applicable. RFP: 16-7011 26 LANDSCAPE ARCHITECTURE PLANS A-75 26 LANDSCAPE ARCHITECTURE PLANS Not applicable. RFP: 16-7011 27 SURVEY A-76 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. 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; may include primary or secondary control points. Includes analysis and processing of all field collected data, and preparation of forms. 27.2 Vertical Project Control (VPC) Establish or recover VPC, for the purpose of establishing vertical control on datum approved by the COUNTY; 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. RFP: 16-7011 27 SURVEY A-77 27.5 Reference Points Reference Horizontal Project Network Control (HPNC) points, project alignment, vertical control points, section, ¼ 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 pu rpose 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. See also section 7.13. 27.11 Outfall Survey Locate all above ground features and improvements fo r 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 m aps, and/or reports. 27.12 Drainage Survey RFP: 16-7011 27 SURVEY A-78 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) Locate required above ground features and improvements for the limits of the bridge. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.14 Channel Survey Locate all topographic features and improvements for the limits of the project by collecting the required data. Includes field edits, analysis and processing of all field collected data, maps, and/or reports. 27.15 Pond Site Survey 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 Perform field location (2-dimensional) of jurisdiction limits as defined by respective authorities, also includes field edits, analysis and p rocessing 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. RFP: 16-7011 27 SURVEY A-79 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 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. 27.29 Supplemental Surveys 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. 27.30 Document Research Perform research of documentation to support field and office efforts RFP: 16-7011 27 SURVEY A-80 involving surveying and mapping. 27.31 Field Review Perform verification of the field conditions as related to the collected survey data. 27.32 Technical Meetings 27.33 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. 27.34 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. 27.35 Coordination Coordinate survey activities with other disciplines. These activities must be performed by the project supervisor, a Florida P.S.M. or their delegate as approved by the COUNTY. RFP: 16-7011 28 PHOTOGRAMMETRY A-81 28 PHOTOGRAMMETRY Not applicable. RFP: 16-7011 29 MAPPING A-82 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 Manuals, Procedures, Handbooks, District specific requirements, and Florida Statutes. All maps, surveys and legal descriptions will be prepared under the direction of a Florida Professional Surveyor and Mapper (PSM) to COUNTY size and format requirements utilizing COUNTY approved software, and will be designed to provide a high degree of uniformity and maximum readability. The 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. Master CADD File 29.1 Alignment 29.2 Section and 1/4 Section Lines 29.3 Subdivisions / Property Lines 29.4 Existing Right of Way 29.5 Topography 29.6 Parent Tract Properties and Existing Easements 29.7 Proposed Right of Way Requirements The ENGINEER OF RECORD (EOR) will provide the proposed requirements. The PSM is responsible for calculating the final geometry. Notification of Final Right of Way Requirements along with the purpose and duration of all easements will be specified in writing. 29.8 Limits of Construction The limits of construction DGN file as provided by the EOR will be imported or referenced to the master CADD file. Additional labeling will be added as required. The PSM is required to advise the EOR of any noted discrepancies between the limits of construction line and the existing/proposed right of way lines, and for making adjustments as needed when a resolution is determined. 29.9 Jurisdictional/Agency Lines These lines may include, but are not limited to, jurisdictional, wetland, water boundaries, and city/county limit lines. RFP: 16-7011 29 MAPPING A-83 Sheet Files 29.10 Control Survey Cover Sheet 29.11 Control Survey Key Sheet 29.12 Control Survey Detail Sheet 29.13 Right of Way Map Cover Sheet 29.14 Right of Way Map Key Sheet 29.15 Right of Way Map Detail Sheet 29.16 Maintenance Map Cover Sheet 29.17 Maintenance Map Key Sheet 29.18 Maintenance Map Detail Sheet 29.19 Reference Point Sheet This sheet(s) will be included with the Control Survey Map, Right of Way Map and Maintenance Map. 29.20 Project Network Control Sheet This sheet depicts the baseline, the benchmarks, the primary and secondary control points and their reference points including the type of material used for each point, their XYZ coordinates, scale factors and convergence angles. This sheet(s) may be included with the Control Survey Map, Right of Way Map and Maintenance Map. 29.21 Table of Ownerships Sheet Miscellaneous Surveys and Sketches 29.22 Parcel Sketches 29.23 TIITF Sketches 29.24 Other Specific Purpose Survey(s) 29.25 Boundary Survey(s) Map 29.26 Right of Way Monumentation Map 29.27 Title Search Map RFP: 16-7011 29 MAPPING A-84 29.28 Title Search Report 29.29 Legal Descriptions 29.30 Final Map/Plans Comparison The PSM will perform a comparison of the final right of way maps with the available construction plans to review the correctness of the type of parcel to be acquired and the stations/offsets to the required right of way. The PSM will coordinate with the EOR to resolve any conflicts or discrepancies and provide documentation of the review. 29.31 Field Reviews 29.32 Technical Meetings 29.33 Quality Assurance/Quality Control 29.34 Supervision 29.35 Coordination 29.36 Supplemental Mapping RFP: 16-7011 30 TERRESTRIAL MOBILE LiDAR A-85 30 TERRESTRIAL MOBILE LiDAR Not applicable. RFP: 16-7011 31 ARCHITECTURE DEVELOPMENT A-86 31 ARCHITECTURE DEVELOPMENT Not applicable. RFP: 16-7011 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE A-87 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE Not applicable. RFP: 16-7011 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS A-88 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS Not applicable. RFP: 16-7011 34 INTELLIGENT TRANSPORTATION SYSTEM PLANS A-89 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS Not applicable. RFP: 16-7011 35 GEOTECHNICAL A-90 35 GEOTECHNICAL The CONSULTANT shall be responsible for a complete geotechnical investigation for the project. All work performed by the CONSULTANT shall be in accordance with FDOT standards, or as otherwise directed by the COUNTY. Before beginning each phase of investigation and after the Notice to Proceed is given, the CONSULTANT shall submit an investigation plan for approval and meet with the COUNTY’s 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 (100%) plans. Rock cores shall be retained as directed in writing by the COUNTY. Obtain pavement cores as required by project needs. If required, a preliminary roadway exploration shall be performed before the Phase I (30%) plans submittal. The preliminary roadway exploration will be performed and results provided to the Engineer of Record to assist in setting roadway grades and locating potential problem areas. The preliminary roadway exploration shall be performed as directed in writing by the COUNTY. CONSULTANT shall perform specialized field-testing as required by project needs. RFP: 16-7011 35 GEOTECHNICAL A-91 All laboratory testing and classification will be performed in accordance with applicable FDOT standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documen ts. 35.2 Develop Detailed Boring Location Plan Develop a detailed boring location plan. 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 prio r 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 MOT Plans for Field Investigation Coordinate and develop Maintenance of Traffic (MOT) plan. All work zone traffic control will be performed in accordance with the COUNTY’s Roadway and Traffic Design Standards Index 600 series and the COUNTY’S Maintenance of Traffic Policy. 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 CONSULTANT’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. RFP: 16-7011 35 GEOTECHNICAL A-92 35.11 Soil and Rock Classification - Roadway Refine soil profiles recorded in the field, based on results of laboratory testing. 35.12 Design LBR Determine design LBR values from the 90% and mean methods when LBR testing is required. 35.13 Laboratory Data Tabulate laboratory test results for inclusion in the geotechnical report, the report of tests sheet (Roadway Soil Survey Sheet), and for any necessary calculations and analyses. 35.14 Seasonal High Water Table Review the encountered ground water levels and estimate seasonal high ground water levels. Estimate seasonal low ground water levels, if requested. 35.15 Parameters for Water Retention Areas Calculate parameters for water retention areas, exfiltration trenches, and/or swales. 35.16 Delineate Limits of Unsuitable Material Delineate limits of unsuitable material(s) in both horizontal and vertical directions. Assist the Engineer of Record with detailing these limits on the cross-sections. If requested, prepare a plan view of the limits of unsuitable material. 35.17 Electronic Files for Cross-Sections Create electronic files of boring data for cross-sections. 35.18 Embankment Settlement and Stability Estimate the total magnitude and time rate of embankment settlements. Calculate the factor of safety against slope stability failure. 35.19 Monitor Existing Structures Coordinate with EOR and structural engineer (when applicable) to identify and develop mitigation strategies for sensitive structures and facilities which require special considerations for settlement, vibration and/or groundwater monitoring by the contractor during construction. When there is risk of damage to the structure or facility, provide recommendations in the RFP: 16-7011 35 GEOTECHNICAL A-93 geotechnical report addressing project specific needs and coordinate those locations with the EOR. See PPM Volume I Chapter 34 and Chapter 9 of the Soils and Foundations Handbook. 35.20 Stormwater Volume Recovery and/or Background Seepage Analysis Perform stormwater volume recovery analysis as directed by the COUNTY. 35.21 Geotechnical Recommendations Provide geotechnical recommendations regarding the proposed roadway construction project including the following: description of the site/alignment, design recommendations and discussion of any special considerations (i.e. removal of unsuitable material, consolidation of weak soils, estimated settlement time/amount, groundwater control, high groundwater conditions relative to pavement base, etc.) Evaluate and recommend types of geosynthetics and properties for various applications, as required. 35.22 Pavement Condition Survey and Pavement Evaluation Report If a pavement evaluation is performed, submit the report in accordance with Section 3.2 of the Materials Manual: Flexible Pavement Coring and Evaluation. Enter all core information into the Pavement Coring and Reporting (PCR) system. 35.23 Preliminary Roadway Report If a preliminary roadway investigation is performed, submit a preliminary roadway report before the Phase I (30%) plans submittal. The purpose of the preliminary roadway report will be to assist in setting road grades and locating potential problems.  Copies of U.S.G.S. and S.C.S. maps with project limits shown.  A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e. soils grouped into layers of similar materials) and construction recommendations relative to Standard Indices 500 and 505.  The results of all tasks discussed in all previous sections regarding data interpretation and analysis.  An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment settlement and stability calculations, design LBR calculation/graphs, and other pertinent calculations.  The CONSULTANT will respond in writing to any changes and/or comments from the COUNTY and submit any responses and revised reports. 35.24 Final Report The Final Roadway Report shall include the following: RFP: 16-7011 35 GEOTECHNICAL A-94  Copies of U.S.G.S. and S.C.S. maps with project limits shown.  A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e. soils grouped into layers of similar materials) and construction recommendations relative to Standard Indices 500 and 505.  The results of all tasks discussed in all previous sections regarding data interpretation and analysis.  An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment settlement and stability calculations, design LBR calculation/graphs, and other pertinent calculations.  The CONSULTANT will respond in writing to any changes and/or comments from the COUNTY and submit any responses and revised reports. 35.25 Auger Boring Drafting 35.26 SPT Boring Drafting Structures The CONSULTANT shall be responsible for coordination of all geotechnical related fieldwork activities. The CONSULTANT shall retain all samples until acceptance of Phase IV (100%) plans. Rock cores shall be retained as directed in writing by the COUNTY. CONSULTANT shall perform specialized field-testing as required by needs of project. All laboratory testing and classification will be performed in accordance with applicable FDOT/COUNTY standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. The staff hour tasks for high embankment fills and structural foundations for bridges, box culverts, walls, high-mast lighting, overhead signs, mast arm signals, strain poles, buildings, and other structures include the following: 35.27 Develop Detailed Boring Location Plan Develop a detailed boring location plan. If the drilling program expects to encounter artesian conditions, the CONSULTANT shall submit a methodology(s) for plugging the borehole to the COUNTY for approval prior to commencing with the boring program. 35.28 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 35.29 Coordinate and Develop MOT Plans for Field Investigation Coordinate and develop MOT plan. All work zone traffic control will be RFP: 16-7011 35 GEOTECHNICAL A-95 performed in accordance with the FDOT’s Roadway and Traffic Design Standards Index 600 series and the COUNTY’S Maintenance of Traffic Policy. 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 CONSULTANT’s Project Manager. 35.32 Collection of Corrosion Samples Collect corrosion samples for determination of environmental classifications. 35.33 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. 35.34 Soil and Rock Classification - Structures Soil profiles recorded in the field should be refined based on the results of laboratory testing. 35.35 Tabulation of Laboratory Data Laboratory test results should be tabulated for inclusion in the geotechnical report and for the necessary calculations and analyses. 35.36 Estimate Design Groundwater Level for Structures Review encountered groundwater levels, estimate seasonal high groundwater levels, and evaluate groundwater levels for structure design. 35.37 Selection of Foundation Alternatives (BDR) Evaluation and selection of foundation alternative, including the following:  GRS-IBS  Spread footings  Prestressed concrete piling - various sizes  Steel H- piles  Steel pipe piles  Drilled shafts  Foundation analyses shall be performed using approved FDOT RFP: 16-7011 35 GEOTECHNICAL A-96 methods. Assist in selection of the most economical, feasible foundati on alternative. 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 FDOT 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).  For pile and drilled shaft f oundations, provide graphs of ultimate axial soil resistance versus tip elevations. Calculate scour resistance and/or downdrag (negative skin friction), if applicable.  CONSULTANT shall assist the Engineer of Record in preparing the Pile Data Table (including test pile lengths, scour resistance, downdrag, minimum tip elevation, etc.)  Provide the design soil profile(s), which include the soil model/type of each layer and all soil-engineering properties required for the Engineer of Record to run the FBPier computer program. Review lateral analysis of selected foundation for geotechnical compatibility.  Estimated maximum driving resistance anticipated for pile foundations.  Provide settlement analysis. 35.39 Bridge Construction and Testing Recommendations Provide construction and testing recommendations including potential constructability problems. 35.40 Lateral Load Analysis (Optional) 35.41 Walls Provide the design soil profile(s), which include the soil model/type of each layer and all soil engineering properties required by the Engineer of Record for conventional wall analyses and recommendations. Review wall design for geotechnical compatibility and constructability. Evaluate the external stability of conventional retaining walls and retained earth wall systems. For retained earth wall systems, calculate and provide minimum soil reinforcement lengths versus wall heights, and soil parameters assumed in analysis. Estimate differential and total (long term and short term) settlements. Provide wall construction recommendations. RFP: 16-7011 35 GEOTECHNICAL A-97 35.42 Sheet Pile Wall Analysis (Optional) 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  Provide the design soil profile(s) that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design. Review design for geotechnical compatibility and constructability.  Provide lateral earth pressure coefficients.  Provide box culvert construction and design recommendations.  Estimate differential and total (long term and short term) settlements.  Evaluate wingwall stability. 35.45 Preliminary Report - BDR The preliminary structures report shall contain the following discussions as appropriate for the assigned project:  Copies of U.S.G.S. and S.C.S. maps with project limits shown.  Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data.  The results of all tasks discussed in all previous sections regarding data interpretation and analysis).  Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary.  Any special provisions required for construction that are not addressed in the FDOT’s Standard specification.  An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. 35.46 Final Report - Bridge and Associated Walls The final structures report shall include the following:  Copies of U.S.G.S. and S.C.S. maps with project limits shown.  Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data.  The results of all tasks discussed in all previous sections regarding data RFP: 16-7011 35 GEOTECHNICAL A-98 interpretation and analysis.  Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary.  Any special provisions required for construction that are not addressed in the FDOT’s Standard specification.  An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. 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 pr eparation soils-related construction considerations with plan sheets as necessary.  Any special provisions required for construction that are not addressed in the FDOT’s Standard specification.  An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. Final reports will incorporate comments from the COUNTY and contain any additional field or laboratory test results, recommended foundation alternatives along with design parameters and special provisions for the contract plans. These reports will be submitted to the COUNTY for review prior to project completion. After review by the COUNTY, the reports will be submitted to the COUNTY in final form and will include the following:  All original plan sheets  One set of all plan and specification documents, in electronic format, according to FDOT/COUNTY requirements  Record prints  Any special provisions  All reference and support documentation used in preparation of contract plans package Additional final reports (up to four), aside from stated above, may be needed and requested for the COUNTY’s Project Manager and other disciplines. The final reports, special provisions, as well as record prints, will be digitally RFP: 16-7011 35 GEOTECHNICAL A-99 signed and sealed by a Professional Engineer licensed in the State of Florida. See Section 2.19 for details. 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. Soil symbols must be consistent with those presented in the latest Florida Department of Transportation Soils and Foundations Handbook. 35.49 Other Geotechnical 35.50 Technical Special Provisions 35.51 Field Reviews Identify and note surface soil and rock condition s, 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 RFP: 16-7011 36 PROJECT REQUIREMENTS A-100 36 PROJECT REQUIREMENTS 36.1 Liaison Office The COUNTY and the CONSULTANT will designate a Liaison Office and a Project Manager who shall be the representative of their respective organizations for the Project. While it is expected the CONSULTANT shall seek and receive advice from various state, regional, and local agencies, the final direction on all matters of this project remain with the COUNTY’s 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 that describes the work performed on each task. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percent complete against actual work accomplished. 36.4 Correspondence Copies of all written correspondence between the CONSULTANT and any party pertaining specifically to this contract shall be provided to the COUNTY for their records within one (1) week of the receipt or mailing of said correspondence. 36.5 Professional Endorsement The CONSULTANT shall have a Licensed Professional Engineer in the State of Florida sign and seal all reports, documents, technical special provisions, and plans as required by FDOT and COUNTY standards. 36.6 Computer Automation The project will be developed utilizing Computer Aided Drafting and Design (CADD) systems. The FDOT makes available software to help assure quality and conformance with policy and procedures regarding CADD. It is the responsibility of the CONSULTANT to meet the requirements in the FDOT’s CADD Manual. The CONSULTANT shall submit final documents and files as described therein or as amended by this Scope of Services. RFP: 16-7011 36 PROJECT REQUIREMENTS A-101 36.7 Coordination with Other Consultants The CONSULTANT is to coordinate his work with any and all adjacent and integral consultants so as to effect complete and homogenous plans and specifications for the project(s) described herein. 36.8 Optional Services 36.8.1 OPTIONAL UTILITY RELOCATIONS The following Collier County public utilities have been identified within the area of the project:  8” water main attached to the bridge  8” subaqueous force main  8” subaqueous irrigation quality water main  4” force main attached to the bridge Relocation of one or all of these utilities may be required to replace the bridge. The COUNTY may request that the CONSULTANT design the relocation of one or all of these utilities as Optional Services under this contract. Unforeseen utility work within the project area may be identified during design or construction. The COUNTY may request additional utility design services from the CONSULTANT under this contract to address these unforeseen conditions. These additional services are not included in this scope and will be added as a supplemental agreement if a need is identified. When County Utilities Department facilities are within the project limits and have been approved by the COUNTY for relocation, follow the below and refer to the Collier County Water-Sewer District Utilities Standards Manual. 36.8.1.1 Background investigation and data gathering Gather and investigate the following data and information:  Previous utility coordination data – previously prepared markups  Utility atlases and as-builts  Meter or lateral locations  Fireline locations  Shut-off valve locations  Standards Manual for utility design from County Utilities Department  Acceptable materials for proposed utility relocation  Permitting entities, permit forms, and procedures  Pump data for lift and pump stations 36.8.1.2 Plans Preparation RFP: 16-7011 36 PROJECT REQUIREMENTS A-102 A complete plan set component will be generated for Collier County facilities. This will include relocations of all utilities approve for relocation by the COUNTY. The plan set will be structured as such: 36.8.1.2.1 Cover Sheet 36.8.1.2.2 Key Sheet/ Abbreviation and Legends 36.8.1.2.3 General Notes 36.8.1.2.4 Water Facilities Relocation Plans Subset 36.8.1.2.4.1 Specifications and Notes 36.8.1.2.4.2 Table of Quantities 36.8.1.2.4.3 Plan and Profile 36.8.1.2.4.4 Cross-sections and Details 36.8.1.2.4.5 Standard Details 36.8.1.2.5 Sanitary Sewer Utility Relocation Plans Subset (as-required) 36.8.1.2.5.1 Specifications and Notes 36.8.1.2.5.2 Table of Quantities 36.8.1.2.5.3 Plan and Profile 36.8.1.2.5.4 Cross-sections and Details 36.8.1.2.5.5 Standard Details 36.8.1.2.6 Reclaimed Water Facilities Relocation Plans Subset 36.8.1.2.6.1 Specifications and Notes 36.8.1.2.6.2 Table of Quantities 36.8.1.2.6.3 Plan and Profile 36.8.1.2.6.4 Cross-sections and Details 36.8.1.2.6.5 Standard Details 36.8.1.2.7 Other Utilities 36.8.1.3 Preliminary Design Phase  Review survey and SUE information as plotted on plans  Prepare plan view of all existing facilities  Engineers Field review – site visit to review disposition of all aboveground appurtenances, service connections, and quality review of survey.  Address all survey and SUE deficiencies.  Review and prepare memorandum to County Utilities Department of critical infrastructure and issues of concern.  Submit 30% existing facilities plans and profile (based on SUE) and memorandum for review by County Utilities Department via COUNTY Project Manager. Discuss with County Utilities Department and COUNTY Project Manager.  Coordinate with COUNTY Project Manager and roadway design engineers for advanced conflict prevention with critical infrastructure. RFP: 16-7011 36 PROJECT REQUIREMENTS A-103 36.8.1.4 60% Design Phase  Review Preliminary design review comments from County Utilities Department.  Review 60% plans with respect to existing utility infrastructure. Review for potential conflicts and determine needs for additional SUE and survey.  Provide additional SUE and Survey as needed.  Receive and review revised plans with additional SUE and Survey.  Prepare conflict matrix and develop conflict abatement recommendations.  Provide recommendations to COUNTY Project Manager and County Utilities Department.  Attend Utility Design review meeting with County Utilities Department and COUNTY Project Manager.  Upon concurrence of utility relocation requirements, develop 60% County Utilities Department Utility relocation documents.  Develop mark-ups for relocation as required by Utility coordination procedures.  Develop 60% Plan Set.  Develop Engineers Statement of Probable Cost for each relocated utility.  Develop Technical Specifications for each utility.  Design calculations for each utility.  Draft Construction Sequencing report for each utility.  Submit County Utilities Department utility relocation documents to County Utilities Department via COUNTY Project Manager for review and comment. 36.8.1.5 100% Design Phase  Review 60% utility relocation design review comments from County Utilities Department.  Review 100% roadway and structural design plans with respect to existing and proposed utility infrastructure. Review for additional potential conflicts.  Update conflict matrix and conflict abatement recommendations  Provide recommendations to COUNTY Project Manager and County Utilities Department.  Attend Utility Design review meeting with County Utilities Department and Project Manager  Upon concurrence of utility relocation requirements, develop 100% Utility relocation documents  Develop Mark-ups for relocation as required by Utility coordination procedures. RFP: 16-7011 36 PROJECT REQUIREMENTS A-104  Develop 100% Plan Set.  Update Engineers Statement of Probable Cost for each relocated utility.  Update Technical Specifications for each utility.  Design calculations for each utility.  Update Construction Sequencing report for each utility.  Maintenance of Service Plan.  Prepare all drawings and permit applications for Wetlan d crossings from FDEP/SFWMD/USACOE (contingent on pre-application meetings and correspondence).  Submit relocation documents to County Utilities Department via COUNTY Project Manager for review and comment. 36.8.1.6 Final Design Phase  Review 100% utility relocation design review comments from County Utilities Department.  Review Final roadway and structural design plans with respect to existing and proposed utility infrastructure. Review for additional potential conflicts.  Attend Final Utility Design review meeting with County Utilities Department and COUNTY Project Manager.  Upon concurrence of utility relocation requirements, develop Final Utility relocation documents.  Develop final Mark-ups for relocation as required by Utility coordination procedures.  Develop Final Utility Relocations Plan Set.  Update Engineers Statement of Probable Cost for each relocated utility.  Update Technical Specifications for each utility.  Design calculations for each utility.  Final Construction Sequencing report for each utility.  Maintenance of Service Plan.  Bid forms and contract pay items descriptions.  Address all Requests for Additional Information from wetland crossing permit agencies.  Prepare and submit all permit drawings and applications for w/ww/rc relocations to FDEP, Health Department, and/or other regulatory agencies.  Prepare and submit all Right of Way use permits from State and local permit agencies.  Submit utility relocation documents to County Utilities Department via COUNTY Project Manager for review and comment. 36.8.1.7 Bidding Phase RFP: 16-7011 36 PROJECT REQUIREMENTS A-105  Pre bid meeting  Address addendum  Evaluate bids and bidders  Recommend bid 36.8.1.8 Pre-construction Phase (See Section 3.8 Post Design Services)  Pre-construction meeting  Shop drawing review  Construction schedule review 36.8.1.9 Construction Phase (See Section 3.8 Post Design Services)  Testing observation and evaluation  Clearance reporting and certifications  Record SUE and survey information (provided by Contractor) of final utility disposition  Review contractor pay applications 36.8.1.10 As-built, record drawings, and project closeout phase (See Section 3.8 Post Design Services)  Develop as-built and record drawings plan set (redline) based on as-built survey and markups provided by the Contractor during and after construction  Develop and conform plan set  Provide final certifications to all agencies  Provide electronic copies of all file information to County Utilities Department and COUNTY Project Manager 36.8.1.11 Meeting attendance  Review meetings  Pre-bid meeting  Preconstruction meeting (See Section 3.8 Post Design Services)  Construction meeting attendance at times of testing observations only (See Section 3.8 Post Design Services) RFP: 16-7011 37 INVOICING LIMITS A-106 37 INVOICING LIMITS Payment for the work accomplished shall be in accordance with Method of Compensation of this contract. Invoices shall be submitted to the COUNTY, in a format prescribed by the COUNTY. The COUNTY Project Manager and the CONSULTANT shall monitor the cumulative invoiced billings to ensure the reasonableness of the billings compared to the project schedule and the work accomplished and accepted by the COUNTY. The CONSULTANT shall provide a list of key events and the associated total percentage of work considered to be complete at each event. This list shall be used to control invoicing. Payments will not be made that exceed the percentage of work for any event until those events have actually occurred and the results are acceptable to the COUNTY. TR0915161136SWF CCNA Solicitation 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project Statement of Qualifications October 3, 2016Project 66066.14, Bridge Number 034046 MASTER TAB I Cover Letter / Management SummaryTAB ICover Letter / Management Summary I-1 October 3, 2016 Collier County Government Procurement Services Division 3327 Tamiami Trail E Naples, FL 34112 Attn: Evelyn Colon, Procurement Strategist RE: CCNA Solicitation 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 Dear Ms. Colon and Members of the Selection Committee: Providing the Transportation Engineering Division with top quality structural, roadway, utility, drainage, permitting and public involvement services requires a local, multi- disciplinary firm that brings superior technical capabilities and project management. CH2M is that firm! With our broad bridge, roadway, and utility experience in Collier County, as well as our wide-ranging bridge design experience throughout Florida, our staff has the skills and expertise required to successfully and cost-effectively deliver the Palm River Canal Bridge Replacement Project on time and within budget. CH2M’s Structural Design work for Collier County is extensive and includes:  Ten (10) Bridges over water bodies similar to Palm River  Three (3) Wildlife Crossings  Three (3) CONSPAN Designs  Sixteen (16) Box Culvert Designs  One (1) Pedestrian Bridge  Dozens of Retaining Walls and Gravity Walls  One (1) Water Control Weir  Fifty-Four (54) Movable and Fixed Crest Weir Structural Inspections When you combine that local experience with our Bridge Teams Design experience throughout Florida on more than 100 Bridges as well as our firm-wide experience on hundreds of bridges throughout the United States and worldwide, our experience is unparalleled. CH2M has received numerous Bridge Awards throughout the years on projects around the world. The Palm River Bridge, built in 1960, provides direct access to 464 homes in the Palm River Estates, the River Royale and the Royal Palm Condominiums as well as the La Playa Golf Club. I-2 Team Roles and Responsibilities & Experience Working Together CH2M will be responsible for the structural, roadway, utility, drainage, permitting and public involvement services that will be required on this project. We have a proven track record of success on structural design projects for Collier County. CH2M has extensive bridge design experience in Collier County and throughout Florida. Within Tab III: Experience and Capacity of Firm, CH2M has detailed many Roadway and Bridge Projects with services similar to those expected as part of this project. This will allow our team to anticipate the structural, design, environmental, permitting, public involvement, traffic and constructability issues associated with this project. Our team provides a multi-discipline local Naples office supported by the extensive, specialized resources of the CH2M network, assuring both rapid responsiveness and unparalleled technical expertise. We have provided a variety of professional planning and engineering services for many local Collier County projects, from studies and concepts through construction phase services. Our staff members routinely work together and offer an “integrated” team approach to providing successful project solutions. CH2M maintains an integrated network of more than 167 offices in the United States and worldwide, with 21,000 professional and support personnel, including more than 800 staff in Florida. To add specialized expertise and augment our capabilities, CH2M has once again teamed with the following sub-consultant firms:  Forge Engineering, Inc. (FORGE)  Johnson Engineering, Inc. (JOHNSON)  American Management Resources Corporation (AMRC) Forge Engineering, Inc. (FORGE) will provide Geotechnical engineering services for our Team. Forge is a 20-year-old full service firm located in Collier County, Florida since its inception. FORGE is fully licensed and insured to perform professional engineering in Collier County and the state of Florida. Their firm has performed geotechnical engineering and inspection services on numerous road and bridge projects in both the public and commercial arenas. FORGE’s local experience and knowledge base of the subsurface soil conditions throughout the county will be of significant benefit to the project team. FORGE has provided these services for CH2M on all of our roadway and structure projects in Collier County Johnson Engineering, Inc. will provide all required Survey/Right of Way services, underground utility SUE Services and assist with environmental and permitting tasks. Johnson provides engineering design for land development, land planning and landscape architecture, utilities improvements, transportation design, and construction observation and inspection. Their surveying and mapping group specializes in subsurface utility location and mapping (SUE), transportation surveying, hydrographic surveying, and geographic information systems. Johnson has provided environmental field surveys on a variety of projects for Collier County. CH2M and Johnson have worked together on a variety of projects throughout Florida as well as projects specific to Collier County. American Management Resources Corporation (AMRC) will provide Asbestos Testing services for the County under this contract. AMRC, established in Fort Myers in 1984, provides environmental solutions to clients throughout the State of Florida and the Southeastern United States. CH2M and AMRC have recently worked together on the Pine Ridge Weir project for Collier County. CH2M employs 524 Structural Engineers with combined structural work experience of more than 8,000 professional years! I-3 These firms were selected for their familiarity with Collier County procedures and infrastructure issues, their reputation for producing quality work, and their ability to deliver work products on time and within budget. Our team has the depth of staff needed to begin work immediately on this contract. From our experience in Collier County, we are familiar with your preferred methods of project delivery, and standards for quality. This experience will allow our team to be efficient in addressing key challenges affecting project success. Our staff members routinely work together and offer an “integrated” team approach to providing successful project solutions. Benefits of selecting CH2M for the Palm River Canal Bridge Replacement Project include: Project organization that provides all required resources under the direction of a proven, experienced Project Manager. Bhushan Godbole, PE, has 25 years of experience providing bridge and structural engineering services on transportation projects. He focuses on steel and concrete bridges, short-span and long-span bridges, retaining walls, culverts and miscellaneous structures throughout Florida. Bhushan brings extensive knowledge and experience working on projects for Collier County, including serving as the Structural Engineer of Record for the Vanderbilt Beach Road Extension from Collier Boulevard to DeSoto Boulevard (7 Bridges), the Oil Well Road Widening project (3 Bridges) and Structural Engineer for the Collier Boulevard (CR 951) Pedestrian Bridge. In addition, he has coordinated and/or assisted with the design on many box culverts, retaining walls, CONSPANS, wildlife crossings and weir structures throughout Collier County over the last 15 years. History of working with Collier County and knowledge of your systems and operations. CH2M offers a history of working in Collier County since 1977. We know the Collier County’s systems and operations, and bring an acute understanding of local conditions through our planning, design, permitting, and construction management services. On occasion, CH2M staff has co- located in County offices to streamline communication and act as an extension of your staff. This unparalleled experience gives CH2M an incomparable understanding of the issues faced during the design, permitting, and construction of the Palm River Boulevard over Palm River Canal Bridge Replacement Project. Successful delivery of projects comparable in scope and complexity. CH2M has successfully delivered a broad range of projects that directly parallel the structural, roadway, utility, permitting, environmental and public involvement services that may be required under Palm River Boulevard over Palm River Canal Bridge Replacement Project. Our listing of comparable and similar projects to this one provides a broad spectrum of available staff experience and expertise for this contract. Proven ability to deliver Quality Projects. Quality is a fundamental part of CH2M’s corporate policy and procedures. We have established measures that are recognized and practiced throughout the firm to ensure technical quality on our projects. The best proof of quality, however, is in the testimonials we receive from our clients. We encourage Collier County to contact the references we have included in Tab V to verify our performance on similar projects. Local presence that provides access to a wide range of services and disciplines. CH2M’s Naples office, less than 15 minutes from the Collier Transportation Engineering Division main offices, will serve as the principal and coordinating office for this contract. The Naples office was established primarily to sustain top-priority service to Collier County. The Naples office has worked closely with CH2M’s Bridge Design Center in Jacksonville FL over the last 12 years, delivering services on bridge and roadway project to Collier County. In addition to our local presence in Florida, CH2M offers vast firm-wide resources and expertise, as documented by Engineering News Record (ENR). We understand that the County wants options, not surprises! As such, we have provided multiple options for: Bridge Replacement Bridge Construction Phasing Utility Relocation(s) Project Detours CH2M has had a fully staffed office in Collier County for over 11 years. I-4 The CH2M team “Visited the Project Site” as required by this RFP, has a complete understanding of the Project Requirements and Project Area, and has the resources to deliver all services that will be required as part of this project. As part of our Proposal, CH2M has prepared a variety of “Exhibits” to help convey our commitment understanding of the Palm River Canal Bridge Replacement Project and our dedication to the project’s success. Within Tab II: Business Plan, of our Proposal you will find the following Exhibits/Maps:  Exhibit 1 – Site Data Map  Exhibit 2 - Utility Map and GIS Data Map showing: • Drainage Basin Map (GIS) • Soils Map (GIS) • Wetlands Map (GIS) • FEMA (GIS) • Planned Unit Development Map (GIS)  Exhibit 3 - Proposed Bridge Options and Construction Cost Estimate  Exhibit 4 - Construction Phasing Options/Detour Map  Exhibit 5 – Project Schedule After reviewing our response to the Request for Proposals, we trust that you will feel as we do; that the experience, depth, and flexibility of the CH2M team offers Collier County the greatest advantage in completing a quality project on time and within budget. We look forward to working on the Palm River Canal Bridge Replacement Project and continuing our successful partnership on the County. Sincerely, CH2M Engineers, Inc. Bill Gramer, P.E., AICP Vice President and Transportation Manager 239-431-9222 bgramer@ch2m.com TAB II Work PlanTAB IIWork Plan II-1 Project Understanding The CH2M team has evaluated the scope of services, visited the Palm River bridge site and fully understands the County’s requirements for the improvements associated with replacement of Bridge No. 034046. These project requirements include complete project management, construction plans, specifications, cost estimates and procurement of all permits. The CH2M team is confident we can deliver these services in a thorough and timely manner. The following paragraphs further detail our understanding of the key elements of the scope of Services, project objectives and our approach to attain these objectives. The proposed improvements for the project include:  Replacement of the existing bridge due its obsolete condition resulting from timber piles of unknown depth which are also experiencing exponential decay.  Reconstruction of the bridge roadway approaches, to transition to the new bridge section and profile. Bridge width will have to accommodate pedestrian/bicycle access features as well as future widening needs. The design criteria will be coordinated with the County during final design.  Construction of roadway drainage system.  New Signing and pavement marking, both permanent and temporary, as required during phased construction.  Utility adjustments, service maintenance and relocations, as needed. After reviewing the project scope, CH2M team has determined that the key issues associated with this bridge replacement project are:  Project management, coordination, communication and schedule.  Establishing a safe and effective traffic control plan during construction.  Bridge Hydraulics  Permitting  Utilities  Vibration & Noise to adjacent residential parcels  Quality Control Successful project delivery will depend on early identification of required permitting (Nationwide), cost effective bridge typical section selection, mitigation of any hydraulic issues (minimal) as well as developing an effective traffic control plan during construction. This Maintenance of Traffic (MOT) Plan must take into account the condition of the existing bridge and its ability to accommodate phased construction while maintaining vehicular traffic economically and safely. Any MOT Plan must be discussed with and approved by local law enforcement and emergency service agencies to document and accommodate requirements and minimize response time. The phasing plan (if chosen) must also consider an effective utility relocation scheme which provides service (if the looped section cannot be closed off temporarily) during construction. There are no current sidewalks within Palm River Estates, but need for pedestrian movement during construction will be coordinated. Project Approach To develop a context sensitive and cost effective road and bridge design and an effective traffic control plan, CH2M team will focus on the following general elements of work:  Design Field Surveys  Existing ROW Map (No additional ROW anticipated) TCE’s required.  Geotechnical Investigation and Analysis  Bridge Hydraulics Report (Incl. Bridge Clearance)  Bridge Development Report  Bridge Design  Roadway and Drainage Design  Environmental Surveys and Permitting  Typical Section Package (Incl. Pavement Design)  Traffic Control  Utility Coordination and Adjustments  Quantity Computations  Design Documentation  Specifications Package  Quality Control/Quality Assurance (QA/QC) 034046034046034046 P al m Vi e w D rive P al m Vi e w D rive P al m Vi e w D rive Vik ing Dri veViking Dri veViking Dri ve Sca le 1”=100’Sca le 1”=100’Sca le 1”=100’dvlB reviR mlaPdvlB reviR mlaPdvlB reviR mlaPExhibit 1 Palm River Boulevard over Palm River Canal Bridge Project: Site Data Map II-3 Design – General A detailed engineering design will produce construction-ready documents including final design and complete sets of roadway and bridge construction plans, specifications package and estimated quantities and engineers estimate. Submittals will occur at Phase I (30% Roadway Plans and Bridge Development Report which includes 30% Bridge Plans), Phase II (60% Roadway Plans and 60% Bridge Foundation Plans), Phase III (90% Roadway & Bridge Plans and Draft Specifications), Phase IV (100% Roadway & Bridge Plans & Specifications) and lastly, Final Plans and Bid Documents. Need for environmental permits will be identified and evaluated in conjunction with various bridge alternatives considered, constructability & MOT. Asbestos Containing Materials (ACM) surveys will be conducted at all bridge sites by a Florida licensed Asbestos Consultant to identify their presence and develop mitigation plans for inclusion in the contract documents, as required. The CH2M team will assist the COUNTY in preparing the exhibits, documents and supporting information for use in any public involvement/community awareness programs. Attendance and conducting public meetings will be as directed by the COUNTY. A Typical Section Design Package will be prepared and submitted to the COUNTY at the earliest possible date prior to the Phase I submittal. General Geotechnical and Survey Considerations applicable to the project are discussed, followed by discussion of individual disciplines and key considerations. The CH2M team will evaluate all project issues in order to provide the best possible solution resulting in cost effective design and construction, minimizing long term maintenance with careful attention to cost estimating to satisfy anticipated budgetary needs. Geotechnical The existing Palm River Road bridge is a two lane urban road bridge. Access for geotechnical exploration equipment appears to be sufficient. Based on the location and purpose of the new, wider replacement structure, it is anticipated that deep foundations will be required to support the structure. We understand that the existing bridge is founded on a timber piles driven to an unknown depth. For the new bridge it is anticipated that driven precast prestressed concrete piles will be used. Below we have listed several geotechnical construction considerations for the proposed replacement. It is anticipated that the classification of the corrosive environment will likely be moderate to slight. Sporadic Hard Limestone (caprock) is anticipated to be in the 10- to 15-foot depth range. Predrilling of the caprock should be anticipated to facilitate pile installation and minimize vibrations. Driven Prestressed Concrete Pile lengths will be reasonable lengths. Nearby residential structures should have pre/post-construction surveys. Nearby residential structures should have vibrations monitoring in place during pile driving. Survey/ROW Existing Palm River Blvd ROW is 100 ft. No ROW impacts are anticipated. There is a driveway within 30 ft. of the existing bridge at the northwest corner. Need for Temporary Construction Easements for approach tie-ins will need to be evaluated. Roadway/Traffic The existing 2-lane Palm River Blvd Bridge is 32 ft. wide. Currently there is no striping to differentiate between the lanes and the shoulders. It has decorative, however substandard railing. The current ADT is 640 and is considered a “Low Volume” roadway. The posted speed limit is 25 MPH. The proposed design speed is 30 mph. A conceptual bridge typical section is shown in Exhibit 3. Bridge Hydraulics/Drainage The bridge length and low member elevation will be set upon completion of a Bridge Hydraulics Report and to meet Agency horizontal and vertical clearance requirements. Hydraulic evaluation may suggest a skewed configuration for the replacement bridge. The bridge deck run-off will be conveyed within the gutters to the bridge ends. Paved gutter slopes into the canal will be installed to minimize and potential for erosion. Utilities Refer to Exhibit 2 for a summary of existing utilities, a conceptual utility approach to facilitate construction of the new bridge. Viking DriveViking Drive 4” Force Main 4” Force Main Proposed Subaqueous LineProposed Subaqueous Line 8” Water Main8” Water Main Proposed Subaqueous LineProposed Subaqueous Line 8”PVC Overhead Electrical Overhead Electrical P a lm V i ew D r i v e P a lm V i ew D r i v e Soils 8” Water Main8” Water Main TelephoneTelephone Reclaimed WaterReclaimed Water Overhead Electrical Overhead Electrical 4” Force Main 4” Force Main Soils MapSoils Map Wetland MapWetland Map FEMA MapFEMA Map Drainage BasinsDrainage Basins Planned Unit DevelopmentPlanned Unit Development Exhibit 2 VIͲ1     Utility/Owner Size Location Relocate/ Protect in Place Length Relocation Option 1 Relocation Option 2 Relocation Option 3 Comments Water Main (Collier)8 Inch On Bridge (East)Relocate**120-150 ft On Bridge 1: Determine if "Looped System" will allow segment deactivation during construction. Bridge mount and reactivate when complete. On Bridge 2: Temporary Connection During Construction ("I" Beam mount over canal), Permanent Bridge Mounting when complete Sub-Aqueous (Directional Drill) If section of utility requiring relocation cannot be isolated from "looped system", then Option 3 "Sub-Aqueous Installation" is recommended. The cost of temporary connections plus temporary mounting, removal, and permanent bridge install will be equal to or higher than the additional cost for directional drill. Force Main (Collier)4 Inch* On Bridge (West)Relocate**130-160 ft On Bridge 1: Determine if "Looped System" will allow segment deactivation during construction. Bridge mount and reactivate when complete. On Bridge 2: Temporary Connection During Construction ("I" Beam mount over canal), Permanent Bridge Mounting when complete Sub-Aqueous (Directional Drill) If section of utility requiring relocation cannot be eliminated* or isolated from "looped system", then Option 3 "Sub-Aqueous Installation" is recommended. The cost of temporary connections plus temporary mounting, removal and permanent bridge install will be equal to or higher than the additional cost for directional drill. Force Main (Collier)8 Inch Sub-Aqueous (West) Protect in Place N/A N/A N/A N/A Coordinate with Collier County PUED Irrigation Water Main (Collier) 8 Inch Sub-Aqueous (East ROW) Protect in Place N/A N/A N/A N/A Coordinate with Collier County PUED FPL Distribution OE Pole Overhead (East ROW) Protect in Place N/A N/A N/A N/A Request Utility Work Schedule - Protect in Place Century Link BE Buried Electric (East ROW) Protect in Place N/A N/A N/A N/A Request Utility Work Schedule - Protect in Place NOTE*Discussneedfor4"FMwithCollierCountyPUED(CraigPager).Possibleeliminationifredundantduetoexisting8"FM NOTE:**FDEPpermittingwillberequired NOTE:DiscusswithCollierCountyandotherUtilityAgenciesinstalling(2)emptyconditsonbridgefor"future"needs. UTILITIES WITHIN PROJECT AREA Palm River Boulevard over Palm River Canal Bridge Project: Utilities/GIS Data II-5 Environmental This bridge crosses the Palm River Canal in an area of uplands developed as single family residences. There is an access trail located on the north side of the canal running east from Palm River Blvd, and existing dwellings adjacent to the right-of- way. No wetland impacts are expected at this site. There were no obvious signs of protected wildlife. Field reviews will be performed by experienced environmental staff immediately after Notice to Proceed to determine if any environmental issues exist that need to be discussed with US Fish and Wildlife (Informal Consultation). Bridge Structures For the Palm River bridge site, the main issues affecting selection of the replacement structure type are:  Function / Hydraulics  Safety  Economy  Constructability & MOT  Maintenance of Traffic / Phasing vs Detour (See Exhibit 4)  Structure depth  Permit requirements (Nationwide is expected) The replacement bridge type will be determined during the Bridge Development Report (BDR) phase. During this phase, all of the above issues will be given an appropriate amount of consideration. In addition to focusing on the bridge, the BDR must also give due attention to the approach roadway and other surrounding conditions. At this time, it is envisioned that probable structure types to be investigated within the BDR are: Superstructures Cast-in-Place (C-I-P) Flat Slabs, Florida Slab Beams (FSBs) with composite topping (New FDOT Developmental Standards), Florida I-Beams (FIBs) and AASHTO Type II beams. Historically, for such bridge sites in Florida, C-I-P flat slabs have been successfully used most often. These C-I-P slabs have provided very durable, reliable, low- maintenance bridges. C-I-P slab bridges do require significant falsework for casting of the slab. The expense of the falsework is additionally exacerbated when the bridge is constructed over water. To reduce the falsework cost and increase speed of construction use of precast slab systems with or without composite topping has been employed with partial success. There have been various precast versions constructed, with considerations for economy, simplification, and reduction or elimination of topping cracking. CH2M has been involved with FDOT District 2 and FDOT Structures Design Office for a recently completed FSB project shown below. The current developmental Standard for Florida Slab Beam System with composite topping is the latest in the evolution of precast/prestressed slabs and is aimed at providing the needed transverse reinforcement interlock between adjacent precast panels thus providing transverse flexural capacity at the longitudinal joints and eliminating the potential for longitudinal cracks which have been observed with the prior Prestressed Slab Unit (PSU) systems. Transverse Post-tensioning also has been used in the past to eliminate longitudinal cracking between panels but is considered more involved than the FSB system. FDOT does not currently utilize a transverse post-tensioned system Florida I-Beams & AASHTO Type II Beams typically allow longer spans than the C-I-P or Precast Slab systems but result in larger structure depths. Palm River bridge site is nestled in a residential area with significant tie-in impacts at bridge approaches and therefore poses a potential constraint on the allowable structure depth. A shallower structure type such as C-I-P flat slab or Florida Slab Beams with composite topping provide inherent advantages and will be given added consideration. Due to bridge length and hydraulic opening requirements, use of Three-sided culverts, Box culverts or Arch Culverts is not recommended. Bessent Road Bridge Replacement, Jacksonville, FL. showing new Florida Slab Beam (FSB) Superstructure on conventional Pile Bents SPAN LAYOUT OPTION 1 SPAN LAYOUT OPTION 2 (Single Span Layout with FSB) (3-span with C-I-P Slab or FSB) Palm River Boulevard over Palm River Canal Bridge Project: Proposed Bridge Options & Probable Cost Sample of Similar CH2M Bridge using 15” thick Florida Slab Beams recently completed August 2016 Exhibit 3 Road Description Feature Intersection Surrounding Utili- ties Structure Name Bridge Number Palm River Blvd/ Palm River Canal Palm River Blvd 0.37 Miles North of CR 846 Palm River Canal 1960 25 32.8 61 Y 640 800 1 2.3 Y N Electric– OH Cable/Telephone– OH Force Main Potable Water 0034046 (Span 3) Temporary Signals Will Be Required For Temporary 1 Lane Bridge Crossing Curb and - Signalized 1-Lane, 2-Way Vehicular Traffic 11’ - 4 3/4” 11’ - 4 3/4” ± 1 in = 800 ft Palm River Boulevard over Palm River Canal Bridge ProjectĞƚŽƵƌKƉƟŽŶ Road Name Length (Miles) PALM VIEW DR 0.49 CYPRESS WAY E 1.08 SADDLEBROOK LN 0.17 CYPRESS WAY W 0.52 VIKING WAY 0.39 PALM RIVER BLVD 0.08 Total Detour 2.73 034046034046034046 ŽƵŶƚLJZŽĂĚϴϰϲͲ/ŵŵŽŬĂůĞĞZŽĂĚŽƵŶƚLJZŽĂĚϴϰϲͲ/ŵŵŽŬĂůĞĞZŽĂĚŽƵŶƚLJZŽĂĚϴϰϲͲ/ŵŵŽŬĂůĞĞZŽĂĚ sŝŬŝŶŐtĂLJsŝŬŝŶŐtĂLJsŝŬŝŶŐtĂLJ WĂůŵsŝĞǁƌ͘WĂůŵsŝĞǁƌ͘WĂůŵsŝĞǁƌ͘ >ĞŶŐƚŚ͗Ϭ͘ϰϵDŝůĞƐ>ĞŶŐƚŚ͗Ϭ͘ϰϵDŝůĞƐ>ĞŶŐƚŚ͗Ϭ͘ϰϵDŝůĞƐ >ĞŶŐƚŚ͗  ϭ ͘ Ϭ ϴ  D ŝ ů Ğ Ɛ >ĞŶŐƚŚ͗  ϭ ͘ Ϭ ϴ  D ŝ ů Ğ Ɛ >ĞŶŐƚŚ͗  ϭ ͘ Ϭ ϴ  D ŝ ů Ğ Ɛ >ĞŶŐƚŚ͗Ϭ͘ϯϵDŝůĞƐ>ĞŶŐƚŚ͗Ϭ͘ϯϵDŝůĞƐ>ĞŶŐƚŚ͗Ϭ͘ϯϵDŝůĞƐ >ĞŶŐƚŚ͗Ϭ͘ϭϳDŝůĞƐ>ĞŶŐƚŚ͗Ϭ͘ϭϳDŝůĞƐ>ĞŶŐƚŚ͗Ϭ͘ϭϳDŝůĞƐ >ĞŶŐƚŚ͗Ϭ͘ϱϮDŝůĞƐ>ĞŶŐƚŚ͗Ϭ͘ϱϮDŝůĞƐ>ĞŶŐƚŚ͗Ϭ͘ϱϮDŝůĞƐDetour /ŶĨŽƌŵĂƟŽŶDetour /ŶĨŽƌŵĂƟŽŶDetour /ŶĨŽƌŵĂƟŽŶ LJƉƌĞƐƐ  t Ă LJ   ͘ LJƉƌĞƐƐ  t Ă LJ   ͘ LJƉƌĞƐƐ  t Ă LJ   ͘ ^ĂĚĚůĞďƌŽŽŬ>ĂŶĞ^ĂĚĚůĞďƌŽŽŬ>ĂŶĞ^ĂĚĚůĞďƌŽŽŬ>ĂŶĞ LJƉƌĞƐƐtĂLJ͘LJƉƌĞƐƐtĂLJ͘LJƉƌĞƐƐtĂLJ͘LJƉƌĞƐƐtĂLJ͘LJƉƌĞƐƐtĂLJ͘LJƉƌĞƐƐtĂLJ͘ĞƚŽƵƌ>ĞŶŐƚŚĂƐĞĚKŶŽůůŝĞƌŽƵŶƚLJ ĞŶƚĞƌůŝŶĞ^ŚĂƉĞĮůĞ>ĞŶŐƚŚƐ͘ ĞƚŽƵƌ>ĞŶŐƚŚĂƐĞĚKŶŽůůŝĞƌŽƵŶƚLJ ĞŶƚĞƌůŝŶĞ^ŚĂƉĞĮůĞ>ĞŶŐƚŚƐ͘ ĞƚŽƵƌ>ĞŶŐƚŚĂƐĞĚKŶŽůůŝĞƌŽƵŶƚLJ ĞŶƚĞƌůŝŶĞ^ŚĂƉĞĮůĞ>ĞŶŐƚŚƐ͘LJƉƌĞƐƐtĂLJt͘LJƉƌĞƐƐtĂLJt͘LJƉƌĞƐƐtĂLJt͘>ĂWůĂLJĂ'ŽůĨŽƵƌƐĞ>ĂWůĂLJĂ'ŽůĨŽƵƌƐĞ>ĂWůĂLJĂ'ŽůĨŽƵƌƐĞ WĂůŵZŝǀĞƌƐƚĂƚĞƐWĂůŵZŝǀĞƌƐƚĂƚĞƐWĂůŵZŝǀĞƌƐƚĂƚĞƐ ĞƚŽƵƌ/ŵƉĂĐƚƐ͗ ϰϲϰWĂƌĐĞůƐ ĞƚŽƵƌ/ŵƉĂĐƚƐ͗ ϰϲϰWĂƌĐĞůƐ ĞƚŽƵƌ/ŵƉĂĐƚƐ͗ ϰϲϰWĂƌĐĞůƐ džŚŝďŝƚϯWĂůŵZŝǀĞƌůǀĚWĂůŵZŝǀĞƌůǀĚWĂůŵZŝǀĞƌůǀĚPalm River Boulevard over Palm River Canal Bridge Project: Phased Construction Alternatives Exhibit 4 Alternative 2: Phase Bridge Construction Alternative 1: Single Phase Bridge Construction with Detour II-8 Substructure and Foundations Cast-in-place bent caps on prestressed concrete piles are the conventional substructure types which are applicable at this site. Geosynthetic Reinforced Slopes- Integrated Bridge Systems (GRS-IBS) abutments on spread footings can be considered but application to water crossings with phased construction will make this option undesirable based on our evaluation and is not recommended. Drilled Shafts and steel piles are not envisioned to be appropriate due to shallow caprock and cost competiveness to driven prestressed concrete piles. Constructability & MOT The proposed bridge involves a relative short bridge length and therefore crane placement and material delivery are not anticipated to generate any special access needs and can be accommodated within the existing ROW access primarily from the bridge ends. SFWMD permitting requirements will govern any construction activity within the canal. Traffic can be maintained either by using a detour or constructing the bridge in phases. During the preliminary design phase, public meetings will be conducted to present the potential design options to explain any advantages or disadvantages of the various alternatives which are highlighted below. 1. Detour Alternative: Refer to Exhibit 4 for the potential Detour Alternative. It involves 2.7 miles and will impact 464 parcels. This is the lowest cost alternative with quickest construction and maximum safety in the workzone. The disadvantage would be the vehicular traffic will be closed over Palm River Canal and will be somewhat inconvenient to the public. An optional temporary pedestrian bridge could be considered for pedestrian connectivity if required. 2. Phased Construction Alternative: Refer to Exhibit 4 for illustration of the Phased Construction Alternative. We will need to ascertain the feasibility of cutting the bridge and substructure immediately upon Notice to Proceed. Based on CH2M’s previous experience with these types of bridges, we anticipate that the bridge can be longitudinally cut for phasing. The original bridge design live load is H20 which is substandard but the bridge is currently not posted for Florida Legal loads per available latest inspection report. The existing bridge is Precast Concrete, 15 ft. span slab units, with closure pours, on deteriorated timber pile bents. A prior study identifies the superstructure type as “Prestressed slab units “but FDOT Bridge information and Bridge Inspection Report refers to “Reinforced Precast Unit”. Based on the vintage of this bridge, both options were available at that time as evidenced by our review of the historical details of Precast slab systems prior to 1960 with closure pours such as the existing Palm river bridge. 1949 standard used non- prestressed and 1956 used prestressed units. We will review available existing plans during final design phase but we believe there is minimal concern in cutting the bridge for phased construction purposes. NOTE: The unit/panels themselves are not cut, rather the closure pour between panel are cut. Cutting of Prestressed units is not recommended but the reinforced concrete closure pour is a suitable location. This bridge has not been rated as scour critical as per the latest bridge inspection report. Substructures will require careful evaluation in ensuring the partially cut substructure is stable and can carry the intended design loads during phased construction. We will investigate need for temporary strengthening or repair to avoid non-redundancy in the foundations and lateral stability upon partial cutting of the bridge to allow phased construction. We have recently completed a similar project in Monroe County with this phased construction scheme as shown to the right. The key steps in this Phased Construction approach are as follows. Phase I:  Maintain one-lane, two-way, signalized vehicular traffic on a portion of the existing bridge, with the use of a temporary signal.  Construct portion of the new bridge and approach roadway Phase II:  Shift traffic to the new roadway and bridge portion constructed in Phase I  Maintain one-lane two-way signalized vehicular traffic on the new bridge with the use of temporary signal.  Construct the remaining portion of the new bridge & Approach Roadway  Complete roadway tie-ins and final signing and striping Watson Boulevard, Superstructure Replacement, Monroe County, FL. Showing phased construction by cutting existing bridge for Maintenance of Traffic option II-9 One lane two-way signalized traffic is considered viable due to the low Average Daily Traffic at the bridge site. The advantages of Phased Construction Alternative is no disruption to vehicular traffic. The disadvantage is approximately 20% increase in construction cost relative to constructing the bridge in one phase and added construction time. 3. Detour Bridge Alternative: In the event, it is deemed necessary to use a detour bridge option we will consider a temporary bridge such as an ACROW bridge type. 2- lane ACROW bridge is not feasible. Due to limited space available within the ROW, even with the use of 1-lane two-way signalized ACROW bridge, phased construction will be necessary since the entire bridge cannot be constructed besides the ACROW bridge. Typically, the greatest advantage of the temporary detour bridge is to facilitate construction of the entire bridge by saving phased construction cost and time. Following is an example of one of CH2M projects using a detour bridge alternative. Public Involvement CH2M will work the Collier County to develop a comprehensive public outreach program to fully engage the local community and stakeholders throughout the process. This includes a potential meeting with the Palm River Homeowners Association to keep them fully informed of aspects of this project. Permitting It is anticipated that the project can be constructed with a ACOE Nationwide Permit. The project has no Wetland impacts, no T&E Species impacts are anticipated, no additional fill will be placed into Palm River Canal. FDEP Permits will be required for Watermain and Forcemain relocations. No SFWMD ROW Permit is needed since it is not a Canal under their jurisdiction. Project Risks & Mitigation Plan Existing Bridge Condition – The CH2M team’s understanding of the history of these type of bridges and prior first-hand knowledge of working on projects of similar magnitudes and challenges will enable us to conduct detailed analysis and careful evaluation of partial cutting of the bridge to avoid any surprises during construction and potential for change orders. Utilities – Coordination with UAOs and Constructability Reviews will be performed to address dewatering and permitting issues, and any adverse effects of proximity to foundation elements. Vibration Monitoring due to proximity of bridge to residences – Contract documents will give careful attention to pile driving time durations and allowable times as well as pre and post condition surveys in conjunction with Vibration monitoring as per FDOT Specification requirements. Shallow Caprock – Pre-drilling pile holes to avoid walking of the piles into holes present in porous caprock as well as to ensure minimum embedment and tipping of the piles in underlying competent layers. Quality Assurance/Quality Control (QA/QC) As part of our Quality Control Program, CH2M assigns senior reviewers who are independent of the project and have the experience to provide concentrated, rigorous reviews throughout the project. Formal QC reviews are performed prior to Draft and Final Deliverables. These reviews concentrate on issues of consistency, completeness, clarity, coordination, constructability (when applicable), and cost- effectiveness. Project Schedule Schedule monitoring for these projects generally will consist of preparing a target (or control) schedule. The target schedule is established at the beginning of the project and will assist our project manager and his task leaders with coordinating project activities. This schedule is used to document performance to date and plan/predict future events. Changes will inevitably occur during the course of a project that will affect the schedule. When this happens, Bill will work with Collier County staff so that the change is managed, with the least possible impact on project schedule and budget. Our Project schedule on the next page summarizes our approach. CR39 Over Alafia River South prong, Hillsborough County, FL. Showing Detour ACROW bridge for Maintenance of Traffic option. ID Task Name Duration Start Finish Predecessors 1 Palm River Blvd Bridge Replacement 330 days Mon 1/2/17 Fri 4/6/18 2 Notice to Proceed 0 days Mon 1/2/17 Mon 1/2/17 3 Design Survey & ROW Mapping 30 days Mon 1/2/17 Fri 2/10/17 2 4 Geotechnical 30 days Mon 1/2/17 Fri 2/10/17 2 5 County Review Geotech Report 20 days Mon 2/13/17 Fri 3/10/17 4 6 Final Geotech Report 4 days Mon 3/13/17 Thu 3/16/17 5 7 On-Site Design Team Field Review 3 days Mon 1/2/17 Wed 1/4/17 2 8 Typical Section Package 15 days Thu 1/5/17 Wed 1/25/17 7 9 Prepare Bridge Hydraulics Report 40 days Mon 2/13/17 Fri 4/7/17 3,4 10 Phase I 30% Submittal 90 days Mon 4/10/17 Fri 8/11/17 11 Prepare 30% Roadway Plans 60 days Mon 4/10/17 Fri 6/30/17 3,8,9 12 Prepare BDR/30% Bridge Plans 60 days Mon 4/10/17 Fri 6/30/17 3,8,9 13 Design QA/QC 10 days Mon 7/3/17 Fri 7/14/17 11,12 14 Phase I - 30% Submittal 0 days Fri 7/14/17 Fri 7/14/17 13 15 County Review 20 days Mon 7/17/17 Fri 8/11/17 14 16 Phase II 60% Submittal 90 days Mon 7/17/17 Fri 11/17/17 17 Utility Pre-Design Conference 1 day Mon 7/17/17 Mon 7/17/17 14 18 Phase II - 60% Roadway & Bridge Foundation Submittal 30 days Mon 8/14/17 Fri 9/22/17 15 19 Design QA/QC 10 days Mon 9/25/17 Fri 10/6/17 18 20 Phase II - 60% Submittal 0 days Fri 10/6/17 Fri 10/6/17 19 21 County Review 20 days Mon 10/9/17 Fri 11/3/17 20 22 Prepare Permit Applications 10 days Mon 10/9/17 Fri 10/20/17 19 23 Submit Permits 0 days Fri 10/20/17 Fri 10/20/17 22 24 Permits Review 20 days Mon 10/23/17 Fri 11/17/17 23 25 Phase III 90% Submittal 65 days Mon 11/6/17 Fri 2/2/18 26 Prepare 90% Roadway & Bridge Plans 40 days Mon 11/6/17 Fri 12/29/17 21 27 Prepare Draft Specifications 10 days Mon 11/6/17 Fri 11/17/17 21 28 Design QA/QC 10 days Mon 1/1/18 Fri 1/12/18 26 29 Constructability & Biddability Review 5 days Mon 1/1/18 Fri 1/5/18 26 30 Phase III 90% Submittal incl. Draft Specifications 0 days Fri 1/5/18 Fri 1/5/18 29 31 County Review 20 days Mon 1/8/18 Fri 2/2/18 30 32 Resolution of Permit Comments 30 days Mon 11/20/17 Fri 12/29/17 24 33 Phase IV 100% Submittal 65 days Mon 1/1/18 Fri 3/30/18 34 Prepare 100% Roadway & Bridge Plans 15 days Mon 2/5/18 Fri 2/23/18 31 35 Design QA/QC 5 days Mon 2/26/18 Fri 3/2/18 34 36 Final Specifications Submittal 0 days Fri 2/2/18 Fri 2/2/18 31 37 Obtain Final Permits 65 days Mon 1/1/18 Fri 3/30/18 32 38 County Review 20 days Mon 3/5/18 Fri 3/30/18 35 39 Bid Plans Submittal 5 days Mon 4/2/18 Fri 4/6/18 40 Incorporate County Review comments 5 days Mon 4/2/18 Fri 4/6/18 38 41 Issue Bid Plans, Specifications, Quantities & Cost Estimates 0 days Fri 4/6/18 Fri 4/6/18 40 1/2 7/14 10/6 10/20 1/5 2/2 1st Quarter 2nd Quarter 3rd Quarter 4th Quarter 1st Quarter Task Split Progress Milestone Summary Project Summary External Tasks External Milestone Deadline Page 1 Project: Palm River Bridges Schedule Date: Sun 10/2/16 Public Involvement Meetings will be required to inform the public of the project and obtain their acceptance/denial of the phasing/detour alternatives A Nationwide Permit is anticipated for this project. There are no wetland impacts or T&E species impacts anticipated. is required. present a 15 month project schedule. Palm River Boulevard over Palm River Canal Bridge Project: Schedule Exhibit 5 Sample Work Plan BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 1 Bridge Development Report Bessent Road over West Branch Financial Project ID: 212379-2-32-01 FAP No. 2720-003-U II Prepared for: Florida Department of Transportation District Two February 5, 2013 9428 Baymeadows Road Suite 300 Jacksonville, FL 32256 Project No. 178573 BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 2 TABLE OF CONTENTS 1.0 EXECUTIVE SUMMARY ............................................................................................ 4 2.0 EXISTING CONDITIONS ............................................................................................ 6 2.1 Existing Bridge Conditions ...................................................................................... 6 2.2 Existing Roadway Conditions .................................................................................. 6 2.3 Existing Channel Characteristics ............................................................................. 6 2.4 Geotechnical Conditions ......................................................................................... 6 2.5 Lighting .................................................................................................................... 6 2.6 Utilities ..................................................................................................................... 7 2.7 Environmental ......................................................................................................... 7 2.8 Project Constraints .................................................................................................. 7 3.0 ROADWAY GEOMETRY ............................................................................................ 8 3.1 Horizontal Alignment ............................................................................................... 8 3.2 Vertical Alignment ................................................................................................... 8 3.3 Typical Section ........................................................................................................ 8 4.0 DESIGN CRITERIA .................................................................................................... 9 4.1 Bridges .................................................................................................................... 9 4.1.1 Standards and Specifications ........................................................................... 9 4.1.2 Design Loads ................................................................................................... 9 4.1.3 Materials ........................................................................................................... 9 4.1.4 Foundations ..................................................................................................... 9 4.1.5 Environmental Classification ............................................................................ 9 4.2 Traffic Data .............................................................................................................. 9 4.3 Hydraulics, Drainage and Clearances (Under) ...................................................... 10 5.0 ALTERNATIVES CONSIDERED .............................................................................. 11 5.1 General .................................................................................................................. 11 5.2 Span Arrangements .............................................................................................. 11 5.3 Superstructure Systems ........................................................................................ 12 5.4 Substructure and Foundation Systems ................................................................. 13 5.5 Retaining Walls ..................................................................................................... 13 6.0 SUMMARY AND RECOMMENDATIONS ................................................................. 15 6.1 Other Items ............................................................................................................ 15 6.1.1 Right of Way ................................................................................................... 15 6.1.2 Drainage ......................................................................................................... 15 6.1.3 Scour .............................................................................................................. 15 6.1.4 Geotechnical .................................................................................................. 15 6.1.5 Lighting ........................................................................................................... 15 6.1.6 Utilities ............................................................................................................ 15 6.1.7 Maintenance of Traffic .................................................................................... 15 6.2 Estimate of Probable Construction Cost ............................................................... 15 6.3 Recommended Bridge Type .................................................................................. 16 BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 3 LIST OF APPENDICES Appendix A - 30% Bridge Plans Appendix B - BDR Submittal Checklist Appendix C - Alternatives Appendix D - Approved Typical Section Package Appendix E - Roadway Plans Appendix F - Estimates of Probable Costs Appendix G - Preliminary Engineering Report Appendix H - Bridge Hydraulics Report Appendix I - Preliminary Structural Design Calculations Appendix J - Geotechnical Reports(Partial) Appendix K - PSU Developmental Standards Appendix L - Asbestos Survey Report(Partial) BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 4 1.0 EXECUTIVE SUMMARY Existing Bridge number 724117 carries two lanes of Bessent Road over a branch of the Trout River known as West Branch, in northwest Duval County. The bridge is posted for weight restrictions. The existing bridge was constructed in 1972, has a Sufficiency of 48.6 and a National Bridge Inventory (NBI) Rating of Structurally Deficient. Due to this substandard condition, the bridge is to be replaced. The purpose of this report is to identify the most appropriate replacement bridge type, based on the function, economy, aesthetics, and project constraints. The new bridge will have two 12’-0” travel lanes, with two 4’-0” bike lanes, two 1’-6” roadway gutter transitions, two 6’-6” raised sidewalks and two 1’-1”wide x 32”high vertical face traffic barriers, with Post “C” Pedestrian/Bicycle Railing. The total out to out width of the bridge is 50’- 2”. The section is crowned in the center with a cross slope of 2%. The proposed bridge typical section is shown in the approved Typical Section Package within Appendix D. The bridge is on a horizontal tangent, there is no skew and the bridge is in the middle of a crest vertical curve with a +0.763% entry grade and a -1.152% exit grade. The Preliminary Engineering Report (PER) was performed in May 2002 by FDOT District 2. Copy of the PER is within Appendix G. An updated Bridge Hydraulics Report (BHR) was performed by Taylor Engineering in July, 2012. Copy of the BHR is provided within Appendix H. According to the original PER, the length of the bridge was established as 120’-0”. Subsequently, upon recommencement of bridge design in 2012, in conversations with District 2 staff, it was recommended to span more of the west end causeway. The current bridge length has been established at 200 ft. The low member of the bridge has also been increased to provide 2’ debris clearance. The minimum required low member elevation is +7.0. Provided low member elevation is + 7.27. The existing bridge will be removed and traffic will be detoured during construction. The MOT/Detour plan is within the provided roadway plans. It is important to provide the same amount of accommodation to the recreational boaters that use this waterway as the existing bridge does. In order to do this, it is necessary that the proposed bridge provide no less horizontal clearance in the area of the channel than currently provided. All considered alternatives provide greater horizontal clearance than the existing bridge. Refer to Appendix C – Alternatives. This report evaluated the following five alternative structures: Alternative 1: 4 span, 15” thick Prestressed Slab Units, w/ 6 1/2” topping (4 spans @ 50’ ea.) Alternative 2: 5 span, 21 ½ ” thick, Cast-In-Place flat slab bridge (5 spans @ 40’ ea.) Alternative 3: 5 span, 12” thick Prestressed Slab Units, w/ 6 1/2” topping (5 spans @ 40’ ea.) Alternative 4: 6 span, 18 ½ ” thick, Cast-In-Place flat slab bridge (6 spans @ 33.33’ ea.) Alternative 5: 6 span, 12” thick, Prestressed Slab Units, w/ 6 1/2” topping (6 spans @ 33.33’ ea.) Construction cost estimates were developed for each alternative and are summarized in Appendix F. Standard pile supported bents were considered for all of the alternatives. 24” sq. prestressed concrete piles are required due to the extremely aggressive environment. BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 5 As a result of this evaluation, it was determined that the 4 span, 15” Prestressed Slab Unit (PSU) with 6 1/2” topping is the most economical structural system for the proposed bridge, with an estimated construction cost of approximately $923,709.00. It is therefore recommended that Alternative 1; 4 span, 15” thick Prestressed Slab Units, w/6 1/2” topping (4 spans @ 50’ ea.) be carried into the final design. The Prestressed Slab Units are per FDOT Developmental Standards D20350 through D20399 and are acceptable for off system bridge with low ADT and truck volume. Geogrid stabilized steepened slope embankments, ½ H: 1 V, are the most cost effective type of wall for this project and are recommended within the western approach. 30% plans are submitted within Appendix A of this BDR. BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 6 2.0 EXISTING CONDITIONS 2.1 Existing Bridge Conditions Bridge Number 724117 carries two lanes of Bessent Road over a branch of the Trout River known as West Branch. The bridge is located in Northwestern Duval County, FL. The existing bridge was constructed in 1972. The bridge is posted for weight restrictions, has a sufficiency rating of 48.6 and has a National Bridge Inventory Rating of Structurally Deficient. The existing bridge is 4 ~ 20’-0” spans, equaling 80’-0” of total length. The cast in place concrete flat slab bridge consists of 11 ½” thick, simply supported concrete slabs. The bridge is approximately 28’-0” wide curb to curb, approximately 30’-10” out to out and is not crowned. The slab is supported by cast in place concrete pile caps with 1’-0” diameter treated timber piles. Existing bridge sketches are within the 30% bridge plans. 2.2 Existing Roadway Conditions The approach roadway consists of two 11’-0” travel lanes, with unpaved shoulders. The western 260’ of approach is through a filled causeway. The right of way through the area is 60’. 2.3 Existing Channel Characteristics The Bridge carries Bessent Road over West Branch of the Trout River. The channel bottom elevation is approximately –3.9. Water elevations are: MHW=+2.1 MLW=-0.5 Design Flood/Design Water(25 yr.)=+5.0 Base Flood(100 yr)=+8.0 Greatest Flood(500 yr)=+11.8 2.4 Geotechnical Conditions The subsurface conditions at the project site consist mostly of fine sands and fine sands with silt. This fine sand layer is generally encountered from the surface to an average depth of 48 feet. Below this layer are layers of silty fine sand, cemented silty sands and consolidated silts and clays. There is a layer of sandy muck that begins at a depth of 11 feet and continues to a depth of 18 feet on the west side of the bridge. The groundwater table was encountered at an elevation of approximately +1 to +3 feet NGVD. Complete Geotechnical Reports are provided under separate cover. 2.5 Lighting There is no lighting provided or required on the bridge. An existing wooden utility pole is located at station 27+40 which contains a streetlight. BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 7 2.6 Utilities Along the corridor, there are overhead CATV, telephone and electric lines. A buried telephone line is located on the north side approximately three feet below existing grade. On the existing bridge, the only utility attached to the bridge is the buried telephone. The overhead electric lines do not cross the creek, and they are located only on the east side of the bridge. Within the footprint of the proposed bridge, there are two wooden utility poles which must be relocated. The first is at station 25+75 lt., and the second is at station 27+40 lt. There is a streetlight attached to the pole at station 27+40 lt. There is a third pole located at station 24+30 which may not have to move, but this pole marks the transition of a buried telephone line to an overhead telephone line. The proposed roadway work may impact this transition, so it may need to be relocated. 2.7 Environmental The environmental classification for the project location is extremely aggressive for the superstructure and extremely aggressive for both concrete and steel substructures. Chlorides are 18,000 ppm, therefore the bridge is also classified as a marine structure. Specific concrete admixtures and other requirements will be determined during final design. 2.8 Project Constraints The existing bridge will be removed prior to the construction of the existing bridge. Traffic will be detoured, therefore no phased construction will be required. The length of the bridge will increase from existing. There will also need to be partial demolition of the existing causeway in order to construct the longer bridge. Due to the raised profile, wider roadway section, 60 ft. right-of-way and minimization of wetland impacts, containment of approach roadway embankment is required. Within 30 ft. of each bridge end this will be achieved be extending the wing walls for the full 30 ft. of the approach slabs. For approximately 60 ft. beyond the west end bent steepened, geotextile reinforced side slopes are proposed to contain the fill within the existing right of way and to minimize wetland impacts. The bridge has one attached utility on its north side. This utility will need to be accommodated during the bridge construction. Adjacent existing driveways, east of the bridge restrict the utilization of a significantly deeper structure due to the increased height of fill on the approach roadway. BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 8 3.0 ROADWAY GEOMETRY 3.1 Horizontal Alignment The proposed centerline of the bridge is coincident with the existing tangent centerline of Bessent Road. 3.2 Vertical Alignment In order to meet the bridge hydraulic requirements, the vertical profile of the bridge will need to be raised for all evaluated alternatives. The low member elevation needs to be raised from approximately +6.14 elevation +7.0. The proposed low member elevation is +7.27. With this, the profile grade at the bridge ends will be increased by approximately 2.6 ft. The bridge is in the middle of a crest vertical curve with a +0.763% entry grade and a -1.15% exit grade. 3.3 Typical Section The typical section across the bridge consists of two 12’-0” travel lanes, with two 4’-0” bike lanes, two 18” roadway gutter transitions, two 6’-6” sidewalks and two 1’-1”wide by 32” high, Vertical Face Traffic Barriers, with Post “C” Pedestrian/Bicycle Railing. The total out to out width of the bridge is 50’-2”. The section is crowned in the center with a 2% cross slope. The Approved Typical Section is within Appendix D. BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 9 4.0 DESIGN CRITERIA The design criteria for the bridge are summarized below. 4.1 Bridges 4.1.1 Standards and Specifications  AASHTO LRFD Bridge Design Specifications, Sixth Edition 2012.  Florida Department of Transportation (FDOT)“Structures Manual” January 2013, Includes: Structures Design Guidelines Structures Detailing Manual  FDOT Plans Preparation Manual, January 2013  FDOT Design Standards 2013  FDOT Standard Specifications for Road and Bridge Construction, 2013 4.1.2 Design Loads Live Load HL-93 as per AASHTO LRFD Specifications. Future Wearing Surface N/A(Long Bridge, ½” sacrificial concrete) Seismic Performance Category A (Bearing Length) 4.1.3 Materials Overlay Class IV Polymeric Fiber Reinforced Concrete (PFRC) Prestressed Slabs Class V Concrete Superstructure Class II Prestressed Concrete (Piles) Class V (Special) Concrete Substructure Class IV Reinforcing Steel ASTM A615-96 Gr. 60 4.1.4 Foundations 24” Sq. Piles 450 tons (Max. Pile Driving Resistance) 4.1.6 Environmental Classification Superstructure Extremely Aggressive Substructure Extremely Aggressive Chlorides = 18,000 ppm Marine Structure 4.2 Traffic Data AADT 800 (2012), 900 (2016), 1,200 (2036) K=9%, D=61%, T=17%, (24 Hour) Design Hour T = 8.5% Design Speed 40 MPH Posted Speed 35 MPH Superelevation 0.02 (Normal Crown) BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 10 4.3 Hydraulics, Drainage and Clearances (Under) Vertical 2’-0” Debris Clearance over the 25-year storm event. Horizontal Non-navigable, therefore not applicable. 46.5 ft. provided between bents. BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 11 5.0 ALTERNATIVES CONSIDERED 5.1 General Hydraulics were performed by Taylor Engineering. Copies of the 2002 Preliminary Engineering Report (PER) and the 2012 Bridge Hydraulics Report (BHR) are provided within Appendix G and Appendix H, respectively. Per the original PER, the bridge length was established as 120’- 0”. Subsequently, upon recommencement of the project in 2012, in conversations with D2 staff, it was recommended to span more of the west end causeway. The current bridge length has been established at 200 ft. The existing bridge will be lengthened to the west, allowing part of the existing causeway to be removed. This bridge lengthening also has the benefit of creating salt marsh. The east end of the bridge is in close proximity with the boundaries of existing properties and therefore needs to be held at the current location. The new west is in close proximity to the demarcation between marsh and uplands. Several alternatives were considered based on alternative span arrangements and structure types. These are presented below. 5.2 Span Arrangements At this site, the small main channel of West Branch is not in the center of the proposed bridge. The main channel is off center, closer to the east end of the bridge. This allows for a wider variety of span arrangements. Due to profile constraints and adhering to low member requirements, a “shallow” superstructure, with relatively short spans is required. The following span arrangements have been considered: 4 Spans @ 50’’-0” = 200’-0” 5 Spans @ 40’-0” = 200’-0” 6 Spans @ 33’-4” = 200’-0” It is important to offer, if possible, the same amount of accommodation to the recreational boaters that use this waterway, as the existing bridge. In order to do this, it is necessary that the proposed bridge offer no less horizontal clearance in the area of the channel than what is currently offered. Figures within Appendix C illustrate the bent locations for existing and considered span arrangements. All of the considered span arrangements provide equal or greater horizontal clearance than existing. One span, two span and three span alternatives are not considered feasible at this site, due to the required structure depth, the resulting increase in approach roadway elevation and effects on properties, wetland and driveways. This increase in approach height would also push the embankment toe of slope beyond the right of way. This would require the construction of retaining walls above and beyond what is already being constructed in the vicinity of the bridge. Therefore, the 1, 2 and 3 span alternatives were considered to be more costly, non-applicable to this site and were eliminated as viable options at this location. Superstructure types for those spans would be: 1 Span at 200 ft. with FIB 96 – Structure depth is prohibitive. 2 Span at 100 ft. each with FIB 36 – Structure depth is prohibitive. 3 Span at 67 ft. each with FIB 36, or Inverted Tees - Structure depth is prohibitive. BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 12 5.3 Superstructure Systems For a bridge with these span lengths, two different slab superstructure options can be used. The first is a conventional cast-in-place (CIP) concrete flat slab and the second is a precast prestressed concrete solid slab with composite topping. For the precast prestressed solid slab, the FDOT Developmental Design Standards (DDS) for Prestressed Slab Units (PSU) are proposed. Copy of DDS are included within Appendix K. For application of the PSU’s all specific requirements of the DDS’s, Instructions to Developmental Design Standards (IDDS) and Development Specifications will also be adhered to. PSUs do not require installation of extensive forming as does a CIP slab. For CIP slabs, in addition to installing the underside forms, there is the effort of removal of these forms. Removal of extensive forms at this site is anticipated to be difficult, would require the acquisition of additional Temporary Construction Easements and work over wetlands. Following are descriptions of the evaluated alternatives. Sketches of these alternatives are provided within Appendix C. Alternative 1: 4 span, 15” thick PSU, w/ 6 1/2” topping (4 spans @ 50’ ea.) Alternative 2: 5 span, 21 1/2” thick, Cast-in-Place flat slab bridge (5 spans @ 40’ ea.) Alternative 3: 5 span, 12” thick PSU, w/ 6 1/2” topping (5 spans @ 40’ ea.) Alternative 4: 6 span, 18 1/2” thick, Cast-in-Place flat slab bridge (6 spans @ 33.33’ ea.) Alternative 5: 6 span, 12” thick, PSU, w/ 6 1/2” topping (6 spans @ 33.33’ ea.) Alternative 1: 4 – 50 ft. Spans, with 15” Prestressed Slab Units The superstructure consists of 4 ~ 50 ft. spans, with 15” deep PSUs and a 6½” Fiber Reinforced Concrete Deck Topping (FRCDT). The structure depth for this alternative would be 21½” plus 6.02 “ cross slope. To achieve the 50’-2” width, 10 - 60” wide PSUs are required. Alternative 2: 5 – 40 ft. Spans, 21 ½” thick Continuous, Cast-in-Place Slab The superstructure would consist of 2 span and 3 span continuous units, 21½” thick cast-in- place concrete flat slab. The structure depth for this alternative would be 21½” plus 6.02” cross slope. Alternative 3: 5 – 40 ft. Spans, with 12” Prestressed Slab Units The superstructure consists of 5 ~ 40 ft. spans, with 12” deep PSUs and a 6½” Fiber Reinforced Concrete Deck Topping (FRCDT). The structure depth for this alternative would be 18½” plus 6.02” cross slope. To achieve the 50’-2” width, 10 - 60” wide PSUs are required. Alternative 4: 6 – 33.33 ft. Spans, 18 ½” thick Continuous, Cast-in-Place Slab The superstructure would consist of 2 ~ 3 span continuous units, 18½” thick cast-in-place concrete flat slab. The structure depth for this alternative would be 18½” plus 6.02” cross slope. Alternative 5: 6 – 33.33 ft. Spans, with 12” Prestressed Slab Units The superstructure consists of 6 ~ 33.33 ft. spans, with 12” deep PSUs and a 6½” Fiber Reinforced Concrete Deck Topping (FRCDT). The structure depth for this alternative would be 18½” plus 6.02” cross slope. To achieve the 50’-2” width, 10 - 60” wide PSUs are required. BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 13 4 Spans at 50 ft, each with Cast-In Place slab – Experience indicates that a Cast-In-Place slab of this magnitude requires extensive formwork, which is practically prohibitive. 5.4 Substructure and Foundation Systems Standard pile supported bents are proposed for all substructure alternatives. 24” square prestressed concrete piles are required due to the extremely aggressive environment. The preliminary geotechnical investigation revealed subsurface conditions that are favorable to the use of driven piles. No difficulty is anticipated in driving piles to their estimated tip elevations. The layer of muck should have no impact on pile driving operations. Based upon initial FB Pier models and geotechnical recommendations, currently pile tips are estimated at elevation -60. The requirement of 24” prestressed concrete piles additionally validate the longer 50 ft. spans for utilization of the capacity of the 24” piles. End bents and intermediate bents are proposed to be cast in place. Ready access to the caps, small quantities of caps, and availability of ready mix concrete indicate that precast substructures are not warranted. 5.5 Retaining Walls Currently there are timber bulkheads and flared wingwalls at each end of the bridge. At the east end bent, the timber bulkhead is approximately 5.5 ft. tall. There are no retaining walls or wingwalls parallel to the roadway through any portions of the approaches. The existing timber will be removed with the existing bridge demolition. Due to the raised profile, wider approach roadway section, ROW and the need to minimize wetland impacts, methods for containment of fill have been reviewed. To meet these needs the following have been selected. End Bents: At both end bents, 90 degree end Bent wing walls, which are parallel to the road way will be extended the full 30 ft. length of the approach slabs. At end bent 5, to match the existing timber bulkhead height, the proposed end bent cap will be approximately 7.3 ft. deep. This is shown in the recommended alternative/30% bridge plans. West approach: From Stations 24+50 to 25+07 (57 LF) the embankment will utilize steepened geosynthetic reinforced side slopes. The limits of this steepened slope are indicated on the roadway plans within Appendix E, and detailed within Appendix J. The bridge goetechnical investigation reveals a 5 ft. to 8 ft. layer of muck, from elevation –5 to – 12 (@ Sta. 25+51, Rt.) and from elevation –13.5 to –18.5 (@ Sta. 25+50, 8’ Lt). The Preliminary Soils Survey Report reveals an organic stratum primarily between stations 24+50 and 25+00, at depths 3 to 18.5 ft. below existing grade. This weak material, at this depth, would be difficult and costly to remove through the causeway. It also eliminates some of the wall alternatives due to its potential for differential settlement and very poor lateral resistance. Compaction grouting is recommended through this area of weak soils, and is further addressed within the Preliminary Soils Survey, which is provided under separate cover, and is detailed within Appendix J. For containment of west approach fill, sheet pile walls and steepened geosynthetic stabilized slopes have been evaluated and are considered as follows: BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 14 Sheet pile walls are generally well suited for this application. But, the wall design will be affected by the muck presence. Due to wall height needs, the walls will be anchored. Conceptual design indicates that approximately 30 ft long sheets will be required, but the required flexural capacity may be difficult to achieve with symmetrically prestressed concrete sheet piles. For corrosion, maintenance and economical reasons, concrete sheets would be recommended. A concrete cap will be used as a wale and anchor connection. The walls will be anchored by either, concrete deadmen within the approaches, or tied across the roadway section to each other. If final design indicates that concrete sheets are not capable, the steel sheets will be required. The environment is extremely corrosive and therefore properly coated steel sheets with additional sacrificial thickness would be required. As discussed earlier, Steepened Geogrid Stabilized Slopes are also viable and have been successfully used in the past, as steep as ¼ H: 1 V. In order to stay within the R/W, ½ H: 1 V steepened slopes will be required for the proposed bridge approach a the west end. This will be the most economical alternative, and is well suited for this application. It can tolerate any potential differential settlements and will be relatively simple to construct. The cost of Geogrid stabilized slopes will be approximately $64,300. (Based on $15 / SF of exposed area). Cost comparisons for the above described alternatives are within Appendix F and are: Grout Columns Included Grout Columns Not Included Steepened, Geogrid Stabilized Slopes $ 276,267 $ 64,300 Concrete Sheet Piles $ 452,800 $ 240,800 Steel Sheet Piles $ 438,400 $ 226,400 BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 15 6.0 SUMMARY AND RECOMMENDATIONS 6.1 Other Items The following paragraphs discuss additional items considered during the evaluation of the bridge structure. 6.1.1 Right of Way Minimization of ROW has been considered. Roadway and bridge plans within the appendix depict the ROW and Temporary construction needs. 6.1.2 Drainage The bridge is on a crest vertical curve. The entrance and exit grades are sufficient to drain the storm water runoff off of the end of the bridge. Therefore, no deck drains or scuppers are required. 6.1.3 Scour Bank and Shore grade rubble, at the abutments, is required. No other scour protection is required. 6.1.4 Geotechnical The preliminary geotechnical investigation supports the use of 24” square prestressed concrete piles. These piles can be readily manufactured and delivered to the site. No special equipment to install these piles is anticipated. 6.1.5 Lighting No lighting will be provided on the bridge. 6.1.6 Utilities The telephone duct that is currently attached to the existing bridge will be accommodated by the new structure. 6.1.7 Maintenance of Traffic The existing bridge will be demolished and traffic will be detoured during the bridge construction. 6.2 Estimate of Probable Construction Cost An estimate of probable construction cost has been prepared for all five alternatives. These estimates are prepared in accordance with the pricing information provided in Chapter 9 of the FDOT Structures Design Guidelines. Cost estimates and quantities are within Appendix F. BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 16 Table 1: Comparative Cost Summary Alternative Superstructure Bridge Cost Geosynthetic Slopes Total Cost Bridge Cost/SF Alt. 1 15” PSU w/ 6 ½” Topping 4 spans @ 50' each $ 923,709 $ 64,300 $ 988,009 $ 92 Alt. 2 21 1/2" Thick CIP Slab, 5 spans @ 40’ each’ $ 1,069,432 $ 64,300 $ 1,133,732 $ 107 Alt. 3 12” PSU w/6 ½” Topping 5 spans @ 40' each $ 999,511 $ 64,300 $ 1,063,811 $ 100 Alt. 4 18 ½” Thick CIP Slab 6 spans @ 33.33’ each $ 1,038,328 $ 64,300 $ 1,102,628 $ 103 Alt. 5 12” PSU w/ 6 ½” Topping 6 spans @ 33.33’ each $ 1,073,357 $ 64,300 $ 1,137,657 $ 107 All alternatives are founded on 24” square prestressed concrete pile bents as described in previous sections 6.3 Recommended Bridge Type As shown in the comparative cost estimates in Table 1, Alternative 1; 4 ~ 50 ft. spans of 15” PSUs, with composite topping is the most cost effective for the proposed bridge. All bridge types investigated in this report are concrete construction, therefore similar maintenance and other life cycle costs are comparable between the alternates. Therefore, Alternative 1 is the recommended alternative. Alternative 1 is summarized below:  4 ~ 50 ft. Spans  15” Prestressed Slab Units, with 6 ½” composite topping.  3’-6”wide x 3’-0” minimum depth Cast in Place Concrete Intermediate Bent Caps founded on 5 -24” sq. prestressed concrete piles.  3’-6” wide x variable depth Cast In Place Concrete End Bents founded on 5 - 24” sq. prestressed concrete piles, plus wing wall piles. Retaining Walls For the wall construction, concrete or steel sheet pile walls are feasible at the bridge end bents and along the causeway, but may be costly due to the larger depth required to overcome the weak muck layer. The Geogrid stabilized steepened slope embankments are the most cost effective type of wall for this project. Both of these wall types can be readily constructed. Therefore, we recommend the following,  Geogrid stabilized Steepened slopes, ½ H: 1 V, at the western approach.  30’ long, pile supported C-I-P wing walls at both ends BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 Appendix A – 30% Bridge Plans JACKSONVILLE FT PIERCE FT LAUDERDALE MIAMI NAPLES TAMPA ORLANDO TALLAHASSEE PENSACOLA 10 95 4 4 275 295 75 10 75 75 95 75 75 T UR NPIKE BEE LINE EXPRESSWAY FLORID A S BARTOW KEY WEST CHIPLEY DELAND CITY LAKE CERTIFICATE OF AUTHORIZATION 00000072 VENDOR NO. 59-0918189 CONTRACT NO. C-8657 (904) 733-9119 JACKSONVILLE, FL 32256 SUITE 300 9428 BAYMEADOWS ROAD RANDALL L. MOCK, P.E. (904) 733-9119 JACKSONVILLE, FL. 32256 9428 BAYMEADOWS ROAD, SUITE 300 CH2M HILL, INC. RANDALL L. MOCK, P.E. RANDALL L. MOCK, P.E. SUPERSTRUCTURE SECTION INTERMEDIATE BENTS 2, 3 AND 4 - PLAN AND ELEVATION END BENT 5 - PLAN AND ELEVATION END BENT 1 - PLAN AND ELEVATION FOUNDATION LAYOUT - SHEET 2 OF 2 FOUNDATION LAYOUT - SHEET 1 OF 2 REPORT OF SPT BORINGS FOR STRUCTURES REPORT OF SPT BORINGS FOR STRUCTURES REPORT OF SPT BORINGS FOR STRUCTURES REPORT OF SPT BORINGS FOR STRUCTURES REPORT OF SPT BORINGS FOR STRUCTURES BRIDGE HYDRAULIC RECOMMENDATIONS BRIDGE TYPICAL SECTION PLAN AND ELEVATION GENERAL NOTES INDEX OF BRIDGE SHEETS B1-14 B1-13 B1-12 B1-11 B1-10 B1-9 B1-8 B1-7 B1-6 B1-5 B1-4 B1-3 B1-2 B1-1 B-2 B-1 NOT FOR CONSTRUCTION FEBRUARY 4, 2013 30% SUBMITTAL PROJECT LOCATION EXISTING PLANS (FEDERAL FUNDS) SHEET NO.FISCAL YEAR STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONTRACT PLANS STRUCTURE PLANS INDEX OF STRUCTURE PLANS KEY SHEET REVISIONS DATE BY DESCRIPTION ENGINEER OF RECORD: STRUCTURE PLANS SHEET NO.SHEET DESCRIPTION egunders 2/3/2013 7:18:40 PM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1KeySheet01.dgn TO BE SUBMITTED TO: STRUCTURE SHOP DRAWINGS FINANCIAL PROJECT ID 212379-2-52-01 DUVAL COUNTY (72000) PLANS PREPARED BY: B-1 HAVE CHANGED DUE TO REPRODUCTION. NOTE: THE SCALE OF THESE PLANS MAY FDOT PROJECT MANAGER : MICHAEL CARTER P.E. NO.: 32015 13 EXISTING BRIDGE INFORMATIONBX1-1 BESSENT ROAD FINISH COATING CLASS 5 APPLIED GRADE FINISH 724209 DECK OVERLAY CONCRETE (PFRC) FIBER REINFORCED IV,WITH POLYMERIC FACE OF CONCRETE. TO CENTERLINE OF BAR EXCEPT WHERE CLEAR DIMENSION IS NOTED TO DIMENSIONS PERTAINING TO THE LOCATION OF REINFORCING STEEL ARE COVER". SEE SPECIFICATION 415 FOR ALLOWABLE TOLERANCES. ALL PLACEMENT AND FABRICATION TOLERANCES UNLESS SHOWN AS "MINIMUM CONCRETE COVER DIMENSIONS SHOWN IN THE PLANS DO NOT INCLUDE 2.CONCRETE COVER: 5,500 SLAB KEYWAYS PRESTRESSED V V (SPECIAL) IV IV II (BRIDGE DECK) (NON-SHINK) GROUT PRESTRESSED SLABS PRESTRESSED CONCRETE PILES C.I.P. SUBSTRUCTURE TRAFFIC RAILING APPROACH SLABS 4" 4" 2" 2" 2" TO THE TRAFFIC CONTROL PLANS LOCATED IN THE ROADWAY PLANS. WORK PHASING AND PROGRESSION OF THE WORK SHALL CONFORM PHASING OF WORKQ. REFER TO TRAFFIC CONTROL PLANS LOCATED IN THE ROADWAY PLANS. TRAFFIC CONTROL PLANSP. ANY DISCREPANCIES. ALL DATA BEFORE BEGINNING CONSTRUCTION AND NOTIFY THE ENGINEER OF IT IS THE CONTRACTOR’S RESPONSIBILITY TO VERIFY EXISTING CONDITIONS &1. EXISTING BRIDGE CONSTRUCTION CONSIDERATIONS O. SHOWN SHALL REQUIRE APPROVAL OF THE ENGINEER. IN THE PLANS. ADDITIONAL CONSTRUCTION JOINTS OR ALTERATIONS TO THOSE CONSTRUCTION JOINTS WILL BE PERMITTED ONLY AT THE LOCATIONS INDICATED JOINTS IN CONCRETEN. NOT APPLICABLE. STAY-IN-PLACE DECK FORMSM. SHORING, ETC. AS REQUIRED. DECK FORMING SYSTEMS, CONSTRUCTION LOADS, OVERLAYS AND TEMPORARY THEORETICAL DEFLECTIONS DUE TO SELF WEIGHT, DECK CASTING SEQUENCE, ACHIEVE THE FINISH GRADE ELEVATIONS SHOWN IN THE PLANS. ACCOUNT FOR SCREED THE RIDING SURFACE OF THE BRIDGE DECK AND APPROACH SLABS TO SCREEDING DECK SLABSL. WEST BRANCH BESSENT ROAD OVER WITH THE TRAFFIC RAILING DESIGN STANDARDS: PLACE THE FOLLOWING BRIDGE NAME ON THE TRAFFIC RAILING IN ACCORDANCE BRIDGE NAMEK. THE ROADWAY PLANS. FOR DISPOSITION OF UTILITIES, SEE THE UTILITY ADJUSTMENT SHEET(S) IN THE PLANS ARE APPROXIMATE.SHEET(S). LOCATIONS OF UTILITIES, SHOWN IN FOR PLAN LOCATIONS OF EXISTING UTILITIES, SEE PLAN AND ELEVATION UTILITIESJ. HORIZONTALLY OR VERTICALLY UNLESS OTHERWISE NOTED. ALL DIMENSIONS IN THESE PLANS ARE MEASURED IN FEET EITHER PLAN DIMENSIONSI. STRUCTURES SHOWN ON THE SURFACE FINISH DETAIL. A CLASS 5 FINISH COATING SHALL BE APPLIED TO THE PORTIONS OF THE APPLIED FINISH COATINGH. EXTREMELY EXTREMELY EXTREMELY CHLORIDES = 18,000 PPM 5,500 CAST-IN-PLACE SUBSTRUCTURE (FORMED SURFACES) CAST-IN-PLACE SUBSTRUCTURE (CAST AGAINST EARTH) PRECAST PRESTRESSED SLABS (UNLESS NOTED OTHERWISE) CAST-IN-PLACE SUPERSTRUCTURE (EXCEPT TOP OF DECK) CAST-IN-PLACE SUPERSTRUCTURE (TOP OF DECK) SHALL BE INCLUDED IN THE LUMP SUM PRICE. BRIDGE CONSTRUCTION AND REMOVAL OF EXISTING BRIDGE THIS IS A LUMP SUM PROJECT. ALL ITEMS NECESSARY FOR MATERIALS G. THE DESIGN. UTILITIES: NO ALLOWANCE FOR UTILITY LOADS HAS BEEN INCLUDED IN3. BUT OMITTED FROM THE SECTION PROPERTIES USED FOR DESIGN. SACRIFICIAL THICKNESS INCLUDED IN THE DEAD LOAD OF THE OVERLAY THE 6 INCH OVERLAY THICKNESS INCLUDEDS A ONE-HALF INCH OF 15 psf FOR FUTURE WEARING SURFACE. DESIGN DOES NOT INCLUDE AN ALLOWANCEFUTURE WEARING SURFACE 150 pcfREINFORCED CONCRETE 420 plf2. DEAD LOADS: TRAFFIC RAILING LIVE LOADS: HL-93 WITH IMPACT 1. DESIGN LOADINGS F. SERVICE [EXTREME EVENT] AND FATIGUE LIMIT STATES. LOAD AND RESISTANCE FACTOR DESIGN (LRFD) METHOD USING STRENGTH, DESIGN METHODOLOGYE. ENVIRONMENTD. VERTICAL DATUM IS NGVD 29C. DOCUMENTS. AND BRIDGE CONSTRUCTION, AS AMEDED BY CONTRACT HERIN, AND 2013 STANDARD SPECIFICATIONS FOR ROAD STANDARDS AND REVISED INDEX DRAWINGS AS APPENDED FLORIDA DEPARTMENT OF TRANSPORTATION 2013 DESIGN GOVERNING STANDARDS & CONSTRUCTION SPECIFICATIONB. FDOT PLANS PREPARATION MANUAL DATED JANUARY, 2013. 3. DESIGN SPECIFICATIONS, 6TH EDITION, AND ALL SUBSEQUENT INTERIMS. OFFICIALS (AASHTO) LOAD AND RESISTANCE FACTOR (LRFD) BRIDGE AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION2. FDOT STRUCTURES MANUAL DATED JANUARY 2013. 1. DESIGN SPECIFICATIONSA. 8,500 6,000 5,500 5,500 4,500 GENERAL NOTES CONCRETE CLASS BRIDGE NUMBER SUPERSTRUCTURE CONCRETE STEEL SUBSTRUCTURE WINGWALLS SHOWN @ APPROACH SLAB BARRIERS SHOWN @ BRIDGE SURFACE FINISH DETAILS STRENGTH (psi) MIN. 28-DAY COMPRESSIVE PAY ITEM NOTES: GENERAL NOTES B-2 IN STRUCTURE LOCATION OF CONCRETE IV 5,500 SIDEWALKS ROAD NO.COUNTY By Description REVISIONS Date By DescriptionDate SHEET NO. FINANCIAL PROJECT ID DUVAL 212379-2-52-01 2/3/2013 7:42:14 PM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1GeneralNotes01.dgnegunders DEPARTMENT OF TRANSPORTATION STATE OF FLORIDA REF. DWG. NO. SHEET TITLE: PROJECT NAME: Drawn By: Checked by: Designed by: Checked by: eag 01-13 paw 01-13 rlw 01-13 paw 01-13 BRIDGE NO. 724209 NOT FOR CONSTRUCTION 30% SUBMITTAL RD BESSENT NOTICE: THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61G15-23.003, F.A.C.CH2M HILL JACKSONVILLE, FL 32256 CERTIFICATE OF AUTHORIZATION NO. 000072 9428 BAYMEADOWS ROAD P.E. License No.: 32015 Engineer of Record: Randall L. Mock BESSENT ROAD OVER WEST BRANCH N 25 26 27 28 29 APPROACH SLAB 30’-0" SPAN 2 50’-0" SPAN 1 50’-0" APPROACH SLAB 30’-0" END BENT 1 BEGIN BRIDGE EJ EJ END BENT 5 END BRIDGE 5 0 -5 -10 10 15 5 0 -5 -10 10 15OVERALL BRIDGE WIDTH50’-2"BARRIER1’-1" (TYP.)6’-6" S/W5’-6" BIKE5’-6" BIKE12’-0" LANE12’-0" LANE6’-6" S/WBESSENT ROAD CONST. & PGL TOP OF BANK (ATTACHED TO EXISTING BRIDGE) EXISTING TELEPHONE EXISTING OVERHEAD TELEPHONE @ | CONSTRUCTION EXISTING GROUND TRAFFIC RAILING BARRIER PROPOSED R/W LINE TEMPORARY EASEMENT LINE PROPOSED R/W LINE TEMPORARY EASEMENT LINE (TYP.) 9000’00" 18" PIPE | PROPOSED 18" PIPE | PROPOSED 120’ V.C. 160’ V.C. 120’ V.C. MLW=-0.5 MHW=2.1 WB-4 SPAN 3 50’-0" SPAN 4 50’-0" 18" PIPE PROPOSED 18" PIPE PROPOSED CONCRETE PILES (TYP.) 24" SQ. PRESTESSED EXCAVATION (TYP.) RUBBLE RIPRAP (TYP.) LIMITS OF RIPRAP (TYP.) RUBBLE DHW=5.0 RAIL (TYP.) PEDESTRIAN (4-SPANS @ 50’ EA.) OVERALL BRIDGE LENGTH (ALONG |) = 200’-0" WETLAND LINE WETLAND LINE TOE OF SLOPE (TYP.)TOE OF SLOPE (TYP.) EXISTING OVERHEAD ELECTRIC EL 7.27 LOW MEMBER PLAN ELEVATION STA. 25+07.00 BEGIN APP. SLAB STA. 25+37.00 END BENT 1 BEGIN BRIDGE STA. 25+87.00 ´ INT. BENT 2 STA. 26+37.00 ´ INT. BENT 3 STA. 26+87.00 ´ INT. BENT 4 - STA. 27+67.00 END APP. SLAB STA. 27+37.00 END BENT 5 END BRIDGE Direction of Stationing LEGEND N 8859’32" E FLOOD(TO BE REMOVED) NO. 724117 EXISTING BRIDGE DESIGN HOUR T = 8.5% K = 9% D = 61% T = 17% (24 HOUR) POSTED SPEED = 35 MPH DESIGN SPEED = 40 MPH DESIGN YEAR ESTIMATE = 2036 AADT = 1,200 OPENING YEAR ESTIMATE = 2016 AADT = 900 CURRENT YEAR ESTIMATE = 2012 AADT = 800 TRAFFIC DATA = EXISTING STRUCTURE TO BE REMOVED = DECK EXPANSION JOINTEJ = EXPANSION BEARINGE = FIXED BEARINGF = NORMAL HIGH WATERNHW = DESIGN HIGH WATERDHW = LOCATION OF SOIL BORINGS | INT. BENT 2 | INT. BENT 3 | INT. BENT 4 EL. 9.2024+60.00EL. 10.6526+50.00EL. 8.0028+80.00EL. 8.2724+00.00EL. 9.6625+20.00EL. 10.0425+70.00EL. 9.7327+30.00EL. 8.6928+20.00EL. 7.8429+40.00(+)1.556%(+)0.763% (-) 1. 1 5 2 %(-)0 .262%(+)0.763%(-)1.152%EL. 9.79STA. 25+37.00BEGIN BRIDGEEL. 9.64STA. 27+37.00END BRIDGE PLAN AND ELEVATION B1-1 BB-1 BB-2 B-4 B-3 WB-3 WB-1 WB-2 WB-5 WB-6 E EE E E VERTICAL CURVE DATA NOT FOR CONSTRUCTION 30% SUBMITTALEBBBRANCHWEST ROAD NO.COUNTY By Description REVISIONS Date By DescriptionDate SHEET NO. FINANCIAL PROJECT ID DUVAL 212379-2-52-01 2/3/2013 7:21:08 PM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1PlanElev03.dgnegunders DEPARTMENT OF TRANSPORTATION STATE OF FLORIDA REF. DWG. NO. SHEET TITLE: PROJECT NAME: Drawn By: Checked by: Designed by: Checked by: eag 01-13 paw 01-13 rlw 01-13 paw 01-13 BRIDGE NO. 724209 RD BESSENT NOTICE: THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61G15-23.003, F.A.C.CH2M HILL JACKSONVILLE, FL 32256 CERTIFICATE OF AUTHORIZATION NO. 000072 9428 BAYMEADOWS ROAD P.E. License No.: 32015 Engineer of Record: Randall L. Mock BESSENT ROAD OVER WEST BRANCH PARAPET 1’-1" LANE 12’-0" BIKE 5’-6" SIDEWALK 6’-6" PARAPET 1’-1" LANE 12’-0" BIKE 5’-6" SIDEWALK 6’-6" (OVERALL BRIDGE WIDTH) 50’-2" (TYP.)1’-0"6" (TYP.) BICYCLE RAILING (TYP.) WITH POST ’C’ PEDESTRIAN (TYP.) INDEX NO. 423, (32" VERTICAL SHAPE TRAFFIC RAILING BARRIER CONDUITS (TYP.) 2~2"\ PVC TELEPHONE PGL CONCETE PILES (TYP.) 24" SQ. PRESTRESSED 10~15"X60" PRESTRESSED SLAB UNITS (PSU) BRIDGE TYPICAL SECTION B1-2 Slope: 0.02 Ft/FtSlope: 0.02 Ft/Ft BESSENT ROAD CONSTRUCTION TYPICAL SECTION INTERMEDIATE BENT SHOWN Slope: 0.02 Ft/Ft Slope: 0.02 Ft/FtCONCRETE DECK OVERLAY 6" FIBER REINFORCED ROAD NO.COUNTY By Description REVISIONS Date By DescriptionDate SHEET NO. FINANCIAL PROJECT ID DUVAL 212379-2-52-01 2/5/2013 8:18:14 AM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1TypicalSection01.dgnegunders DEPARTMENT OF TRANSPORTATION STATE OF FLORIDA REF. DWG. NO. SHEET TITLE: PROJECT NAME: Drawn By: Checked by: Designed by: Checked by: eag 01-13 paw 01-13 rlw 01-13 paw 01-13 BRIDGE NO. 724209 NOT FOR CONSTRUCTION 30% SUBMITTAL RD BESSENT NOTICE: THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61G15-23.003, F.A.C.CH2M HILL JACKSONVILLE, FL 32256 CERTIFICATE OF AUTHORIZATION NO. 000072 9428 BAYMEADOWS ROAD P.E. License No.: 32015 Engineer of Record: Randall L. Mock BESSENT ROAD OVER WEST BRANCH Direction of Stationing RAIL WA Y Cr.North Shore Sandfly Pt. Rive r Moncrief Rd. Manor Ribault Lake Forest 111 Ribault River Carver Manor 115A SoutelDriveCr.JACKSONVILLE 95 9 104 115 106 106B 9A Highlands NorthwoodBiscayne Village Tr outCr. 38 DuvalTALLAHASSEE BASE LINE Cr. Dunn Ave.Gulle yHall31 32 23 Cr.Br.36 38 33 34 35 Rd.Cedar110 2 11 23 14 26 35 41 A N D FLORIDA Rd.AREAKings Road 117River vierR nsChaseville Quinlan Daiquiri Oceanway San Mateo Busch Turner Pond 163 Pt. 105 Heckscher Dr.Br oard River w Pt. Reddie T RANS P ORT ATI ON104 CSXEdgewoodAve.Rd.Sycmore Rd.Biscayne Blvd.295 Imeson111 Exit 122 Exit 123 Exit 125 Exit 126A Exit 13A Exit 12 Exit 11A S27 Exit Exit 126B Exit Rd.Percy FLGPS Exit 11B Exit 124 14 13C N 2/3/2013 7:24:30 PM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1BridgeHydro01.dgn ROAD NO.COUNTY BY DESCRIPTIONDATE BY DESCRIPTIONDATE REVISIONS FINANCIAL PROJECT ID STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION B1-3 NO. SHEET 212379-2-52-01 DUVAL RD BESSENT REMARKS: HYDRAULIC DESIGN DATA HYDRAULIC RECOMMENDATIONS END BRIDGE STATION SKEW ANGLE DRIFT: HORIZ.VERT.ABOVE EL. FLOOD DATA: AVERAGE VELOCITY (f/s) EXCEEDANCE PROB. (%) FREQUENCY ( yr.) MAX. EVENT OF RECORD BASE FLOODDESIGN FLOOD (REFERENCE) FOUNDATION ELEV. LOW MEMBER AREA OF OPENING @ D.F. TYPE CONSTRUCTION SPAN LENGTH OVERALL LENGTH ( 1 )( 2 )( 3 )( 4 ) RUBBLE GRADE: SLOPE: BEGIN BRIDGE END BRIDGE BRIDGE WIDTH CONTROL (Non-Tidal) M.H.W. (Tidal) M.L.W. (Tidal) EXISTING STRUCTURES BURIED OR NON-BURIED HORIZ. TOE: TOE HORIZ. DISTANCE: LIMIT OF PROTECTION: SCOUR PREDICTIONS FOR PROPOSED STRUCTURE DESCRIBED ABOVE: GREATEST FLOOD OVERTOPPING or LONG TERM SCOUR ELEV. PIER INFORMATION SIZE AND TYPENUMBERS TOTAL SCOUR ELEVATION DISCHARGE (cfs) STAGE ELEV. NGVD (ft) STRUCTURE PROPOSED and land use. Users of this data are cautioned against the assumption of precision which cannot be obtained. The resultant hydraulic data is sensitive to changes, particularly antecedent conditions, urbanization, channelization determined by a study of the watershed. Many judgements and assumptions are required to establish these factors. elevations which may be anticipated in any given year. This data was generated using highly variable factors The hydraulic data is shown for informational purposes only to indicate the flood discharges and water surface Greatest Flood: The most severe that can be predicted where overtopping is not practicable. Overtopping Flood: Causes flow over the highway, over a watershed divide, or thru emergency relief structures. Base Flood: Has a 1% chance of being exceeded in any given year (100 year frequency) Design Flood: Utilized to assure a desired level of hydraulic performance. NOTE: TERMS: WATER SURFACE ELEVATIONS:N.H.W. (Non-Tidal) WORST CASE < 100 yr. FREQ. (yr.) WORST CASE < 500 yr. FREQ. (yr.) DECK DRAINAGE:5. 4.ABUTMENTS: 1. 2. 3. BEGIN BRIDGE STATION MINIMUM CLEARANCE:VERT.ABOVE EL.NAV: HORIZ. CLEARANCE PROVIDED:DRIFT: HORIZ.VERT.ABOVE EL.VERT.ABOVE EL.NAV: HORIZ. BRIDGE NO. 724209 RECOMMENDATIONS BRIDGE HYDRAULIC egunders 25 26 27 28 29 34" 31" 22" 33"31"31" 30" 31" 32" 10"WPP W/STREET LIGHT 10"WPP W/STREET LIGHT & TRANSFORMER 10"WPP 8"WPP END BENT 1 BEGIN BRIDGE EJ EJ END BENT 5 END BRIDGE TOP OF BANK EXISTING GROUND LINE CONCRETE PILES (TYP.) 24" SQ. PRESTRESSED 10 -10 30 10 -10 30 EXSITING OVERHEAD ELECTRIC (TO BE REMOVED) NO. 724117 EXISTING BRIDGE (TYP.) 9000’00"WIDTHOVERALL BRIDGE50’-2"BESSENT ROAD CONST. & PGL N 8859’32" E 25+00 26+00 27+00 28+00 1.03 SQ.MI. BASIC AREA WOOD PILE 20’ 80’ FLAT SLAB 400 28’ 6.4 CONCRETE PILES 200’ 50’ FLAT SLAB 50’-2" 7.27 STA. 25+37.25 STA. 27+37.25 0 VERTICAL WALL NON-BURIED VERTICAL WALL NON-BURIED N/A N/A 2.1 -0.5 N/A N/A N/A N/A N/A 5.0 847 2.3 8.0 2.5 100 11.8 2.9 0.2 500 4 25 1,143 1 1,706 #4 & #5 #2 & #3 -0.6 -5.1 -4.5 -10.3 -6.3 -11.3 N/A N/A N/A N/A N/A N/A 5.0’2’ 10 STA. 25+22.25 10 STA. 27+52.25 END BRIDGE TOW SHOULD EXTEND 14.6 FT WITH ARMOR THICKNESS OF 2.5 FT IF PERMITTED BY RIGHT-OF-WAY. IF RIGHT-OF-WAY RESTRICTS HORIZONTAL DISTANCE EXTEND END BRIDGE TOW A MINIMUM 10 FT WITH AN ARMOR THICKNESS OF 3.8 FT. JACKSONVILLE, FL 32256 BLDG. 300, SUITE 300 10151 DEERWOOD PARK BLVD. TAYLOR ENGINEEING, INC. P.E. LICENSE NO. 69813 WILLIAM MILLER JR., P.E. ENGINEER OF RECORD: (TO BE REMOVED) NO. 724117 EXISTING BRIDGE (TO BE REMOVED) NO. 724117 EXISTING BRIDGE DHW=5.0 MHW=2.1 RIPRAP (TYP.)EXCAVATION (TYP.) RUBBLE RIPRAP (TYP.) LIMITS OF MLW=(-)0.5 OVERALL BRIDGE LENGTH (ALONG |) = 200’-0" VERTICAL SCALE: 20 HORIZONTAL SCALE: 50 (+)0.763%EL. 10.6526+50.00(-) 1. 15 2 %550 SQ. FT RC 24" RC 24" BANK AND SHORE (SEC 530)BANK AND SHORE (SEC 530) STA. 25+07.25 BEGIN APP. SLAB STA. 25+37.25 END BENT 1 BEGIN BRIDGE STA. 25+87.25 ´ INT. BENT 2 STA. 26+37.25 ´ INT. BENT 3 STA. 26+87.25 ´ INT. BENT 4 STA. 27+37.25 END BENT 5 END BRIDGE STA. 27+67.25 END APP. SLAB 0 1 N Mile R-27-ER-26-ER-26-ER-25-ET-1-S T-2-S T-1-S T-1-N 1" = 50’FLOODBRIDGE NO. 724117 NOT FOR CONSTRUCTION PRELIMINARYBRANCHWESTEBB 25 26 27 STA. 25+37.00 END BENT 1 BEGIN BRIDGE STA. 25+87.00 ´ INT. BENT 2 STA. 26+37.00 ´ INT. BENT 3 STA. 26+87.00 ´ INT. BENT 4 STA. 27+37.00 END BENT 5 END BRIDGE BESSENT ROAD | CONSTRUCTION 9" PROPOSED R/W LINE | PILES FFBW = 22’-6"2 SPA. @ 11’-3"= 22’-6"2 SPA. @ 11’-3"EA. BENTTYP. @EXISTING R/W LINE PROPOSED R/W LINE EXISTING R/W LINE PROPOSED R/W LINE PROPOSED R/W LINE TEMPORARY EASEMENT LINE TEMPORARY EASEMENT LINE TEMPORARY EASEMENT LINE EXISTING OVERHEAD TELEPHONE 1’-10"14’-3"14’-0" (LOCATION APPROXIMATED) DENOTES EXISTING TIMBER PILE DENOTES TEST PILE LOCATION DENOTES SOIL BORING (DIMENSIONED AT BOTTOM OF CAP) DENOTES BATTERED PILE (1:6) DENOTES PLUMB PILE 14’-3"14’-0"1’-10"14’-3"14’-0" | PILES FFBW 14’-3"14’-0"1’-10"1’-10"ELECTRIC OVERHEAD EXISTING24’-4"24’-4"24’-4"24’-4"B-3 B-4 9000’00" (TYP.) TEMPORARY EASEMENT LINE (ATTACHED TO EXISTING BRIDGE) EXISTING TELEPHONE BB-2 WB-2 BB-1 WB-1 WB-3 N 8859’32" E Direction of Stationing PILE LOCATION PLAN 5 6 7 8 9 1 2 3 4 5 1 2 3 4 5 1 2 3 4 5 1 2 3 4 5 FOUNDATION LAYOUT SHEET 1 OF 2 B1-9 LEGEND NOTES: 1 2 3 4 6 7 8 9 SUNDAYS. NO PILE DRIVING WILL BE PERMITTED ON SATURDAYS OR EQUIPMENT, MUFFLERS, ETC. LIMITED TO TEMPORARY NOISE BARRIERS, ENCLOSURES FOR WITHIN ACCEPTABLE LIMITS SHALL INCLUDE BUT NOT BE HOURS OF 10 PM AND 8 AM. METHODS TO MAINTAIN NOISE SLOW RESPONSE) AT THE RIGHT-OF-WAY LINE BETWEEN THE LESS THAN 5 DB OVER AMBIENT NOISE LEVEL (A-WEIGHTED, 10 PM. THE CONTRACTOR SHALL MAINTAIN A NOISE LEVEL RIGHT-OF-WAY LINE BETWEEN THE HOURS OF 8 AM AND THAN 95 DB (A-WEIGHTED, SLOW RESPONSE) AT THE THE CONTRACTOR SHALL MAINTAIN A NOISE LEVEL LESS 10. 9. OR AS DIRECTED BY THE ENGINEER. END BENT NO. 5 / PILE NO. 5 INT. BENT NO. 3 / PILE NO. 2 INT. BENT NO. 1 / PILE NO. 7 PILE DATA TABLE AND SHALL BE LOCATED AS FOLLOWS: TESTED. TEST PILE LENGTHS ARE INDICATED IN THE A PERMANENT PILE AND SHALL BE DYNAMICALLY LOAD TEST PILES SHALL BE DRIVEN IN THE POSITION OF THE NOMINAL BEARING CAPACITY MAY BE REQUIRED. ELEVATION, A DRIVING RESISTANCE HIGHER THAN IN ORDER TO ACHIEVE THE REQUIRED MINIMUM TIP 20601 & 20624. ALL PILES ARE 24" SQUARE, SEE INDEXES 20600, SEE FOUNDATION LAYOUT (SHEET 2 OF 2). FOR PILE DATA TABLE AND PILE INSTALLATION NOTES, ACTUAL TIME REQUIRED FOR SET CHECKS. THE DYNAMIC TESTING PROGRAM WILL DETERMINE THE DAYS FROM THE END OF INITIAL DRIVING. THE RESULTS OF THE REQUIRED NBR WILL BE REACHED WITHIN 7 CALENDAR NOMINAL BEARING RESISTANCE. IT IS ANTICIPATED THAT AND REDRIVES WILL BE REQUIRED TO REACH THE REQUIRED THE CONTRACTOR SHALL ANTICIPATE THAT SETCHECKS PRIOR TO ANY PILE DRIVING. CONTRACTOR TO VERIFY LOCATION OF ALL UTILITIES ELEVATIONS. SEE SHEETS B1-X, B1-X, & B1-X FOR PILE CUT-OFF ON THE NOMINAL BEARING RESISTANCE. BEEN MET. DRIVING CRITERIA SHALL BE BASED DRIVING CRITERIA FOR THE DESIGN LOADS HAS PILES SHALL BE DRIVEN AS REQUIRED UNTIL THE 4. 3. 2. 1. 8. 7. 6. 5. ROAD NO.COUNTY By Description REVISIONS Date By DescriptionDate SHEET NO. FINANCIAL PROJECT ID DUVAL 212379-2-52-01 2/3/2013 7:26:18 PM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1FoundLay01.dgnegunders DEPARTMENT OF TRANSPORTATION STATE OF FLORIDA REF. DWG. NO. SHEET TITLE: PROJECT NAME: Drawn By: Checked by: Designed by: Checked by: eag 01-13 paw 01-13 rlw 01-13 paw 01-13 BRIDGE NO. 724209 NOT FOR CONSTRUCTION 30% SUBMITTAL RD BESSENT NOTICE: THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61G15-23.003, F.A.C.CH2M HILL JACKSONVILLE, FL 32256 CERTIFICATE OF AUTHORIZATION NO. 000072 9428 BAYMEADOWS ROAD P.E. License No.: 32015 Engineer of Record: Randall L. Mock BESSENT ROAD OVER WEST BRANCH FOUNDATION LAYOUT SHEET 2 OF 2 B1-10 Table Date 7-01-10PILE DATA TABLE DESIGN CRITERIAINSTALLATION CRITERIA PILE CUT-OFF ELEVATIONS NUMBER BENT or PIER (in.) SIZE PILE (tons) RESISTANCE BEARING NOMINAL (tons) RESISTANCE TENSION (ft.) ELEVATION TIP MINIMUM (ft.) LENGTH PILE TEST (ft.) ELEVATION JET REQUIRED (ft.) ELEVATION PREFORM REQUIRED (tons) LOAD DESIGN FACTORED (tons) DRAG DOWN (tons) RESISTANCE SCOUR TOTAL (tons) RESISTANCE SCOUR NET (ft.) ELEVATION SCOUR 100-YEAR ELEVATION (ft.)SCOURLONG TERMFACTOR-RESISTANCEPILE 1 PILE 2 PILE 3 PILE 4 PILE 5 PILE 6 PILE 7 PILE 8 PILE 9 PILE INSTALLATION NOTES: Factored Design Load + Net Scour Resistance + Down Drag \ = Nominal Bearing Resistance END BENT 1 INT. BENT 2 INT. BENT 3 INT. BENT 4 END BENT 5 24 24 24 24 24 N/A N/A N/A N/A N/A N/AN/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 205 205205 205 N/A N/A N/A N/A N/A 6.1 6.1 6.1 6.1 6.1 6.1 N/A N/A -4.5 -4.5 -10.3 -10.3 -0.6 -0.6 -5.1 -5.1 0.65 0.65 0.65 0.65 0.65 IS BASED ON DYNAMIC LOAD TESTS extreme event loading. Estimated elevation of scour used in design forLONG TERM SCOUR ELEVATION - storm event. Estimated elevation of scour due to the 100 year100-YEAR SCOUR ELEVATION - to the scour elevation. required preformed or jetting elevation resistance provided by the soil from the An estimate of the ultimate static side frictionNET SCOUR RESISTANCE - resistance provided by the scourable soil. An estimate of the ultimate static side frictionTOTAL SCOUR RESISTANCE - (Specify only when design requires tension capacity). the 100 year scour elevation to resist pullout of the pile The ultimate side friction capacity that must be obtained belowTENSION RESISTANCE - and proceed outward. At each Bent, pile driving is to commence at the center of the Bent whichever is deeper. below the 100-year scour elevation or required jet elevation, The Contractor should not anticipate being allowed to jet piles No jetting will be allowed without the approval of the Engineer. for determination of the required driving resistance. differ from those shown on the table, the Engineer shall be responsible until the pile driving is completed. If jetting or preforming elevations lowered to the elevation and continue to operate at this elevation When a required jetting elevation is shown, the jet shall be Minimum Tip Elevation is required for lateral stability. 5. 4. 3. 2. 1. 325 325 325 ROAD NO.COUNTY By Description REVISIONS Date By DescriptionDate SHEET NO. FINANCIAL PROJECT ID DUVAL 212379-2-52-01 2/3/2013 7:27:47 PM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1FoundLay03.dgnegunders DEPARTMENT OF TRANSPORTATION STATE OF FLORIDA REF. DWG. NO. SHEET TITLE: PROJECT NAME: Drawn By: Checked by: Designed by: Checked by: eag 01-13 paw 01-13 rlw 01-13 paw 01-13 BRIDGE NO. 724209 NOT FOR CONSTRUCTION 30% SUBMITTAL RD BESSENT NOTICE: THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61G15-23.003, F.A.C.CH2M HILL JACKSONVILLE, FL 32256 CERTIFICATE OF AUTHORIZATION NO. 000072 9428 BAYMEADOWS ROAD P.E. License No.: 32015 Engineer of Record: Randall L. Mock BESSENT ROAD OVER WEST BRANCH N 52’-3" 3’-7"4 SP. @ 11’-3" = 45’-0"1’-9"1’-9"3’-6"14’-0"2’-6"1’-9"1’-9"6"EL. X.XXX 2’-6"1’-0"| CAP & PILES9000’00" (TYP.) 3’-7" 1’-0"2’-6" EL. X.XXX 14’-3"BESSENT ROAD CONSTRUCTION FACE OF APPROACH SLAB BEGIN BRIDGE AND (TYP.) EXPANSION MATERIAL " PREMOLDED EL. X.XXXEL. X.XXX 2’-6"30’-0"(TYP.)RETAINER(TYP.)1’-0"| PILE (TYP.) CONCRETE PILES (TYP.) 24" SQUARE PRESTRESSED6"STA. 25+37.00 END BENT 1 BEGIN BRIDGE W/ ROADWAY PLANS. | CONST. COORDINATE OFFSET 15.3’ LT. 18" PIPE OUTFALL. | OPENING FOR (MIN.)3’-0"B B C Slope: 0.02 Ft/FtSlope: 0.02 Ft/Ft Direction of StationingC PILE SPACING PLAN ELEVATION (TYP.) SEE PLAN FOR EL. EL. X.XXX EL. X.XXX FL. EL. X.XX A SEE PLAN FOR EL. EL. X.XXX PILE CUT-OFF EL. X.X (TYP.) EL. X.XXX A END BENT 1 PLAN AND ELEVATION B1-11 ROAD NO.COUNTY By Description REVISIONS Date By DescriptionDate SHEET NO. FINANCIAL PROJECT ID DUVAL 212379-2-52-01 2/8/2013 12:43:11 PM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1EndBent01.dgnegunders DEPARTMENT OF TRANSPORTATION STATE OF FLORIDA REF. DWG. NO. SHEET TITLE: PROJECT NAME: Drawn By: Checked by: Designed by: Checked by: eag 01-13 paw 01-13 rlw 01-13 paw 01-13 BRIDGE NO. 724209 NOT FOR CONSTRUCTION 30% SUBMITTAL RD BESSENT NOTICE: THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61G15-23.003, F.A.C.CH2M HILL JACKSONVILLE, FL 32256 CERTIFICATE OF AUTHORIZATION NO. 000072 9428 BAYMEADOWS ROAD P.E. License No.: 32015 Engineer of Record: Randall L. Mock BESSENT ROAD OVER WEST BRANCH N 52’-3" 3’-7"4 SP. @ 11’-3" = 45’-0"1’-9"1’-9"3’-6"14’-0"2’-6"1’-9"1’-9"6"EL. X.XXX 2’-6"1’-0"| CAP & PILES9000’00" (TYP.) 3’-7" 1’-0"2’-6" EL. X.XXX 14’-3"BESSENT ROAD CONSTRUCTION (TYP.) EXPANSION MATERIAL " PREMOLDED EL. X.XXXEL. X.XXX 2’-6"30’-0"(TYP.)RETAINER(TYP.)4’-0"| PILE (TYP.) CONCRETE PILES (TYP.) 24" SQUARE PRESTRESSED6"STA. 27+37.00 END BENT 5 END BRIDGE FACE OF APPROACH SLAB END BRIDGE AND W/ ROADWAY PLANS. | CONST. COORDINATE OFFSET 17.85’ RT. PIPE OUTFALL. | OPENING FOR 18" B B C Slope: 0.02 Ft/FtSlope: 0.02 Ft/Ft C PILE SPACING PLAN ELEVATION (TYP.) SEE PLAN FOR EL. FL. EL. X.XX A SEE PLAN FOR EL. EL. X.XXX PILE CUT-OFF EL. X.X (TYP.) EL. X.XXX A END BENT 5 PLAN AND ELEVATION B1-12 Direction of StationingEL. 7.23 EL. 0.00 ROAD NO.COUNTY By Description REVISIONS Date By DescriptionDate SHEET NO. FINANCIAL PROJECT ID DUVAL 212379-2-52-01 2/8/2013 12:42:44 PM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1EndBent02.dgnegunders DEPARTMENT OF TRANSPORTATION STATE OF FLORIDA REF. DWG. NO. SHEET TITLE: PROJECT NAME: Drawn By: Checked by: Designed by: Checked by: eag 01-13 paw 01-13 rlw 01-13 paw 01-13 BRIDGE NO. 724209 NOT FOR CONSTRUCTION 30% SUBMITTAL RD BESSENT NOTICE: THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61G15-23.003, F.A.C.CH2M HILL JACKSONVILLE, FL 32256 CERTIFICATE OF AUTHORIZATION NO. 000072 9428 BAYMEADOWS ROAD P.E. License No.: 32015 Engineer of Record: Randall L. Mock BESSENT ROAD OVER WEST BRANCH CONCETE PILES (TYP.) 24" SQ. PRESTRESSED | BENT & | PILES PILE CUT-OFF EL. F (TYP.) EL. A EL. B 6"6" 25’-7"25’-7" 51’-3" 9000’00" (TYP.) JOINT MATERIAL (TYP.) " PREMOLDED EXP.1’-9"1’-9"3’-6"6"6"3’-1"5 PILES @ 11’-3" = 45’-0"3’-1" EL. C (MIN.)3’-0"(TYP.)1’-0" INTERMEDIATE BENTS 2, 3 AND 4 PLAN AND ELEVATION B1-13 Slope: 0.02 Ft/FtSlope: 0.02 Ft/Ft BESSENT ROAD CONSTRUCTION ELEVATIONDirection of StationingPLAN EL. D EL. E BESSENT ROAD CONSTRUCTION ROAD NO.COUNTY By Description REVISIONS Date By DescriptionDate SHEET NO. FINANCIAL PROJECT ID DUVAL 212379-2-52-01 2/3/2013 7:32:11 PM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1IntBent01.dgnegunders DEPARTMENT OF TRANSPORTATION STATE OF FLORIDA REF. DWG. NO. SHEET TITLE: PROJECT NAME: Drawn By: Checked by: Designed by: Checked by: eag 01-13 paw 01-13 rlw 01-13 paw 01-13 BRIDGE NO. 724209 NOT FOR CONSTRUCTION 30% SUBMITTAL RD BESSENT NOTICE: THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61G15-23.003, F.A.C.CH2M HILL JACKSONVILLE, FL 32256 CERTIFICATE OF AUTHORIZATION NO. 000072 9428 BAYMEADOWS ROAD P.E. License No.: 32015 Engineer of Record: Randall L. Mock BESSENT ROAD OVER WEST BRANCH (OVERALL BRIDGE WIDTH) 50’-2" TABLE & INDEX NO. 21110 SEE POURED EXPANSION JOINT DATA 3"3" | CAP AND PILE SMOOTH ROOFING PAPER 2 LAYERS OF 30 LB. APPROACH SLAB FOR DETAILS END BENT DRAWING DOWEL BAR SEE | CAP AND PILE EXTRUDED POLYSTYRENE * EB-1 EB-5 2" 2" 24’-0"24’-0"1’-1"1’-1" " (TYP.) 6’-6" 6" (TYP.) 6’-6" SLAB UNIT PRESTRESSED 4"4" SLAB UNIT PRESTRESSED SLAB UNIT PRESTRESSED " V-GROOVE BICYCLE RAILING (TYP.) WITH POST ’C’ PEDESTRIAN (TYP.) INDEX NO. 423, (32" VERTICAL SHAPE TRAFFIC RAILING BARRIER TELEPHONE CONDUITS (TYP.) 2~2"\ PVC PGL 10~15"X60" PRESTRESSED SLAB UNITS (PSU) SUPERSTRUCTURE SECTION B1-14 Slope: 0.02 Ft/FtSlope: 0.02 Ft/Ft BESSENT ROAD CONSTRUCTION SECTION @ END BENT SECTION @ INT. BENT BEGIN/END BRIDGE | INT. BENT NOTES: TO AVOID CONFLICTS. REINFORCING STEEL IN BARRIER MAY BE SHIFTED SLIGHTLY1. INDEX NO. 21110 POURED EXPANSION JOINT DATA TABLE Table Date 1-01-09 PER 10F DIM. "A" ADJUSTMENT MOVEMENT TOTAL DESIGN @ 70F DIM. "A" LOCATION Expansion Joint. Work this table with Design Standards Index No. 21110. Dim. "A" adjustment per 10F shown is measured perpendicular to ´ NOTE: QUANTITYUNITITEM ESTIMATED QUANTITIES TYPICAL SECTION THROUGH SUPERSTRUCTURE Slope: 0.02 Ft/FtSlope: 0.02 Ft/Ft GROUT (NON SHRINK) TRAFFIC RAILING BARRIER CLASS IV CONCRETE (DECK OVERLAY) REINFORCING STEEL (SUPERSTRUCTURE) CLASS IV CONCRETE (SUPERSTRUCTURE) LF LF CY LB CY CONCRETE DECK OVERLAY 6" FIBER REINFORCED ROAD NO.COUNTY By Description REVISIONS Date By DescriptionDate SHEET NO. FINANCIAL PROJECT ID DUVAL 212379-2-52-01 2/5/2013 8:14:11 AM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1BridgeSection01.dgnegunders DEPARTMENT OF TRANSPORTATION STATE OF FLORIDA REF. DWG. NO. SHEET TITLE: PROJECT NAME: Drawn By: Checked by: Designed by: Checked by: eag 01-13 paw 01-13 rlw 01-13 paw 01-13 BRIDGE NO. 724209 NOT FOR CONSTRUCTION 30% SUBMITTAL RD BESSENT NOTICE: THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61G15-23.003, F.A.C.CH2M HILL JACKSONVILLE, FL 32256 CERTIFICATE OF AUTHORIZATION NO. 000072 9428 BAYMEADOWS ROAD P.E. License No.: 32015 Engineer of Record: Randall L. Mock BESSENT ROAD OVER WEST BRANCH 80’-0" (OVERALL BRIDGE LENGTH) 38’-0" (OVERALL BRIDGE WIDTH) N SPAN 2 20’-0" SPAN 3 20’-0" SPAN 4 20’-0" SPAN 1 20’-0"28’-0"28’-0"3’-3"9" 10"10" 9"3’-3"9"–3’-0"EB 1 BEGIN BRIDGE EB 5 END BRIDGE | IB 2 | IB 4| IB 3 | BRIDGE & TIMBER PILES (TYP.) 1’-0" \ TREATED TIMBER BULKHEAD (TYP.) | BESSENT RD. (TELEPHONE) CONDUIT UTILITY. ATTACHED 4" \ (TYP.) PIPE RAIL 3" \ STEEL POST (TYP.) CONCRETE TYPICAL SECTIONPLAN ELEVATION EXISTING BRIDGE NO. 724117 EXISTING BRIDGE INFORMATION BX1-1 EL. 7.1 ¡ 11" – CONCRETE CAP CIP DECK SLAB AS A GUIDE TO THE CONTRACTOR IN DETERMINING THE EXTENT OF REMOVAL. AND AVAILABLE BRIDGE INSPECTION REPORTS. THIS SHEET IS PROVIDED STRICTLY THIS SHEET IS APPROXIMATE AND BASED ON DATA OBTAINED FROM FIELD VISIT EXISTING BRIDGE PLANS WERE NOT AVAILABLE. THE INFORMATION PROVIDED ON NOTES: ROAD NO.COUNTY By Description REVISIONS Date By DescriptionDate SHEET NO. FINANCIAL PROJECT ID DUVAL 212379-2-52-01 2/8/2013 12:01:53 PM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1ExistingPlans01.dgnegunders DEPARTMENT OF TRANSPORTATION STATE OF FLORIDA REF. DWG. NO. SHEET TITLE: PROJECT NAME: Drawn By: Checked by: Designed by: Checked by: eag 01-13 paw 01-13 rlw 01-13 paw 01-13 NOT FOR CONSTRUCTION 30% SUBMITTAL RD BESSENT NOTICE: THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61G15-23.003, F.A.C.CH2M HILL JACKSONVILLE, FL 32256 CERTIFICATE OF AUTHORIZATION NO. 000072 9428 BAYMEADOWS ROAD P.E. License No.: 32015 Engineer of Record: Randall L. Mock BESSENT ROAD OVER WEST BRANCH BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 Appendix B - BDR Submittal Checklist Bridge Development Report (BDR) Submittal Checklist Project Name Bessent Road over West Branch Bridge Replacement Financial Project ID 212379-2-32-01 FA No. N/A FHWA Oversight ( yes / no ) NHS ( yes / no ) Date 12/10/2012 FDOT Project Manager Mike Carter ITEMS STATUS(b) 1. Typical Sections for Roadway and Bridge(a) ………………P N/A C 2. Roadway Plans in Vicinity of Bridge(a) ……………………. P N/A C 3. Maintenance of Traffic Requirements(a) ………………….. P N/A C 4. Bridge Hydraulics Report(c) …………………………………P N/A C 5. Geotechnical Report(c) ……………………………………... P N/A C 6. Bridge Corrosion Environmental Report(c) ……………….. P N/A C 7. Existing Bridge Plans ………………………………………. P N/A C 8. Existing Bridge Inspection Report ………………………… P N/A C 9. Utility Requirements ……………………………………….. P N/A C 10. Railroad Requirements ……………………………………. P N/A C 11. Retaining Wall and Bulkhead Requirements ……………. P N/A C 12. Lighting Requirements …………………………………….. P N/A C 13. ADA Access Requirements ……………………………….. P N/A C 14. Other …………………………………………………………. P N/A C (a) Must be approved by District before BDR Submittal. (b) Circle appropriate status: Bold and underlined. P – Provided N/A – Not Applicable C – Comment attached (c) See approval requirements for these documents elsewhere in the chapter. Comments: 2. Roadway plans have not yet been approved by the District. The first roadway submittal for this project is the 90% submittal. 3. Per comment 2, the Maintenance of Traffic plan has not yet been approved by the District. The first roadway submittal is the 90% submittal. 9. The buried telephone line is attached to existing bridge and will be attached to the proposed bridge. 14.A partial Asbestos Report for the existing bridge is provided in this report. BRIDGE DEVELOPMENT REPORT, BESSENT RD OVER WEST BRANCH FIN 212379-2-32-01 Appendix C – Alternatives SPAN 2 40’-0" SPAN 1 40’-0" END BENT 1 BEGIN BRIDGE END BENT 6 END BRIDGE SPAN 3 40’-0" SPAN 4 40’-0" SPAN 5 40’-0" 5 0 -5 -10 10 20 25 15 @ | CONSTRUCTION EXISTING GROUND TRAFFIC RAILING BARRIER 5 0 -5 -10 10 20 25 15 5 0 -5 -10 10 20 25 15 SPAN 1 20’-0" SPAN 2 20’-0" SPAN 3 20’-0" SPAN 4 20’-0" @ | CONSTRUCTION EXISTING GROUND SPAN 2 50’-0" SPAN 1 50’-0" END BENT 1 BEGIN BRIDGE @ | CONSTRUCTION EXISTING GROUND TRAFFIC RAILING BARRIER SPAN 3 50’-0" SPAN 4 50’-0" SPAN 2 33’-4" SPAN 1 33’-4" END BENT 1 BEGIN BRIDGE END BENT 7 END BRIDGE 5 0 -5 -10 10 20 25 15 @ | CONSTRUCTION EXISTING GROUND TRAFFIC RAILING BARRIER 5 0 -5 -10 10 20 25 15 SPAN 3 33’-4" SPAN 4 33’-4" SPAN 5 33’-4" 10 33’-4" 5 0 -5 -10 10 20 25 15 5 0 -5 -10 10 20 25 15 5 0 -5 -10 10 20 25 15 END BENT 5 END BRIDGE | INT. BENT 2 | INT. BENT 3 | INT. BENT 4 | INT. BENT 5 | INT. BENT 5 | INT. BENT 2 | INT. BENT 3 | INT. BENT 4 | INT. BENT 2 | INT. BENT 3 | INT. BENT 4 | INT. BENT 5 ELEVATION (5 SPAN ARRANGEMENT) ELEVATION (6 SPAN ARRANGEMENT) | INT. BENT 6 SPAN ARRANGEMENTS ALTERNATE ELEVATIONS 1 ELEVATION (4 SPAN ARRANGEMENT) ELEVATION (EXISTING 4 SPAN) ROAD NO.COUNTY By Description REVISIONS Date By DescriptionDate SHEET NO. FINANCIAL PROJECT ID DUVAL 212379-2-52-01 2/6/2013 8:43:02 AM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1AltProfiles01.dgnegunders DEPARTMENT OF TRANSPORTATION STATE OF FLORIDA REF. DWG. NO. SHEET TITLE: PROJECT NAME: Drawn By: Checked by: Designed by: Checked by: eag 01-13 paw 01-13 rlw 01-13 paw 01-13 BRIDGE NO. 724209 NOT FOR CONSTRUCTION 30% SUBMITTAL RD BESSENT NOTICE: THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61G15-23.003, F.A.C.CH2M HILL JACKSONVILLE, FL 32256 CERTIFICATE OF AUTHORIZATION NO. 000072 9428 BAYMEADOWS ROAD P.E. License No.: 32015 Engineer of Record: Randall L. Mock BESSENT ROAD OVER WEST BRANCH PARAPET 1’-1" LANE 12’-0" BIKE 5’-6" SIDEWALK 6’-6" PARAPET 1’-1" LANE 12’-0" BIKE 5’-6" SIDEWALK 6’-6" (OVERALL BRIDGE WIDTH) 50’-2" PGL (TYP.)1’-0"PGL (TYP.)1’-0"TRAFFIC RAILING BARRIER 32" VERTICAL SHAPE (TYP.) PARAPET 1’-1" LANE 12’-0" BIKE 5’-6" SIDEWALK 6’-6" PARAPET 1’-1" LANE 12’-0" BIKE 5’-6" SIDEWALK 6’-6" (OVERALL BRIDGE WIDTH) 50’-2" " (TYP.) 2~2"\ PVC CONDUITS (TYP.) 2~2"\ PVC CONDUITS (TYP.) TRAFFIC RAILING BARRIER 32" VERTICAL SHAPE (TYP.) 5-24" SQ. PRESTRESSED CONCETE PILES (TYP.) 5-24" SQ. PRESTRESSED CONCETE PILES (TYP.)3’-0"3’-0"TELEPHONE TELEPHONE - BRIDGE TYPICAL SECTION ALTERNATES 2 Slope: 0.02 Ft/FtSlope: 0.02 Ft/Ft CONSTRUCTION BESSENT ROAD TYPICAL SECTION Slope: 0.02 Ft/FtSlope: 0.02 Ft/Ft CONSTRUCTION BESSENT ROAD TYPICAL SECTION Slope: 0.02 Ft/Ft Slope: 0.02 Ft/Ft PILE CAP 3’-6" WIDE PILE CAP 3’-6" WIDE 6" (TYP.) 6" (TYP.) CAST-IN-PLACE SLAB 6" FIBER REINFORCED CONCRETE DECK TOPPING ALTERNATIVES 1,3 & 5 - PRESTRESSED SLAB UNITS ALTERNATIVES 2 & 4 CAST-IN-PLACE SLAB ALTERNATIVE 1 = 15" PSU - 4 SPANS @ 50’ EA. ALTERNATIVE 3 = 12" PSU - 5 SPANS @ 40’ EA. ALTERNATIVE 5 = 12" PSU - 6 SPANS @ 33.33’ EA. ALTERNATIVE 2 = 21" C-I-P - 5 SPANS @ 40’ EA. ALTERNATIVE 4 = 18" C-I-P - 6 SPANS @ 33.33’ EA. ROAD NO.COUNTY By Description REVISIONS Date By DescriptionDate SHEET NO. FINANCIAL PROJECT ID DUVAL 212379-2-52-01 1/22/2013 4:04:11 PM c:\pw_workdir\ch2mhill_tbg\egunders\d0122050\B1TypicalSection03.dgnegunders STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION REF. DWG. NO. SHEET TITLE: PROJECT NAME: Drawn By: Checked by: Designed by: Checked by: eag 01-13 paw 01-13 rlw 01-13 paw 01-13 BRIDGE NO. 724209 30% SUBMITTAL NOT FOR CONSTRUCTION BESSENT RD NOTICE: THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61G15-23.003, F.A.C.CH2M HILL JACKSONVILLE, FL 32256 CERTIFICATE OF AUTHORIZATION NO. 000072 9428 BAYMEADOWS ROAD P.E. License No.: 32015 Engineer of Record: Randall L. Mock BESSENT ROAD OVER WEST BRANCH TAB III Experience and Capacity of FirmTAB IIIExperience and Capacity of Firm III-1 History of Working with the County and Knowledge of your Systems and Operations Since 1977, Collier County has consistently relied on CH2M HILL to provide planning, design, permitting, and construction services on a multitude of projects. This long- term relationship has enabled CH2M HILL to develop an excellent understanding of the County’s systems as well as an acute knowledge of local conditions and Collier County’s infrastructure. To date, CH2M HILL has successfully provided more than $50 million dollars of planning, design, and construction services within Collier County. CH2M HILL has performed services for Collier County on nine roadway design contracts (50+ miles of roadway) and four PD&E studies (30+ miles of roadway). Over the past 12 years, CH2M HILL has performed work under 21 different Collier County General Service Contracts. Our “Task Order” work has consisted of project management, planning and traffic studies, pedestrian pathways, asset management, structural evaluations, roadway designs, PD&E Studies, drainage design, intersection designs, bridge designs, box culvert designs, utility designs (100+ miles), FDEP permitting and environmental surveys and construction engineering and inspection services. The CH2M Team is Uniquely Qualified to Serve Collier County under this Contract To meet the challenges of growth and infrastructure needs in Southwest Florida, CH2M offers the Collier County Transportation Engineering Division the following benefits: » A local, experienced and proven project team that can commit the required time to their respective roles » A regional network of design and technical resources that can be cost effectively utilized for the full range of projects anticipated. » An understanding of the Transportation Engineering Division’s organization and how it conducts business, thereby streamlining the project delivery process CH2M’s Naples office, less than 15 minutes from the Collier County Transportation Engineering Division’s offices in Naples, will serve as the operations base for this contract. More than 20 staff are assigned to CH2M’s SWF office which was established to sustain top-priority service to our southwestern Florida clientele. This office, located only a few miles from the Collier Transportation offices, is led by Bill Gramer, PE, who will function as Roadway Team Lead for the Palm River Canal Bridge Replacement Project and provide the local support Project Manager Bhushan Godbole needs to successfully deliver the project. The Palm River Canal contract can be further supported, as needed, by some of our full-service Florida office locations. CH2M’s wide-area network will make the intra-office transfer of designs and other types of information between our Naples and other Florida offices quick and cost- effective. Also, our NetMeeting and other Internet-based services make it possible to host teleconferences and design reviews with remote staff, if required. Regional Network of Design and Technical Support With 15 offices and more than 800 staff in Florida, CH2M along with our teammates can provide any level of support that might be required for this project. While our Naples office will manage and house the core team during critical phases, support can always be provided by one of our many other Florida offices. Our Jacksonville, Tampa, and Orlando professionals have assisted our Naples office with dozens of bridge and roadway design projects over the last 15 years. CH2M routinely co- locates staff in Client offices to help expedite coordination on assignments and can provide that service on this contract if desired. Forge Engineering, Inc. (FORGE) will provide Geotechnical engineering services for our Team. Forge is a 20-year-old full service firm located in Collier County, Florida since its inception. FORGE is fully licensed and insured to perform professional engineering in Collier County and the state of Florida. Their firm has performed geotechnical engineering and inspection services on numerous road and bridge projects in both the public and commercial arenas. FORGE’s local experience and knowledge base of the subsurface soil conditions throughout the county will be of significant benefit to the project team. FORGE has provided these services for CH2M on all of our roadway and structure projects in Collier County. Johnson Engineering, Inc. will provide all required Survey/Right of Way services, Subsurface Utilities Engineering (SUE), and assist with Environmental/Permitting tasks. Johnson provides engineering design for land development, land planning and landscape architecture, utilities improvements, transportation design, and construction observation and inspection. Their surveying and mapping group specializes in subsurface utility location and mapping (SUE), transportation surveying, hydrographic III-2 surveying, and geographic information systems. Johnson has provided environmental field surveys on a variety of projects for Collier County. CH2M and Johnson have worked together on a variety of projects throughout Florida as well as projects specific to Collier County. American Management Resources Corporation (AMRC) was founded on the timeless principles of the highest level of integrity and service to the client. Established in Fort Myers in 1984, AMRC provides environmental solutions to clients throughout the State of Florida and the Southeastern United States. CH2M and AMRC have worked recently on the Pine Ridge weir project in Collier County. The CH2M Team brings an Impressive Resume of Work on Projects Similar in Scope to the Palm River Canal Bridge Replacement Project The CH2M Team’s ability to provide appropriate technical solutions on bridge improvement projects throughout Florida and nationwide is directly applicable to the services required on this project. We have highlighted several Florida projects in this section that demonstrate our local expertise on projects that mirror the scope items as detailed in the RFP. Our experience includes: » More than 30 new bridge designs (10 for FDOT) » More than 25 bridge widening designs for FDOT » Review for 40 new bridges for Wekiva Parkway (FIB, FUB, Florida U-Girder, Steel Plate, Steel Box, Rectangular Prestressed) This extensive bridge improvements project experience, along with our technically qualified team members who possess recent, relevant experience on projects in Collier County, bringing lessons learned and established relationships with local consultants, stakeholders, and the County staff. This combined experience/ knowledge provides the greatest opportunity to successfully complete this project on time and within budget. Representative CH2M Projects are summarized below. Following these summaries, we have included a Project matrix that outlines how these projects match up to the County’s Scope. PROJECT TITLE: OIL WELL ROAD WIDENING CLIENT Collier County, FL ENGINEERS ESTIMATE: $43 million START 2005 FINAL COST: $40 million END 2011 CHANGES ORDERS (YES/NO): No Description: Project included the delivery of a Bridge Development Report (BDR), final design, and plans for this project involving three bridge replacements, two box culvert extensions, and miscellaneous structures. All three bridge replacements involved three-span AASHTO Type II beam superstructures on conventional pile bents. The bridge lengths are 132 feet, 135 feet, and 150 feet respectively. PROJECT TITLE: VANDERBILT BEACH ROAD EXTENSION FROM COLLIER BOULEVARD TO DESOTO BOULEVARD CLIENT Collier County, FL ENGINEERS ESTIMATE: N/A START 2007 FINAL COST: TBD END 2008 CHANGES ORDERS (YES/NO): No DESCRIPTION: Project included the delivery of a Bridge Development report (BDR), 60% design, and plans for this project involving seven new bridge structures, sound walls, and miscellaneous structures. Selected bridge structures involved medium span AASHTO Type II beam and flat slab superstructures on conventional pile bents. The bridge lengths varied from 105 feet to 175 feet. PROJECT TITLE: JONES & BESSENT ROAD BRIDGE REPLACEMENT CLIENT FDOT District Two ENGINEERS ESTIMATE: $4.8 million START 2002 FINAL CONSTRUCTION: $4.2 million END 2016 CHANGES ORDERS (YES/NO): No DESCRIPTION: BDR and final design, plans and specs involving replacement of two off-system bridges in the in the Jacksonville area. The Jones Road Bridge traverses a tributary to Deep Creek and Bessent Road Bridge crosses West Branch. Bridge lengths are approximately 80 feet and 200 feet, respectively. Jones Road Bridge was a three-span flat slab replacement bridge that involved temporary retrofit of the existing bridge using pile jackets to allow phased construction. Bessent Road Bridge involved the use of innovative new Florida Slab Beams (FSBs) with concrete topping application. Approach roadway required ground improvements with vibro- concrete columns and use of steepened slopes to stay within the right-of-way and minimize permitting impacts through the marsh. III-3 PROJECT TITLE: US17 OVER DUNNS CREEK BRIDGE REPLACEMENT CLIENT FDOT District Two ENGINEERS ESTIMATE: $45 million START 2007 FINAL COST: TBD END 2016 CHANGES ORDERS (YES/NO): No DESCRIPTION: The project involved a 3.8-mile widening of US 17 to four Lanes including the Putnam County Trailway. This was a new parallel southbound bridge, 2,808’ length, 45’ vertical navigation clearance over Dunn’s Creek. Project included retaining walls, FIB 78s at 156’ span lengths, ship impact piers, aesthetic piers, and prestressed concrete pile foundations. PROJECT TITLE: ORANGE AVENUE BRIDGE REPLACEMENT CLIENT FL Turnpike District ENGINEERS ESTIMATE: $3.5 million START 2012 FINAL COST: TBD END 2016 CHANGES ORDERS (YES/NO): No DESCRIPTION: BDR and final design, plans and specs for Turnpike widening project involving Replacement of existing 4-span AASHTO beam bridge with spill thru slopes with 2-span FIB-72 beam bridge with MSE wall end bents. Total bridge length of 306 ft. Proposed structure consists of Dual bridges with sidewalks over Florida’s Turnpike. PROJECT TITLE: WILLIAMSON BLVD BRIDGE REPLACEMENT CLIENT Volusia County ENGINEERS ESTIMATE: $13 million START 2006 FINAL COST: $12 million END 2008 CHANGES ORDERS (YES/NO): No DESCRIPTION: BDR and final design, plans and specs for a 4 span 160 ft. long cast-in-place flat slab bridge, two new box culverts under approach causeway, one box culvert extension, and two sign structures. Involves significant utility and high voltage electric lines in the vicinity and school. US 17 over Dunn’s Creek Jones Road and Bessent Road Bridge Replacements J. Lawson Boulevard over Boggy Creek III-4 PROJECT TITLE: WATSON BOULEVARD SUPERSTRUCTURE REPLACEMENT CLIENT Monroe County ENGINEERS ESTIMATE: $850K START 2011 FINAL COST: $650K END 2012 CHANGES ORDERS (YES/NO): No DESCRIPTION: Design of replacement of an existing 27’-6” long superstructure for a single span bridge constructed in the early 1960’s canal crossing in Munroe County. The replacement included new pre-stressed flat slabs, approach slabs, and upgraded traffic railing. Coordination with FDOT District 6. PROJECT TITLE: BRIDGE REPLACEMENT FOR MEMORIAL HIGHWAY AND CR39 OVER ALAFIA RIVER CLIENT Hillsborough County ENGINEERS ESTIMATE: $5.5 million START 2003 FINAL COST: $5.0 million END 2006 CHANGES ORDERS (YES/NO): No DESCRIPTION: Bridge replacement including alternative alignments, involvement, the Bridge Development Report (BDR), and final design. CR 39 over Alafia River is a five-span, 63’ span prestressed beam AASHTO Type III bridge with a temporary detour bridge. Bridge replacement was on the same alignment (structurally deficient and functionally obsolete). This two-lane bridge with sidewalks was 315’ length, 6.8’ over NHW vertical clearance over Alafia River. PROJECT TITLE: OLD MEMORIAL HIGHWAY OVER DICK CREEK BRIDGE REPLACEMENT CLIENT Hillsborough County ENGINEERS ESTIMATE: $2.4 million START 2003 FINAL COST: $2.0 million END 2006 CHANGES ORDERS (YES/NO): No DESCRIPTION: Bridge replacement including alternative alignments public involvement, the Bridge Development Report (BDR), and final design. Memorial Highway over Dick Creek is a three-span continuous flat slab with MSE wall approaches. Bridge replacement on the same alignment (structurally deficient and functionally obsolete). PROJECT TITLE: SR 10 OVER YELLOW RIVER BRIDGE REPLACEMENT CLIENT FDOT District Three ENGINEERS ESTIMATE: $11 million START 1/2010 FINAL COST: $14 million END 4/2014 CHANGES ORDERS (YES/NO): No DESCRIPTION: This project involved the replacement of the existing two- lane structurally deficient and scour critical bridge over the Yellow River. Hydraulic considerations dictated bridge length and low member elevations. In order to obtain the FEMA No-Rise Certification for the predicted flows the bridge was extended approximately 87 feet. The final bridge length of the project was 1617-feet compared to the existing 1530-feet and consists of precast concrete beams on drilled shaft foundations. Design accommodation was made to account for difficult construction access, unpredictable water elevations during construction, existing remnant piles, and the protection of species including various mussels and the Gulf Sturgeon. CR 39 Over the Alafia River TAB IV Specialized Expertise of Team MembersTAB IVSpecialized Expertise of Team Members IV-1 The CH2M Team Roles and Responsibilities Team members were selected on the basis of their knowledge and familiarity with Collier County, their reputation for delivering quality service, their experience working together on other similar projects, and their availability for the duration of the contract. The diversity and depth of our team, shown in the organizational chart on the following page, make it possible for us to respond quickly and completely to the wide range of tasks that will be required by this project. CH2M’s proven, available team is prepared to deliver on its promise of providing Collier County with efficient, coordinated services for the Palm River Canal Bridge Replacement Project. Our team consists of four firms, each with a strong track record of successful project delivery for Collier County, bringing to this project familiarity with your preferred methods of project delivery and standards for quality. Just as important, the individual members of our project team have the technical expertise and the professional experience on similar projects which will allow our team to be efficient in addressing key challenges affecting project success. We routinely work together and offer an “integrated” team approach to providing successful project solutions. CH2M will be responsible for the structural, roadway, utility, drainage, permitting and public involvement services that will be required on this project. We have a proven track record of success on structural design projects for Collier County as well as clients throughout Florida. The CH2M Team’s Structural Design work for Collier County is extensive and includes: Ten (10) Bridges over water bodies similar to Palm River Three (3) Wildlife Crossings Three (3) CONSPAN Designs Sixteen (16) Box Culvert Designs One (1) Pedestrian Bridge Dozens of Retaining Walls and Gravity Walls One (1) Water Control Weir(s) Fifty-Four (54) Movable and Fixed Crest Weir Structural Inspections In addition to our Structural work, CH2M has designed more than 50 miles of roadways and more than 100 miles of underground utilities for Collier County.CH2M was responsible for all the Permitting (ERP, SFWMD, ACOE, FDEP etc.) associated with those projects. Johnson Engineering, Inc. will provide Survey/ROW services, Environmental/ Permitting, and Subsurface Utilities Engineering (SUE) services. Johnson provides engineering design for land development, land planning and landscape architecture, utilities improvements, transportation design, and construction observation and inspection. Their surveying and mapping group specializes in subsurface utility location and mapping (SUE), transportation surveying, hydrographic surveying, and geographic information systems. Johnson has provided environmental field surveys on a variety of projects for Collier County and has worked with CH2M on a variety of projects throughout Florida as well as projects specific to Collier County. Forge Engineering, Inc. (FORGE), will provide Geotechnical engineering services for our Team. FORGE is a 20 year old multi-service engineering consulting firm which has been headquartered in Collier County, Florida since its inception. FORGE is fully licensed and insured to perform professional engineering services in Collier County and the state of Florida. The firm’s principals and staff have over 100 years of combined experience performing Geotechnical, Forensic, Environmental, and CoMET services in Collier County and the rest of the state. Forge has provided these services for CH2M on all our roadway and structure projects in Collier County. American Management Resources Corporation (AMRC) will provide Asbestos Testing services for the County under this contract. AMRC, established in Fort Myers in 1984, provides environmental solutions to clients throughout the State of Florida and the Southeastern United States. CH2M and AMRC have worked recently on the Pine Ridge weir project in Collier County. Team Member Resumes Our Team Organization Chart shows the group of experienced professionals CH2M is committing to the County’s Palm River Canal Bridge Replacement Project. Our team members bring the appropriate skills and relevant background and knowledge to implement this project in the most efficient, effective way possible. Resumes for the CH2M team members that will be assigned to the County’s project can be found in the Appendix of this submittal. Short bios for key team leaders follow the organization chart. IV-2 IV-3 Subconsultant Letters of Intent Letters of Intent from our subconsultant team members, Forge Engineering, Inc.; Johnson Engineering, Inc.; and AMRC can be found at the end of this section. CH2M offers Collier County a Team of Project Leaders with a Proven Record of Successfully Delivering Bridge Design Projects for Transportation Facilities in Florida Our Team will be led by Bhushan Godbole, PE, will serve as Project Manager Bhushan Godbole brings 25 years of experience providing bridge and structural engineering services on transportation projects. He specializes in steel and concrete bridges, short- and long-span bridges, retaining walls, culverts and miscellaneous structures throughout Florida. Bhushan has a long history of successfully working with the County on its structures including serving as the Structural Engineer of Record for the Collier Boulevard (CR 951) Pedestrian Bridge; Vanderbilt Beach Road Extension from Collier Boulevard to DeSoto Boulevard; and the Oil Well Road Widening project. He has also provided bridge design services for clients on the west coast of Florida, including Sarasota and Hillsborough Counties. QA/QC Team Leads Randy Mock, PE, (Structural) brings over 38 years of experience providing bridge and structural engineering analysis and recommendations for projects throughout Florida and the US. He has a long established working relationship with FDOT staff and is familiar with FDOT bridge/structures requirements. Randy’s experience includes design of concrete, steel, and post-tensioned superstructures; various substructures and foundation type inspections; special structures; construction services; and interaction with permitting and all ancillary road and bridge project needs. He was the Technical Advisor for structural engineering tasks for the Oil Well Road for the Collier County Transportation Department. Scott Bear, PE, (Roadway) has more than 28 years of experience in managing and providing quality review in the areas of highway design and planning; geometric design of roads and intersections; maintenance of traffic and constructability. This experience is highlighted in such projects as the design of 2.25 miles of SR 15A for FDOT in Volusia County which involved design of a two-lane to four-lane divided reconstruction section. Scott has served Collier County as a project manager for Oil Well Road (Immokalee Road to Camp Keis Road). Randy Bushey, PE, (Drainage) has over 32 years of experience managing design and construction of major water resource projects in Florida. He is Involved annually in more than 50 major design and construction projects including managing the $134 million Stormwater Treatment Area (STA) 3/4 project, a 17,000-acre treatment wetland. Randy has served as Assistant Deputy Executive Director of the $850 million Everglades Construction Project (ECP), $8 billion Comprehensive Everglades Restoration Plan (CERP), and Capital Program while working at the Florida Water Management District (SFWMD) and as the former Director of the SFWMD West Palm Beach Field Station. Jim Bays, PWS (Environmental/Permitting) specializes in the planning and design of multi-purpose wetlands for water quality treatment and public recreation. He has performed comprehensive studies on the water quality and aquatic ecology of wetlands, lakes, reservoirs, and estuaries. Jim actively presents and publishes on wetland treatment and restoration projects nationwide, offering leading perspectives on current approaches to wetland design, performance, and management. For the County’s Freedom Park (aka Gordon River Water Quality Park) Water Quality Park Project, Jim was the Senior Technical Consultant. Niel Postlethwait, PE (Utilities) has more than 16 years of experience in water resource infrastructure projects. His focus is on water treatment plant (WTP) and wastewater treatment plant (WWTP) design, conveyance design, water and wastewater permitting, wellfield design studies, and tracer studies. Niel has extensive experience with local conditions, agencies, and stakeholders through his work with Ave Maria Utility Company in Collier County and Bonita Springs Utilities. Curt Basnett, PE, (Geotechnical) offers more than 26 years of experience in geotechnical engineering and materials testing. His experience includes field and laboratory soil testing, field explorations, inspections and oversight services, in situ soil testing and sampling, pile load testing (static and dynamic) landfill siting and design, seismic evaluations, embankment, retaining wall, impoundment, and foundation design, and civil design Katus Watson, PE (Constructability) has over 20 years of experience in design- build projects and cost-plus guaranteed maximum price (GMP) contracts. He will be directly responsible for cost control, schedule control, subcontract negotiations, risk management, and quality control, while providing valuable interface between the designers, client representatives, subcontractors, suppliers, and permitting agencies. Katus’ experience in Southwest Florida includes Onsite Construction Manager for Bonita Springs Utilities projects and as the Construction/Design Project Manager for the City of Fort Myers. IV-4 Structural Team Leads Pete Winkler, PE, has over 14 years of structural design experience on infrastructure projects. He is proficient in prestressed concrete girder bridge design, box culvert design, overhead truss and cantilever sign structure design, special mast arm design, steel bridge design, and roadway design. Pete was responsible for QA/QC of proposed box culvert extensions for miscellaneous structures for the Oil Well Road project for the County. Lev Zilberman, PE, bring over 22 years of experience in bridge design and inspection, and building design, with in-depth knowledge in the design of concrete and steel bridges. He is knowledgeable of FDOT’s structural design guidelines detailing requirements and the AASHTO Standard Specifications for Highway Projects. Lev has a history of successfully serving as a Structural Engineer on Southwest Florida projects for Lee County. Evan Gundersen has over 19 years of professional experience, including 14 years of experience in structural bridge drafting and design. He has worked for over fifteen years with Florida Department of Transportation (FDOT) standards and electronic submittal requirements. Evan specializes in design of structural project elements and has served as Lead CADD Designer for several projects similar to the Palm River Canal Bridge Replacement project. These projects include US 17 (SR 15) over Dunn’s Creek; Jones and Bessent Road Bridge Replacements; and SR 23 Brannan Field Chaffee Road Bridge Project. Key Team Members Years of Experience Degree Registration Firm Bhushan Godbole, PE 25 MS PE CH2M Randy Mock, PE 38 BS PE; CBI CH2M Scott Bear, PE 29 BS PE CH2M Randy Bushey, PE 32 MS PE CH2M Jim Bays, PWS 39 MS PWS CH2M Niel Postlethwait, PE 16 MS PE CH2M Curt Basnett, PE 26 MCE PE CH2M Katus Watson, PE 20 ME PE CH2M Pete Winkler, PE 14 BS PE CH2M Lev Zilberman, PE 22 ME PE CH2M Evan Gundersen 19 AA NA CH2M Bill Gramer, PE, AICP 28 BS PE; AICP CH2M Adam Ahmad, PE AICP 10 BS PE; AICP CH2M Kevin Heldorfer 14 AAS NA CH2M Laura Hererro 22 BS Ecologist Johnson Tunch Orsoy 26 MS NA CH2M Richard Lumberg 31 BS PE Forge Mark Wentzel 38 BS PSM Johnson IV-5 Roadway Team Leads Bill Gramer, PE, AICP, has 28 years of experience, mostly in SW Florida, and has served as Project Manager on more than 50 Transportation/Site/Civil Projects in Collier and Lee County. He has served as project manager/project coordinator for 15 different General Service Contracts for Collier County, providing him with exceptional insight into local conditions, clients, and agencies. Bill has also successfully managed numerous planning and design projects such as the Vanderbilt Beach Road and Collier Boulevard Corridor Studies, Collier Boulevard (Golden Gate Boulevard to Immokalee Road), Collier Boulevard (US 41 to Davis Boulevard), Vanderbilt Beach Road, Immokalee Road, and Pine Ridge Road projects, and the North Road relocation project at Naples Municipal Airport. He has provided Planning Reviews and Developer Responsibility Reviews for the Collier County Planning Department. Under his management, CH2M has designed more than 100 miles of underground utilities for Collier County. Adam Ahmad, PE, AICP, has 10 years of comprehensive experience encompassing all phases of planning and design and production for civil/site work projects. He has experience in in a variety of planning, engineering, technical, analytical, statistical, graphical, public involvement and project review activities. Adam’s diverse experience includes serving as the project manager for the Seminole Tribe of Florida Long Range Transportation Plan, Collier Area Transit’s Facility Design Guide and the preparation of over a hundred million dollars in grant applications including TIGER grants. He has experience in civil engineering site and roadway design/mapping and surveying, computer information science, management, cartography, and graphic design. He is proficient in the use of state-of-the-art engineering software including Microstation and GEOPAK, ICPR, Adobe Illustrator and Photoshop, MathCAD, Leica HDS Cyclone and ESRI ArcGIS. Adam is skilled in the design of schedules and project timelines using Microsoft Project and Primavera. Kevin Heldorfer brings more than 16 years of engineering experience Including recent work as a Project Designer for multiple contracts for Collier County, providing him with exceptional insight into local conditions, clients, and agencies. His work for the County includes Gordon River Water Quality Park; Collier Boulevard (Golden Gate Boulevard to Green Boulevard); Collier Boulevard (Golden Gate Boulevard to Immokalee Road); Collier Boulevard (US 41 to Davis Boulevard) Design; and Vanderbilt Beach Road Extension Corridor Study. Environmental Tunch Orsoy is experienced in Section 404 permitting, NEPA studies and document preparation, ecological risk assessments, wildlife surveys, aquatic sciences, hazardous waste assessments, and facility response planning, biological studies, dredge and- fill permitting, and contamination investigations. He has extensive experience in scientific research and environmental consulting, and has worked as a professional environmental scientist since 1989. Mr. Orsoy is an active project manager for several military and municipal clients. For the U.S. Army Corps of Engineers, Mr. Orsoy prepared portions of the impact evaluation for the ACT/ACF River Basin Water Allocation Environmental Impact Statement. Subconsultants Laura Herrero is an ecologist with duties including SFWMD and ACOE wetland jurisdictional determinations, protected species surveys, habitat and species management plans, biological monitoring, coordination and permitting with the FWS, FWS Biological Assessments and Biological Opinions, wetland/listed species mitigation proposals and mitigation monitoring. She is also an Authorized Gopher Tortoise Agent with the FWC (GTA-13-00022). Laura has provided expert witness testimony regarding ecological issues related to Lee and Collier County zoning cases, and currently serves as the chair person for the City of Fort Myers Planning Board. As a subconsultant, Laura has provided wetland delineations, wildlife surveys, eagle monitoring and coastal construction control line permitting with the FDEP for the ongoing design/build utility improvement project for the Town of Fort Myers Beach and conducted gopher tortoise and burrowing owl surveys and will be conducting gopher tortoise relocations, as necessary, for the +/- 50-mile long design/bid utility improvement. Richard P. Lundberg, P.E. has 31 years of experience serving as a Project and Senior Project Engineer for the subsurface and surface soil (drilling and testing) for roadways and bridges in Florida and on airport projects partially funded by FDOT. For Geotechnical Exploration Testing, served as Project and senior project engineer responsible for planning, performing, and supervising various types of laboratory testing on roadway and bridge soil samples. Experience as a Project and senior project engineer responsible for planning, performing, and supervising various types of laboratory testing on roadway and bridge soil samples. Mark Wentzel is a professional surveyor and mappers since 1993.He served as director of the surveying and mapping services group at Johnson for 11 years. Mark currently oversees construction staking, all FDOT survey projects, performs boundary surveys, design surveys and Subsurface Utility Engineering (SUE) projects. He has extensive experience providing survey services for clients in Southwest Florida. PO Box 113040 ~ Naples, FL 34108 ~ 239.514.4100 ~ Fax 239.514.4161 www.ForgeEng.com October 3, 2016 CH2M HILL Attn: Mr. Bill Gramer, P.E. 5801 Pelican Bay Boulevard Suite 505 Naples Florida, 34108 Phone: 239-431-9222 Office 239-596-1715 x59222 Mobile: 239-860-4922 Email: bgramer@ch2m.com Subject: Letter of Commitment DESIGN AND RELATED SERVICES FOR PALM RIVER BOULEVARD PALM RIVER CANAL BRIDGE REPLACEMENT PROJECT COLLIER COUNTY PROJECT 66066.14, BRIDGE NUMBER 034046 Geotechnical Engineering Support Services Collier County, Florida Forge Engineering, Inc. (FORGE) is pleased to provide you this letter pertaining to the subject request for proposal. FORGE is committed, capable, and ready to provide you geotechnical engineering support services when you are selected by Collier County for the subject contract. As always, we are committed to being a part of your team on this project. As members of the Collier County community, we are committed to providing responsive consulting services that will help our County to continue to grow in a positive and effective manner. Sincerely, FORGE ENGINEERING, INC. Certificate of Authorization No. 7544 Richard P. Lundberg Richard P. Lundberg, P.E. Principal Engineer c Equal Opportunity/Affirmative Action Employer 6.3 Letter of Interest City of Fort Myers | Construction Engineering & Inspection (CEI) Services for Hanson Street Extension - Roadway, Utility & Drainage Improvements RFQ #04-15-16-PW | May 13, 2016 2350 Stanford Court ■ Naples, Florida 34112 (239) 434-0333 ■ Fax (239) 434-9320 SINCE 1 946 September 28, 2016 CH2M 5801 Pelican Bay Blvd., Suite 505 Naples, FL 34108 Re: Design & Related Services for Palm River Canal Bridge RFP 16-7011 Dear Mr. Gramer: This letter confirms that Johnson Engineering, Inc. is committed to working with CH2M on RFP 16-7011, Design & Related Services for Palm River Canal Bridge to perform surveying and mapping, subsurface utility engineering (SUE) and environmental services. Sincerely, JOHNSON ENGINEERING, INC. Jared Brown, P.E. Collier County Branch Manager 239.334.0046, jbrown@johnsoneng.com AMERICAN MANAGEMENT RESOURCES CORPORATION 5230 Clayton Court · Fort Myers · Florida · 33907 P. (239) 936-8266 F. (239) 936-0737 September 28, 2016 CH2M HILL Attn: Mr. Bhushan Godbole 9428 Baymeadows Road, Suite 300 Jacksonville, FL 32256 Phone: 904-596-5697 Mobile: 904-210-9756 Email: bhushan.godbole@ch2m.com Subject: Letter of Commitment CCNA 16-7011 Design & Related Services for Palm River Canal Bridge Asbestos Survey Services Collier County, Florida American Management Resources Corporation (AMRC) is pleased to provide you this letter pertaining to the subject request for proposal. AMRC is committed, capable, and ready to provide you asbestos consulting services when you are selected by Collier County for the subject contract. As always, we are committed to being a part of your team on this project. AMRC appreciates this opportunity to be of service to you. Respectfully submitted, AMERICAN MANAGEMENT RESOURCES CORPORATION Jack M. Snider, III, CSP, LAC Licensed Asbestos Consultant #AX57 TAB V ReferencesTAB VReferences Attachment 8: Reference Questionnaire (Do Not Use Collier County Employees) (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: _______________________________________ By ________________ Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Solicitation: 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 Reference Questionnaire for: CH2M HILL Randy Mock (PM)/ Bhushan Godbole FDOT District TwoMike Carter, Project Manager (386) 961-7535(386) 758-3790mike.carter@dot.state.fl.us Jones & Bessent Road Bridge Replacement August 2016 $1,000,000 900 10 9 9 9 10 9 10 9 10 10 95 RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 36 Attachment 8: Reference Questionnaire (Do Not Use Collier County Employees) (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: _______________________________________ By ________________ Solicitation: 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 Reference Questionnaire for: CH2M HILL US 17 over Dunn’s Creek Bridge Replacement Mike Roland (PM)/ Bhushan Godbole Renee Brinkley (386) 961-7392 FDOT District Two renee.brinkley@dot.state.fl.us N/A Dec 2016 $4.5 million 1200 (2 yrs original design + 1.5 year plans update) 10 10 10 10 10 10 10 10 10 10 RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 37 100 Attachment 8: Reference Questionnaire (Do Not Use Collier County Employees) (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: _______________________________________ By ________________ Williamson Blvd Bridge Replacement Solicitation: 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 Reference Questionnaire for: CH2M HILL Tim Walsh (PM) / Bhushan Godbole Scott Martin Volusia County, Florida (386) 736-5967smartin@volusia.org N/A Dec 2008 $1,000,000 700 10 10 10 10 10 10 10 10 10 10 100 RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 36 Attachment 8: Reference Questionnaire Solicitation: 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: _______________________________________ By ________________ CH2M HILL RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 36 Attachment 8: Reference Questionnaire (Do Not Use Collier County Employees) Solicitation: 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 Reference Questionnaire for: CH2M (Name of Company Requesting Reference Information) Adam Ahmad, P.E. (Name of Individuals Requesting Reference Information) Name: Fabian Lefler, P.E. (Evaluator completing reference questionnaire) Email: FabianLefler@semtribe.com FAX: Company: Seminole Tribe of Florida (Evaluator's Company completing reference) Telephone: 954-894-1060 Ext 10902 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "O." Project D escription: Transportation Program Manage ment Completion Date: _91_3_01_1_6 _________ _ Project Budget: __ $2_s_o_,o_o_o _________ _ Project Number of Days: _36_s_o_a_y_s ______ _ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). j(!} 2 Ability to maintain project schedule (complete on-time or early). /0 3 Quality of work. ID 4 Quality of consultative advice provided on the project. /0 5 Professionalism and ability to manage personnel. /0 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) /(} 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. /[) 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. //) 10 Overall comfort level with hiring the company in the future (customer satisfaction). �o I) TOTAi sr.n�i: OF ALL ITEMS ':� �HU r 6Wv Seminole Tribe of Florida By BEo,t, "" Public works Department FABIAN LEFLER. P.E. SENIOI-{ TH/\NSl-'OHT/\TION ENGINEEH Off: 954.894 1060 Ext. l 0902 3107 North State Road 7 Fax: 954.989. l l 72 Hollywood. FL 33021 Cell: 954.899.9121 email: fabianlefler@semtribe.com ww,,v.seminoletribe.com " RFP CCNA Template_06132016 16-7011 Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project, Project 66066.14, Bridge Number 034046 37 TAB VI Acceptance of ConditionsTAB VIAcceptance of Conditions VI-1 CH2M takes no exception to the general terms and conditions of the RFP. TAB VII Required Form SubmittalsTAB VIIRequired Form Submittals APPENDICEAPPENDICES Resumes Bhushan Godbole PE Representative Project Experience Structural Engineer of Record, Collier Boulevard (CR 951) Pedestrian Bridge, Collier County, Naples, Florida. New 8-foot-wide pedestrian trail bridge over Henderson Canal. The proposed trail bridge was part of a new trail along this road widening project. The timber bridge consisted of a naturally durable timber decking and piling and was originally four 20-foot spans. During the construction phase, involved in the review of a single span prefabricated steel truss alternative on spread footing abutments. Structural Engineer of Record, Vanderbilt Beach Road Extension from Collier Boulevard to DeSoto Boulevard, Collier County, Naples, Florida. Responsible for the delivery of the bridge design report, design, and plans for this project involving seven new bridge structures, sound walls, and miscellaneous structures. Selected bridge structures involved medium span AASHTO Type II beam and flat slab superstructures on conventional pile bents. The bridge lengths varied from 105 feet to 175 feet. Structural Engineer of Record, Oil Well Road Widening, Collier County, Naples, Florida. Responsible for the delivery of bridge design report, design, and plans for this project involving three bridge replacements, two box culvert extensions, and miscellaneous structures. All three bridge replacements involved three-span AASHTO Type II beam superstructures on conventional pile bents. The bridge lengths are 132 feet, 135 feet, and 150 feet respectively. Performed foundation design and coordinated all the other aspects of the design including QA. Also performed Load Rating using LRFR for box culvert classified as bridge culvert. Structural Engineer of Record, Webber Street Bridge, Sarasota County, Sarasota, Florida. Responsible for all project phases beginning with the BDR through final plans for this three-span AASHTO Type III girder bridge over Philippi Creek, including a box culvert design. Designed the girders and coordinated all the other aspects of the design including QA. Structural Engineer of Record, Bridge Replacement for Memorial Highway and CR 39 Over the Alafia River, Hillsborough County, Tampa, Florida. Responsible for all aspects of these two bridge replacements including alternative alignments, public involvement, the Bridge Development Report (BDR), and final design. Memorial Highway over Dick Creek is a three-span continuous flat slab with MSE wall approaches. CR 39 over Alafia River is a five-span AASHTO Type III bridge with a temporary detour bridge. Designed the girders and coordinated all the other aspects of the design including QA. Role on Project Project Manager Relevant Experience » Twenty-five years of experience providing bridge and structural engineering services on transportation projects. » Experience on steel and concrete bridges, short- and long-span bridges, retaining walls, culverts and miscellaneous structures throughout Florida. » Served Collier County as Structural Engineer for the Collier Boulevard (CR 951) Pedestrian Bridge and Structural Engineer of Record for the Vanderbilt Beach Road Extension from Collier Boulevard to DeSoto Boulevard and the Oil Well Road Widening project Education M.S., Structural Engineering, University of Cincinnati, Cincinnati, Ohio B.S., Civil Engineering, Indian Institute of Technology, Bombay, India Professional Registration Professional Engineer: Florida BHUSHAN GODBOLE PE Structural Engineer of Record, I-95 Six-Laning Project South of SR 514 to North of SR 518, FDOT District Five, Brevard County, Florida. As the engineer-of-record, was responsible for structural design services of a 12.8-mile segment of I-95 widening project. The structural aspect of this project involved providing reconstruction of two interchanges (SR 500 and SR 518), bridge widening at the Melbourne-Tillman Canal, and retaining walls including permanent and temporary walls, soundwalls, and steel sheet pile walls. Construction involved three phases and extensive MOT considerations. The proposed bridges at SR 500 and SR 518 will replace existing three-span structures with a single-span steel structure. Responsible for the concrete beam design and the temporary and permanent wall designs including sheet piling and coordinated all the other aspects of the design including QA. Structural Engineer of Record, Becker Road Interchange, Florida’s Turnpike Enterprise, Martin and St. Lucie Counties, Florida. Responsible for the delivery of final plans and design for this project involving a bridge replacement and a widening. A two-span AASHTO Type IV structure with MSE wall end bents was used to replace an existing, deficient four-span steel bridge. Also designed the concrete substructure and AASHTO girders and coordinated all the other aspects of the design including QA. Structural Engineer, I-95 Widening, FDOT District Two, Jacksonville, Florida. Prepared bridge development reports and plans for bridge widenings over Moncrief Creek, Lem Turner Road, and Edgewood Avenue. Responsible for beam, deck and substructure designs. Lead Structural Engineer, St. George Island Bridge Design-Build Project, FDOT District Three, Franklin County, Florida. Design for a bridge replacement that used the Florida bulb tee approach for the superstructure, deck, and piers meeting AASHTO LRFD specifications. This design-build project was the largest of its kind for FDOT, and involved a 4.5-mile concrete bridge over sensitive environmental lands. The low-level portion of the structure is comprised of 136, 125-foot spans and the high level portion includes 24, 140-foot spans and a five-span post-tensioned spliced I-girder channel unit. The project addressed major environmental considerations due to impacts to oyster production. Concrete from the demolished old bridge was used to create artificial reefs and the existing causeway was turned into bird sanctuary. Structural Engineer of Record, I-95 Design, FDOT District Five, Brevard County, Florida. Responsible for structural design services on the design for widening a 12.8-mile segment of I-95 from four to six lanes. The structural aspect of this project involved providing reconstruction of two interchanges (SR 500 and SR 518), bridge widening at Melbourne-Tillman Canal, and retaining walls including permanent and temporary walls, sound walls, and steel sheet pile walls. Construction involved three phases and extensive MOT considerations. The proposed bridges at SR 500 and SR 518 will replace existing three- span structures with a single-span steel structure. Responsible for the concrete beam design and the temporary and permanent wall designs including sheet piling and coordinated all the other aspects of the design including QA. Structural Engineer, Southside Connector-Merrill Road Interchange, Jacksonville Transportation Authority, Jacksonville, Florida.Assisted in preparing parts of the Design-Build Project for this 206-ft single span SPUI in Jacksonville. The project involved a single span three-segment post-tensioned modified 98” deep Bulb Tee girder with temporary shoring towers. Responsible for MSE wall design and involved in all aspects of the design for the post-tensioned girder design including upfront research. Single stage post-tensioning was utilized on this project. Structural Engineer, Bridge Replacement for I-95 Over Trout River, FDOT District Two, Jacksonville, Florida. Assisted in preparing parts of the bridge development report for this 2,380-foot, 17-span water crossing. His responsibilities included designing the steel alternative, and performing a foundation alternative study. He also completed cost estimates for seven alternatives and designed long-span prestressed 78-inch bulb tees. Randy Mock, PE Representative Project Experience Technical Advisor, Oil Well Road, Collier County Transportation Department, Collier County, Florida. Technical Advisor. Served in a structural engineering technical advisory role for the widening and reconstruction of 11.1 miles of Oil Well Road from Immokalee Road to east of Camp Keais Road in eastern Collier County. Structural QA Officer, Seminole Expressway/SR 417 Widening (Orange/Seminole County Line to North of SR 434), Florida’s Turnpike Enterprise, Seminole County, Florida. Oversaw the QA/QC efforts to widen existing four-lane SR 417 to six lanes that accommodated future eight-lane section. Structural efforts included preliminary design for the widening of 11 bridges, at six locations and the replacement of three bridge at two locations. Construction types included pre-stressed concrete beams, steel plate girders, foundations, temporary and permanent walls, new piles behind existing MSE walls. Bridge Technical Consultant’ Wekiva Parkway PD&E Study, Orlando-Orange County Expressway Authority, Orange, Lake, and Seminole Counties, Florida. Provided project structural engineering analysis and recommendations for a 28.45-mile limited-access toll facility (four lanes, expandable to six lanes) on new alignment that will complete the Western Beltway around the metropolitan Orlando area. Services included preliminary design and preparation of all required engineering and environmental documents (SEIR and EA). Structural Engineering Lead, I-4/Poinciana Parkway Connector PD&E Study, FDOT District Five, Osceola and Polk Counties, Florida. Providing project structural engineering analysis and recommendations for this PD&E study which involves the analysis of several roadway concepts that would provide an enhanced connection between I-4 or the planned Central Polk Parkway to the greater Poinciana area. The project goals are to improve roadway connection from I-4 to Poinciana, enhance mobility, improve overall traffic operations, and promote regional system linkage. Currently, five primary alternatives are being explored to arrive at the optimal solutions. Several of those alternatives fall within District One, which requires coordination among two Districts. QA/QC Review, Turnpike Mainline Resurfacing and Design Upgrades, Florida's Turnpike Enterprise, Palm Beach County, Florida. Performed QA/QC review of the final design for the TL-5 pier protection barrier installation. This was one of the initial TL-5 pier protection projects, and CH2M HILL was required to perform some initial development of the applicable Standard Index 411. Role on Project QA/QC - Structural Relevant Experience » Over 38 years of experience providing bridge and structural engineering analysis and recommendations for projects throughout Florida and the US » Long established working relationship with FDOT staff and is familiar with FDOT bridge/structures requirements » Experience includes design of concrete, steel, and post-tensioned superstructures, various substructures and foundation type inspections, special structures, construction services, and interaction with permitting and all ancillary road and bridge project needs. Education B.S., Civil Engineering Professional Registration Professional Engineer: Florida, Georgia, Certified Bridge Inspector Scott Bear, PE Representative Project Experience Project Manager, Oil Well Road, Collier County Transportation Department, Collier County, Florida. Managed the design and permitting for the widening and reconstruction of 11.1 miles of Oil Well Road from Immokalee Road to east of Camp Keais Road in eastern Collier County. The project scope included widening a two lane rural section to a four lane and six lane urban section. The project included extensive public involvement due to impacts to environmentally sensitive areas as well as heavily developed sections of the corridor. The permitting effort included drainage and environmental impacts as well as wildlife crossings for endangered species such as the Florida Panther. QA/QC Manager, Statewide Toll Pre-classification Project, Florida's Turnpike Enterprise, Florida. Provided overall quality review for design of pavement marking and delineation to channelize approaching vehicles for the correct pre-classification of vehicles at all toll plazas within the Turnpike System, statewide. This project included both on-system plazas and off-system plazas. Project Manager, I-95 Design, FDOT District Five, Brevard County, Florida. Managed the final design of a 13.5-mile segment of I-95 from south of SR 514 (Malabar Road) to north of SR 518 (Eau Gallie Boulevard). The project includes providing safety improvements such as median guardrail to address median crossover accidents, as well as adding widening to the inside for an additional lane in each direction for capacity and safety. Included in the final design services is the design and reconstruction of two interchanges (US 192 and SR 518), and design elements for drainage/stormwater design and permitting, right-of-way acquisition for retention ponds, noise walls, bridge widening and reconstruction. Project Engineer, I-4/US 27 Interchange, FDOT District One, Polk County, Florida. Responsible for the design of US 27 as a subconsultant for this project. The project involved the six-laning of US 27, six-laning of I-4, and the reconstruction of the interchange. Major components of the design include bridges for US 27 over I-4, access management, and maintenance of traffic for both I-4 and US 27. Project Engineer, US 301/University Parkway, FDOT District One, Sarasota and Manatee Counties, Florida. Responsible for the design phase of this interchange project. Responsible for layout and geometrics for an urban single-point interchange including plan preparation, drainage, access management, design, right-of-way surveys, and permitting. Role on Project QA/QC - Roadway Relevant Experience » Twenty-nine years of experience in the transportation engineering field » Specializes in highway design and planning, geometric design of roads and intersections, drainage design, and traffic engineering Education B.S., Civil Engineering, Lehigh University, B.A., Architecture, Lehigh University Professional Registration Professional Engineer: Florida Randy Bushey, PE Representative Project Experience Reservoir Engineer, C.W. Bill Young Regional Reservoir Permit Compliance Monitoring Including Ecological and Hydrological Monitoring, Tampa Bay Water, Florida. Provided permit operational and maintenance compliance monitoring and reporting. The purpose of this monitoring/reporting program was to observe the operational capabilities of the reservoir embankment and associated toe drain, and stormwater management systems, and to certify them annually. Duties included annual safety certification, conducting annual dam safety training, Emergency Action Plan updates, and annual meetings with the permitting agencies to present the Comprehensive Annual Reservoir Report. Since 2001, CH2M HILL has supported the ecological and hydrological monitoring program for the reservoir, which includes measurement of rainfall, groundwater, surface water elevations and surface water discharge rates, as well as observation of plant species composition, plant species richness, and incidental wildlife. Semi- annual monitoring reports and an annual report are produced to meet the permit requirements. Engineer of Record, Boyette Road Reservoir Project, Pasco County, Florida. Reservoir design, construction engineering services, Emergency Action Plan, and the reservoir startup. Responsible for the design, permitting, and construction of an 80-acre aboveground and below ground reservoir for storage of reuse waters. Includes 20-foot high earthen embankment, a pump discharge facility, inflow penetration of the embankment, and an aeration/destratification system, a TRD cement-soil-bentonite cutoff wall, and geomembrane liner for seepage control and erosion protection. Design Criteria Professional, C.W. Bill Young Regional Reservoir Rehabilitation Project, Tampa Bay Water, Tampa, Florida. Provided development and management of design criteria, quality control, and facilitator of Peer Review Panel, and construction quality assurance (QA) oversight. Services addressed rehabilitation of 1,000-acre aboveground surface water reservoir that developed structural integrity issues requiring extensive erosion protection system repairs. Senior Engineer, SR A1A Flagler Beach Shore Protection PD&E Study, FDOT District Five, Flagler County, Florida. Evaluated short-term and long-term alternatives to protect SR A1A, a scenic highway, from coastal erosion forces. Included Section 7 consultation with the U.S. Fish and Wildlife Service (USFWS) under the Endangered Species Act as relates to nesting sea turtles, and approval under the National Environmental Policy Act to obtain federal funding. Role on Project QA/QC - Drainage Relevant Experience » Over 32 years of experience managing design and construction of major water resource projects » Served as Assistant Deputy Executive Director of the $850 million Everglades Construction Project (ECP), $8 billion Comprehensive Everglades Restoration Plan (CERP), and Capital Program while working at the Florida Water Management District (SFWMD) » Involved annually in more than 50 major design and construction projects including managing the $134 million Stormwater Treatment Area (STA) 3/4 project, a 17,000-acre treatment wetland » As Director of the SFWMD West Palm Beach Field Station, responsible for operations and maintenance (O&M) of five major pump stations (18,000 cubic feet per second [cfs] capacity), 150 miles of canals and levees, 75 water control structures, and the treatment of more than 600,000 acre- feet of stormwater annually entering the Everglades Protection Area. Education B.S., Engineering, University of California, Los Angeles M.S., Coastal Engineering, University of Miami Professional Registration Professional Engineer: Florida Jim Bays, PWS Representative Project Experience Senior Technical Consultant, Freedom Park (aka Gordon River Water Quality Park) Water Quality Park Project, Collier County, Florida. Provided conceptual design recommendations and review, senior quality control review of final design, and contributed to regulatory strategy development and preparation of environmental documentation for the creation of a water quality treatment park to reduce pollutant loading to Naples Bay and alleviate flooding problems in surrounding areas. Built in 2009, the park provides passive recreational and educational uses. Currently guiding vegetation management planning and optimization of system inflow and hydroperiod for greater year-round pollutant mass reduction. Senior Scientific Consultant, Aquifer Recharge and Recovery Project, Mosaic Co. (formerly CF Industries), Ft. Green, Florida. Provided performance assessment, regulatory review, and operational consultation for a reservoir-wetland-sand filter project collecting and treating stormwater from a phosphate mine watershed prior to injection in an aquifer for storage. Developed conceptual plan alternatives and permit applications, led the sand filter distribution design and pump system, and contributed to pump station system design and hydroperiod based operational guidance. Senior Technical Consultant, Natural Systems Restoration Projects, Pasco County, Florida. Provided technical direction and guidance on the use of highly treated reclaimed water for the creation of a 175- acre wetland and rapid infiltration system for restoration of surface ecosystems and groundwater aquifers in an area exhibiting adverse long-term effects of hydrologic alteration. Providing technical direction and review to the development of plans to rehydrate Crews Lake through application of highly treated reclaimed water. Services include water quality data analysis and modeling, treatment wetland planning, hydrologic modeling, regulatory review and coordination. Senior Technical Consultant, Performance Assessment of Floating Wetland Islands for Nitrogen Management of Reclaimed Waters in TMDL Limited Watersheds, Pasco County Utilities Services, Florida. Provided technical direction and review on pilot and full-scale installations of floating wetland islands for nitrogen reduction in reclaimed water for TMDL compliance for the Southwest Florida Water Management District, under a grant issued to Pasco County from the District. Results were published in both the Florida Water Resources Journal and Water Science and Technology. Role on Project QA/QC – Environmental/Permitting Relevant Experience » Specializes in the planning and design of multi-purpose wetlands for water quality treatment and public recreation » Performed comprehensive studies on the water quality and aquatic ecology of wetlands, lakes, reservoirs, and estuaries » Actively presents and publishes on wetland treatment and restoration projects nationwide, offering leading perspectives on current approaches to wetland design, performance, and management Education M.S., Environmental Engineering Sciences; B.S., Environmental Biology Professional Registration Professional Wetland Scientist (No. 1011); Senior Ecologist, Ecological Society of America Niel Postlethwait, PE Representative Project Experience Project Engineer, RO WTP and WWTF Progressive DB, Ave Maria Utility Company, Collier County, Florida. Involved in mechanical process design for the 1-mgd Ave Maria RO WTP and 1-mgd WWTP. This project involved design of reverse osmosis treatment and wastewater package facilities. Resident Engineer, East Water Reclamation Facility (WRF) MBR Treatment Facility Progressive DB, Bonita Springs Utilities Inc., Bonita Springs, Florida. Construction of a 4-mgd MBR wastewater treatment plant. Responsible for change management, submittal review, quality control, and meeting client/contractor requirements. Project Engineer and Task Manager, East WRF Permitting Progressive DB, Bonita Springs Utilities Inc., Bonita Springs, Florida. Involved in permitting for the Bonita Springs Utilities East WRF. Completed permit applications include a Florida Department of Environmental Protection Wastewater Construction Permit, Preliminary Design Report, Preliminary Reuse Report, West Water Reclamation Facility Pipeline Modification, Environmental Resource Permit, and several earthwork permits. This project involved preparation of various process flow diagrams and preparation of a technical design report. Assistant Project Manager, WTP Wellfield Expansion and Process Improvements Progressive DB, City of Fort Myers, Florida. Involved in mechanical process design for the 5-mgd wellfield expansion. This project involved sizing 36-inch and 24-inch raw water transmission mains, wellhead facilities, and sand strainer. Assistant Deputy Project Manager, UCAP, Tampa Water Department, Tampa, Florida. For this major utility infrastructure rehabilitation and replacement program for the City of Tampa, Neil is responsible for design coordination and planning, design and delivery schedule, design reviews, and maintenance and updates of specifications, standard details, and design standards. He also provides assistance as needed during construction. Assistant Project Manager, Manatee County Water and Wastewater Pipeline Projects, Florida. Project involves providing construction phase services for the replacement of approximately 45,000 linear feet of water main with new 6- and 8-inch water main, and replacement of approximately 7,200 linear feet of wastewater force main. Project construction will be within residential and high traffic commercial areas with pipelines being located with county right-of-way or within existing or new utility easements. Segments of the project will be constructed using horizontal direction drilling technology to minimize impacts to area surface features and work within limited easement locations. Role on Project QA/QC - Utilities Relevant Experience » More than 16 years of experience in water and wastewater infrastructure projects and management. » Experience includes public water supply, deep well injection, wastewater and reclaimed water treatment, potable and surface water treatment » Expertise in the management of engineering, permitting, and construction services; as he has worked extensively with local utilities delivering engineering and permitting consulting services and construction services; integrating technology to deliver results and facilitate decision making Education M.S., Environmental Engineering B.S., Environmental Studies Professional Registration Professional Engineer: Florida Curtis Basnett, PE Representative Project Experience Geotechnical Senior Review, Toll 49 Segment 3B Design/Build, North East Texas Regional Mobility Authority, Tyler, Texas. Responsible for senior quality reviews of all aspects of the geotechnical design, which included bridges, retaining walls, embankments, design/construction on soft soil, and temporary pavement. The Toll 49 Segment 3B project consists of approximately 10 miles of new limited-access roadway extending from IH-20 at the north to SH-31 at the south. Geotechnical Senior Review, IH-10/Loop 375 (Americas) Interchange Design/Build, Camino Real Regional Mobility Authority, El Paso, Texas. Design/construction of four direct connectors at one of the major interchanges between Interstate Highway 10 and El Paso’s regional beltway, LP 375, Mr. Basnett was responsible for senior review of all aspects of the geotechnical design including bridges and retaining walls. Geotechnical Project Manager, US 290 East (Manor Expressway), Central Texas Regional Mobility Authority, Travis County (Austin), Texas. Design-build proposal effort for this $280 million conversion of US 290 East into a toll road. Led by the joint venture between CH2M HILL and Interstate Highway Constructors, the project includes up to approximately 6 miles of roadway realignment and widening east of downtown Austin. The geotechnical proposal effort included managing the geotechnical team and effort including the proposal evaluation of 28 bridges, 45 retaining walls, embankment fills/cuts, and pavements, and developing the scope and budget for the proposed final geotechnical investigations and final design. Geotechnical issues included poor subgrade soil conditions including highly plastic and active clay that dominates east Austin. Geotechnical Senior Review, Project Neon, Nevada Department of Transportation (NDOT), Las Vegas, Nevada. Multi-year-program expansion of I-15 in Las Vegas. Reviewed the geotechnical investigation plan, preliminary foundation reports, foundation reports, and the geotechnical design report. The project includes $470 million of proposed improvements, including a new 29-span fly- over bridge linking HOV lanes between U.S. 95 and I-15. Geotechnical Lead and Contributor, On-Call Planning and Design, Caltrans District 7, California. Coordinated field and laboratory investigations and presented geotechnical recommendations for several bridge widenings, retaining walls, and soundwalls. His tasks included developing preliminary foundation recommendations for replacement of the Schuyler Heim Bridge using 8-foot to 11-foot- diameter drilled shafts. Role on Project QA/QC - Geotechnical Relevant Experience » More than 26 years of experience in geotechnical engineering and materials testing firm » Experience includes field and laboratory soil testing, field explorations, inspections and oversight services, in situ soil testing and sampling, pile load testing (static and dynamic) landfill siting and design, seismic evaluations, embankment, retaining wall, impoundment, and foundation design, and civil design » Geotechnical project manager for projects involving energy facilities, transportation including ports and highways, solid waste, water and waste water, impoundments, and conveyance facilities. Education M.CE., University of Florida B.S., Civil Engineering, University of Florida Professional Registration Professional Engineer (Civil): Florida; NCEES Council Record Katus Watson, PE Representative Project Experience Project Manager, WTP and Wellfield Expansion Design-Build, City of Fort Myers, Florida. Provided oversight of all design and construction deliverables for this $23 million design-build project delivered under a cost plus GMP contract. Directly responsible for cost control, schedule control, subcontract negotiations, risk management, and quality control, while providing valuable interface between the designers, client representatives, subcontractors, suppliers, and the permitting agencies. The project included expansion, modifications, and upgrades to ensure the facility could reliably produce 13.3 mgd despite increasing feedwater salinity and to resolve ongoing maintenance and operating issues. The scope of work included adding three new membrane skids; replacing the membrane feed pumps; replacing the degasifiers to improve sulfide removal; installation of raw water sand strainers; and expanding the raw water supply from seven brackish water production wells to 18 wells. Project Manager/Quality Manager/Onsite Construction Manager, Reverse Osmosis (RO) Water Treatment Plant (WTP), Raw Water Wells, and Deep Injection Wells Design-Build, Bonita Springs Utilities, Florida. Responsible for delivering a quality project and provided oversight of all aspects of the design and construction of this design-build project using a cost-plus GMP contract with direct purchase of equipment by owner, including engineering, procurement, and at-risk construction management. Directly responsible for cost control, schedule control, subcontract negotiations, risk management, and quality control. The scope included the design, permitting, estimating, GMP development, construction, and commissioning of a new 6-mgd (expandable to 12 mgd) RO WTP. Also managed more than 22 different subcontracts of varying trades. Senior Project Manager/QA/QC Manager, Capital Improvement Design-Build, City of Tampa, Florida. Responsible for providing oversight of the design and construction phases of the project’s quality management program and for maintaining consistent use of the various tools and processes throughout each project and for ensuring that the correct procedure is being followed during the design, estimating, procurement, and construction phases of the projects. The capital projects involved upgrading, expanding, and interconnecting the City’s phased water system, wastewater, reclaimed water, stormwater facilities to increase system reliability, meet regulatory requirements, and provide system expansion to meet projected growth. Role on Project QA/QC - Constructability Relevant Experience » Over 20 years of experience managing all aspects of project management and project delivery of design-build projects and cost-plus guaranteed maximum price (GMP) contracts » Directly responsible for cost control, schedule control, subcontract negotiations, risk management, and quality control, while providing valuable interface between the designers, client representatives, subcontractors, suppliers, and permitting agencies » Construction experience provides insights into the most cost-effective method of design and construction » Well respected by vendors, manufacturers, and subcontractors and has a reputation of delivering projects on time and below budget Education M.E., Environmental Engineering, Howard University B.S., Civil Engineering, Howard University Advanced Academic Diploma in Structural Engineering, University of Technology Certificate in Construction Technology Professional Registration Professional Engineer: Florida, Designated Design-Build Professional (DBIA) Pete Winkler, PE Representative Project Experience Project Engineer, Oil Well Road, Miscellaneous Structures, Collier County, Florida. Performed QA/QC of box culvert extensions and design of four overhead cantilever sign and signal structures necessary for widening of a two lane rural section to four lane divided median section. Project Engineer, FDOT District 2, Jones Road over Six Mile Creek Bridge Replacement, Florida. Responsible for updating shelved project bridge plans to current AASHTO and FDOT SDG criteria, revising the bridge plans to reflect a revised MOT scheme, and performing design and as-built load ratings of the bridge. Served as point of contact for construction services answering field questions and reviewing shop drawings. Project Engineer, FDOT District 2, Bessent Road over West Branch Bridge Replacement, Florida. Responsible for updating shelved project bridge plans to current AASHTO and FDOT SDG criteria, incorporating the use of a new developmental pre-stressed flat slab beam, revising the bridge plans to reflect a longer bridge, and performing design and as-built load ratings of the bridge. Also served as point of contact for construction services answering field questions and reviewing shop drawings. Project Engineer, US 17 over Dunns Creek, FDOT District 2, Putnam County, Florida, 2013 to present. Responsible for producing 30% design calculations, plans, and estimate of probable cost package for new bridge over Dunns Creek. Responsible for QA/QC of final beam design and superstructure detailing, detailing MSE wall geometry, slope protection, quantity calculations, and estimate of probable cost. Engineer of Record, Moody Bridge Replacement over Spruce Creek, County of Volusia, Florida. Designed a 4 span cast in place flat slab bridge, two new box culverts under approach causeway, one box culvert extension, and two sign structures. Project Engineer, Old SR 940 Leg A (Watson Blvd) Superstructure Replacement, Monroe County, Florida. Responsible for designing and detailing replacement of an existing 27’-6” long superstructure for a single span bridge constructed in the early 1960’s over an un- named channel at No Name Key. The replacement included new pre-stressed flat slabs, approach slabs, and upgraded traffic railing. Responsible for assembling the Technical Specifications for the project with input from Monroe County and FDOT District 6. Role on Project Structural Team Lead Relevant Experience » Over 20 years of design experience on infrastructure projects » Proficient in prestressed concrete girder bridge design, box culvert design, overhead truss and cantilever sign structure design, special mast arm design, steel bridge design, and roadway design Education B.S., Civil Engineering, University of Florida B.A., History, University of Florida Professional Registration Professional Engineer: Florida Lev Zilberman, PE Representative Project Experience Structural Engineer, US 17 over Dunns Creek Bridge Replacement, FDOT District Two, Putnam County, Florida. Performed prestressed concrete girder design for an 18 span, 2808-foot-long bridge. Responsible for calculation checking of various superstructure component as well as superstructure and substructure detailing. Structural Engineer, Turnpike Mainline Widening, FTE, Orange and Osceola Counties, Florida. Performed superstructure designs for a 2- span prestressed girder bridge carrying Orange Ave. over the Turnpike and a single span bridge carrying the Turnpike over Central Florida Parkway. and CSX RR. Responsible for layout of temporary and permanent MSE walls to accommodate multiple constriction phasing. Structural Engineer, Colonial Boulevard over U.S. 41, Lee County Department of Transportation, Lee County, Florida. Project was a 513-foot-long, three-span steel box girder overpass for a major urban interchange. Responsible for girder design including selection of plates, design of welding, cross frames and bracing, and bolted field splices. Developed details for the designed components. Calculated camber, dead load deflections, and determined finish grade elevations. Engineer of Record, I-4 (SR 400) over Kennedy Blvd, FDOT District Five, Orlando, Florida. Responsible for design and detailing of shear connectors to provide transvers continuity between prestressed concrete slab units. Load rating of the bridge was performed as a part of the deliverable. Responsible Engineer, District-Wide Miscellaneous Design, FDOT District Five, Deland, Florida. Responsible for load rating of concrete culverts and prestressed concrete bridges for the Structures Maintenance Office. Engineer of Record, SR 520 over Indian River, FDOT District Five, Cocoa, Florida. Responsible for initial inspection of the pile caps and design of Phases 1 and 2 of Impressed Current Cathodic Protection. Phase 1 included 10 piers and conduit installation for future expansion. Phase 2 included 38 remaining piers. Engineer of Record, SR 404 over Indian River, FDOT District Five, Melbourne, Florida. Responsible for design of Phase 1 of Impressed Current Cathodic Protection that included 12 piers and conduit installation for future expansion. Role on Project Structural Team Lead Relevant Experience » Twenty-two years of experience in bridge design and inspection, and building design » In-depth knowledge in the design of concrete and steel bridges » Knowledgeable of FDOT’s structural design guidelines detailing requirements and the AASHTO Standard Specifications for Highway Projects Education M.E., Civil Engineering, University of Florida B.S., Civil Engineering, Moscow Civil Engineering Institute Professional Registration Professional Engineer: Florida, MI, PA American Institute of Steel Construction Evan Gundersen Representative Project Experience Lead CADD Technician, US 17 (SR 15), FDOT District Two, Putnam County, Florida. Bridge design of US 17 (SR 15) over Dunn’s Creek in San Mateo. The recommended typical section will be a four-lane divided section allows for a new bridge crossing adjacent to the existing bridge alignment. CH2M is preparing a set of plans in order construct a 2800ft 18 span Florida I-beam bridge. This project also includes a 500ft long cast-in-place retaining wall structure. CADD Technician, Jones and Bessent Road Bridge Replacements, FDOT District Two, Jacksonville, Florida. Project involved replacement of two off-system bridges. Jones Road Bridge was a three-span flat slab replacement bridge that involved temporary retrofit of the existing bridge using pile jackets to allow phased construction. Bessent Road Bridge involved the use of innovative precast prestressed slabs with concrete topping application. Approach roadway required ground improvements with vibro- concrete columns and use of steepened slopes to stay within the right-of-way and minimize permitting impacts through the marsh. CADD Technician, Race Track Road Bridges – England-Thims & Miller, Inc., St. Johns County, Florida. Provided CADD services for structural plans of three new prestressed concrete girder bridges for this 3.4 mile widening and realignment. Bridges include the dual two-span, 300-foot long prestressed concrete girder bridge over I-95 that includes MSE wall approaches and staged construction to replace the existing four-span bridge. The project also included the six-lane, five-span, 410-foot long prestressed concrete girder bridge over Durbin Creek supported on concrete pile bents. CADD Technician, SR A1A Retaining Wall, FDOT District Two, St. Johns County, Florida. Structural study and design of the protection of a 0.7-mile-long coastal section that has experienced severe erosion. The erosion has threatened the integrity of this hurricane evacuation route. Project consisted of hydrodynamic modeling and conceptual design to identify the most cost effective solution, and final design and permitting of the selected alternative. Extensive coordination with environmental regulation agencies was involved. Drafted the construction plan for an anchored steel sheet pile bulkhead. CADD Technician, SR 23 Brannan Field Chaffee Road Bridge Project, FDOT District Two, Jacksonville, Florida. Provided CADD services for a bridge carrying Brannan Field Chaffee Road over South Prong Creek and a bridge carrying Plantation Oaks Parkway over Brannan Field Chaffee Road in Jacksonville. Model incorporated the AASHTO Type III and IV prestressed concrete girders supported on concrete piers and bents that make up each bridge. Role on Project Structural Team Lead Relevant Experience » More than 19 years of professional experience, including 14 years of experience in structural bridge drafting and design. » Fifteen years of experience in working with Florida Department of Transportation (FDOT) standards and electronic submittal requirements Education Computer-Aided Drafting Technology, ITT Technical Institute Professional Registration N/A Bill Gramer, PE Representative Project Experience Project Manager, Collier Boulevard (US 41 to Golden Gate Boulevard) Corridor Study, Collier County, Florida. Managed the Collier Boulevard (CR 951) Corridor Study, a 15-mile study of impacts and potential alternatives for widening an existing four-lane rural section to a six-lane urban section involving alignment and access management studies, drainage and permitting analysis, right-of-way requirement analysis, utility conflict assessment, intersection design, and lighting, traffic, and noise analysis. Project Manager, Vanderbilt Beach Road Extension Corridor Study, Collier County, Florida. Managed a corridor study to investigate the feasibility of extending Vanderbilt Beach Road east into the Golden Gate Estates area from Collier Boulevard (CR 951) to DeSoto Boulevard, a distance of approximately 10 miles. Project Manager, Collier Boulevard (Golden Gate Boulevard to Green Boulevard) Design, Collier County, Florida. Managed the widening of 4 miles of the existing four-lane, urban divided roadway. The project is the last segment of the Collier Boulevard corridor and links the north and south sections previously designed and permitted. General Service Contract Experience, Collier and Lee County, Florida. » Project Manager, Collier County MPO General Services Contract: Collier County, Florida » Project Manager, Collier County Planning General Services Contract: Collier County, Florida » Project Manager, Collier County Transportation General Services Contract: Collier County, Florida » Project Manager, Collier County Traffic General Services Contract: Collier County, Florida » Project Manager, Collier County Project Management and Oversight General Services Contract: Collier County, Florida » Project Manager, Collier County ADA Surveying and ADA Specific Architectural Design General Services Contract: Collier County, Florida » Project Manager, Lee County MPO General Services Contract: Lee County, Florida Role on Project Roadway Team Lead Relevant Experience » More than 28 years of experience on a wide variety of transportation and site/civil projects, including planning, traffic, roadway, drainage, utility, GIS, environmental, transit and major urban arterial and state route, and interstate highways » Served as project manager/project coordinator for 15 different General Service Contracts for Collier County, providing him with exceptional insight into local conditions, clients, and agencies. Education B.S., Civil Engineering, Polytechnic University, New York Professional Registration Professional Engineer: Florida, California Adam Ahmad, PE, AICP Representative Project Experience Design Engineer, Collier County Master Mobility Plan, Collier County, Florida. Responsible for development and coordination of the County's Master Mobility Plan. The grant was successfully acquired to fund $472,799 of the project. He successfully performed planning and engineering services as part of the Phase I Project. Design Engineer, LCCSI Design Build Criteria Packages, Lee County, Florida. Performed field reviews and data evaluation of the planned projects listed in the Complete Streets Initiative TIGER Grant application, preparation of Conceptual Plans (horizontal layout on aerial photos) which delineated the intent of the proposed project(s), preparation of typical sections which defined project features such as sidewalks, pathways, bike lanes and shoulders, development of a Conceptual Report detailing the criteria used as the basis for the conceptual plans, preparation of a preliminary/conceptual design and construction schedule for evaluation by the Lee County MPO. Project Manager, Long Range Transportation Plan, Seminole Tribe of Florida, Hollywood, Florida. He managed the 2035 Seminole Tribe of Florida Long-Range Transportation Plan (LRTP). The 20-year comprehensive study area included the boundary limits of the six Seminole Tribe reservations (primarily comprised of trust lands) within the state of Florida. A few services he managed were: An evaluation of a full range of transportation modes and connections between modes such as highway, rail, air, and water to meet transportation needs, Social and economic development planning to identify transportation improvements or needs to accommodate existing and proposed land use in a safe and economical fashion, Cultural preservation planning to identify important issues and develop a transportation plan that is sensitive to Tribal cultural preservation, Prioritized list of short and long-term transportation needs, An analysis of funding alternatives to implement plan recommendations. Project Manager, Lee MPO Miscellaneous Planning Services, Lee County, Florida. Provided a variety of transportation planning and engineering services for the Lee County MPO under CH2M’S Lee County MPO General Services contract (2009-2015). To date the following services included: 1). Miscellaneous Planning Services: Validation of Project Feasibility and Development of Project Estimates. Preparation of conceptual designs along with quantity and cost estimates for roadway and corridor improvements. 2) Grant Preparation – Various TIGER I and TIGER III grant applications. Role on Project Roadway Team Lead Relevant Experience » Nearly 10 years of comprehensive experience encompassing all phases of planning and design and production for civil/site work projects » Experience in in a variety of planning, engineering, technical, analytical, statistical, graphical, public involvement and project review activities » Diverse experience includes serving as the project manager for the Seminole Tribe of Florida Long Range Transportation Plan, Collier Area Transit’s Facility Design Guide and the preparation of over a hundred million dollars in grant applications including TIGER grants » Skilled in civil engineering site and roadway design/mapping and surveying, computer information science, management, cartography, and graphic design » Proficient in the use of state-of-the-art engineering software including Microstation and GEOPAK, ICPR, Adobe Illustrator and Photoshop, MathCAD, Leica HDS Cyclone and ESRI ArcGIS. » Skilled in the design of schedules and project timelines using Microsoft Project and Primavera. Education B.S., Civil Engineering, University of Kansas Professional Registration Professional Engineer: Florida Kevin Heldorfer Representative Project Experience Senior Project Designer, Gordon River Water Quality Park, Collier County, Florida. Directly involved in the creation of a 50-acre constructed treatment wetland and public park. Project involves a rare consortium of government agencies and municipalities that have joined together to design and build a constructed wetland facility that, once built, will provide flood attenuation and storm water treatment for a two-square mile urban watershed. Lead Project Designer, Collier Boulevard (Golden Gate Boulevard to Green Boulevard), Collier County, Florida. Widening of two miles of four-lane, urban divided roadway. Responsible for roadway design, drainage, permitting, maintenance of traffic, signing, pavement marking, lighting, signalization, structural design, environmental surveys, traffic, noise, aesthetics, geotechnical, access management, surveying, utilities, cost estimates, quantity take-offs and plan production. Project Designer, Collier Boulevard (Golden Gate Boulevard to Immokalee Road), Collier County, Florida. Responsibilities included Utility Designer and Cost Estimator for this portion of the Collier Boulevard widening project. Project elements include roadway design, drainage, utility coordination, permitting, retaining wall and culvert design, signing and pavement marking, survey, geotechnical, and preparation of specifications. Project Designer, Collier Boulevard (US 41 to Davis Boulevard) Design, Collier County, Florida. Responsibilities included Roadway Geometric Designer for this portion of the Collier Boulevard widening project. CH2M provided design plans and specifications for widening the existing four-lane roadway to a six-lane facility, including four major intersections. Project elements include roadway design, drainage, utility coordination, permitting, retaining wall and culvert design, signing and pavement marking, survey, geotechnical, and preparation of specifications. Project Designer & Planner, Vanderbilt Beach Road Extension Corridor Study, Collier County, Florida. Responsibilities included creating conceptual alignment alternatives that would potentially relieve congestion and accommodate future traffic volumes. Alternatives were evaluated for traffic impacts, cost effectiveness, impacts to area businesses and residents, environmental impacts, and consistency with County Growth Management Plan. Extensive right-of-way investigations determined potential impacts of 15 corridor alternatives. Role on Project Roadway Team Lead Relevant Experience » More than 16 years of engineering experience » Serves as Project Designer for multiple contracts for Collier County, providing him with exceptional insight into local conditions, clients, and agencies Education A.A.S., Southeast Technical Institute, South Dakota Professional Registration N/A Licenses State of Florida Department of State I certify from the records of this office that CH2M HILL ENGINEERS,INC.is a Delaware corporation authorized to transact business in the State of Florida, qualified on January 7,2004. The document number of this corporation is F04000000108. I further certify that said corporation has paid all fees due this office through December 31,2016,that its most recent annual report/uniform business report was filed on April 19,2016,and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Thirty-first day of May,2016 Tracking Number:CU6943983802 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication -. Stat Bo is authorized under the provis to the public through a Profess Expiration: 2/28 /20 17 Audit No: 22820170 1505 rid a !lnil~t1 r 1t.~'~:, to offer engineering services IJ !'-1'•'-"' ... ' opter 471, Florida Statutes. CALic. No: 7544 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ASBESTOS LICENSING UNIT (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 SNIDER, JACK M III AMERICAN MANAGEMENT RESOURCES CORPORATION 5230 CLAYTON COURT FORT MYERS FL 33907 Congratulations! With this license you become one of the nearly one million Florid ians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range STATE OF FLORIDA from architects to yacht brokers , from boxers to barbeque restaurants , DEPARTMENT OF BUSINESS AND and they keep Florida 's economy strong . PROFESSIONAL REGULATION Every day we work to improve the way we do business in order to AX57 ISSUED: 10108/2014 serve you better. For information about our services, please log onto www.myfloridalicense.com . There you can find more information ASBESTOS CONSULTANT about our divisions and the regulations that impa ct you , subscribe SNIDER, JACK M IIIto department newsletters and learn more about the Department's AMERICAN MANAGEMENT RESOURCES CORP initiatives . Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers . Thank you for doing business in Florida, I S LICENSED under Ihe provisi o n s of Ch .4 6 9 FS . and congratulations on your new license I Exp iration date : NOV 30 . 2016 l 141 0080002422 DETACH HERE RICK scon, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ASBESTOS LICENSING UNIT The ASBESTOS CONSULTANT Named below IS LICENSED Under the provisions of Chapter 469 FS . Expiration date : NOV 30,2016 SNIDER, JACK Mill AMERICAN MANAGEMENT RESOURCES CORPORATION 5230 CLAYTON CT FORT MYERS FL 33907 ISSUED: 10108/2014 DISPLAY AS REQUIRED BY LAW SEQ # L 1410080002422