Loading...
Backup Documents 01/09/2018 Item #16A16 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 b A 16 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management 6 j 11 Its 2. County Attorney Office County Attorney Office I OC 4. BCC Office Board of County cst- Commissioners 3t4/5/ I-61R 4. Minutes and Records Clerk of Court's Office { '` (IS 3`-26p1)1 ipm 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Barbara Lance for Evelyn Colon Contact Information 239-252-8998 Contact/ Department Agenda Date Item was January 9,2018 ✓ Agenda Item Number 16 Approved by the BCC Type of Document Contract Number of Original Attached Documents Attached PO number or account N/A 16-7011 Design& CH2M Hill Engineers, number if document is Related Services for Inc. / to be recorded Palm River Blvd INSTRUCTIONS & C IST Initial the Yes column or mark"N/A"in the Not Applicabl:column,which: er is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signatur- STAMP OK N/A 2. Does the document need to be sent to another agency for addit anal signatures' If yes, N/A provide the Contact Information(Name;Agency;Address;Phons on an att. ed sheet. 3. Original document has been signed/initialed for legal sufficiency. • a• ments to be BL signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the BL document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's BL signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 01/9/2018 and all changes made during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved byc I~ BCC,all changes directed by the BCC have been made,and the document is ready or ie` �� D Chauutan's signature. , 21' $ Risk Management I6A16 MEMORANDUM Date: January 19, 2018 To: Barbara Lance for Brenda Brilhart, Procurement Services From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #16-7011 "Design and Related Services for Palm Rive Boulevard of Palm River Canal" Contractor: CH2M Hill Engineers, Inc. Attached for your records is one (1) original of the referenced contract above, (Item #16A16) adopted by the Board of County Commissioners on Tuesday, January 9, 2018. The Board's Minutes & Records Department has kept an original as part of the Board's Official Records. If you have any questions, please feel free to contact me at 252-7240. Thank you. Attachment 16A16 Contract # 16-7011 "Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project 66066 (Bridge Number 034046)" PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this Cr41A day of ,YttAuo rc^ , 20`< by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY" or "OWNER") and CH2M Hill Engineers, Inc., authorized to do business in the State of Florida, whose business address is 9428 Baymeadows Road, Suite 300, Jacksonville, Florida 32256 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the OWNER desires to obtain the professional Consulting Design and Related Services of the CONSULTANT concerning "Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project 66066 (Bridge Number 034046)" (hereinafter referred to as the "Project"), said services being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6A16 NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to OWNER professional Design and Related Consulting services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the OWNER for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. 1 .4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to OWNER. 1.5. CONSULTANT designates William Gramer, P.E., AICP a qualified licensed professional to serve as the CONSULTANT'S project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the 2 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" I6A16 services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without OWNER'S prior written approval, and if so removed must be immediately replaced with a person acceptable to OWNER. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from Owner to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to OWNER. 1.7. The CONSULTANT represents to the OWNER that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the OWNER'S review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: 3 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6A16 IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public 4 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6A16 agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. In the event of any conflicts in these requirements, the CONSULTANT shall notify the OWNER of such conflict and utilize its best professional judgment to advise OWNER regarding resolution of each such conflict. OWNER'S approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.7.1. The County reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to Consultant's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the County reserves the right to make sole determination regarding deductions. After notification of deficiency, if the Consultant fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the Consultant. The County may also deduct or charge the Consultant for services and/or items necessary to correct the deficiencies directly related to the Consultant's non-performance whether or not the County obtained substitute performance. 1.8. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without OWNER'S prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public 5 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 16 information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide OWNER prompt written notice of any such subpoenas. 1.9. As directed by OWNER, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK(Real-Time Kinematic) GPS Network as provided by OWNER. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge-of-pavement - EOP, etc), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT 2.1. If authorized in writing by OWNER through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in OWNER'S Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by OWNER as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. OWNER will not be responsible for the costs of Additional Services commenced without such express prior written approval. 6 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" I 6A16 Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If OWNER determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to OWNER of the emergency within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT'S right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: 2.2. Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. 2.3. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, OWNER'S schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by OWNER when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT'S control and fault. 2.4. Providing renderings or models for OWNER'S use. 7 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 16A16 2.5. Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting OWNER in obtaining such process licensing. 2.6. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.7. Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by OWNER, other than visits to the Project site or OWNER's office. 2.8. Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.9. Preparing to serve or serving as a CONSULTANT or witness for OWNER in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2.10. Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE OWNER'S RESPONSIBILITIES 3.1. The OWNER shall designate in writing a project manager to act as OWNER'S representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define OWNER'S policies and decisions with 8 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 16A16 respect to CONSULTANT'S services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: (a) The scope of services to be provided and performed by the CONSULTANT hereunder; (b) The time the CONSULTANT is obligated to commence and complete all such services; or (c) The amount of compensation the OWNER is obligated or committed to pay the CONSULTANT. 3.2. The Project Manager shall: (a) Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; (b) Provide all criteria and information requested by CONSULTANT as to OWNER's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; (c) Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT'S disposal all available information in the OWNER'S possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; (d) Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and (e) Provide notice to CONSULTANT of any deficiencies or defects discovered by the OWNER with respect to the services to be rendered by CONSULTANT hereunder. 9 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" .1616 ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from OWNER for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the OWNER, fires, floods, epidemics, quarantine regulations, strikes or lock-outs, then CONSULTANT shall notify OWNER in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT'S services from any cause whatsoever, including those for which OWNER may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONSULTANT'S sole remedy against OWNER will be the right to seek an extension of time to its schedule provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT'S compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to 10 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" I6A 16 reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the OWNER hereunder, the OWNER at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the OWNER's satisfaction that the CONSULTANT'S performance is or will shortly be back on schedule. 4.5. In no event shall any approval by OWNER authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by OWNER to CONSULTANT be deemed a waiver of any right or claim OWNER may have against CONSULTANT for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the OWNER for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the Consultant; and, as a business practice there are no hourly or material invoices presented, rather, the Consultant must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. 11 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" I6A16 Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the Consultant 's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. ARTICLE SIX OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by OWNER, CONSULTANT shall deliver to OWNER copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). OWNER shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to OWNER the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring OWNER to pay any additional compensation, CONSULTANT hereby grants to OWNER a nonexclusive, irrevocable license in all of the Project Documents for OWNER'S use on this Project. CONSULTANT warrants to OWNER that it has full right and authority to grant this license to 12 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 16A16 OWNER. Further, CONSULTANT consents to OWNER'S use of the Project Documents to complete the Project following CONSULTANT'S termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges OWNER may be making Project Documents available for review and information to various third parties and hereby consents to such use by OWNER. ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. OWNER, or any duly authorized agents or representatives of OWNER, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall defend, indemnify and hold harmless OWNER, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. 13 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 16A16 ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2. All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3. All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Government, Collier County, Florida, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against OWNER for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by OWNER applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by OWNER applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 14 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6A16 9.4. CONSULTANT, its subconsultants and OWNER shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by OWNER, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT'S own staff, unless otherwise authorized in writing by the OWNER. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the OWNER. No provision of this Agreement shall, however, be construed as constituting an agreement between the OWNER and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the OWNER beyond such as may then otherwise exist without regard to this Agreement. 10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. CONSULTANT also has identified each subconsultant and subcontractor it intends to utilize on the Project in 15 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 16A16 Schedule F. All personnel identified in Schedule F shall not be removed or replaced without OWNER'S prior written consent. 10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the OWNER. Each subconsultant or subcontract agreement shall preserve and protect the rights of the OWNER under this Agreement with respect to the Services to be performed by the subconsultant or subcntractor so that the subconsulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub-subconsultants or sub-subcontractors. 10.4. CONSULTANT acknowledges and agrees that OWNER is a third party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between OWNER and any subconsultant or subcontractor. Further, all such contracts shall provide that, at Owner's discretion, they are assignable to OWNER upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT'S acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against OWNER arising out of 16 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6 A 16 this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT'S services nor payment by OWNER shall be deemed to be a waiver of any of OWNER'S rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for OWNER to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT'S failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT'S failure to properly and timely perform the services to be provided hereunder or as directed by OWNER, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT'S principals, officers or directors, or (d) CONSULTANT'S failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT'S failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The OWNER may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that OWNER otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against OWNER shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 17 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 6 * 16 12.3. OWNER shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against OWNER shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against OWNER, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. 12.4. Upon termination and as directed by Owner, the CONSULTANT shall deliver to the OWNER all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Section 6, that are in CONSULTANT'S possession or under its control. 12.5. The OWNER shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT'S sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6. In the event (i) OWNER fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) OWNER otherwise persistently fails to fulfill some material obligation owed by OWNER to CONSULTANT under this Agreement, and (ii) OWNER has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after 18 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 6A16 giving OWNER a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to OWNER of CONSULTANT'S intent to terminate this Agreement. If OWNER does not cure its default within fourteen (14) days after receipt of CONSULTANT'S written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the OWNER, terminate the Agreement and recover from the Owner payment for Services performed through the termination date, but in no event shall CONSULTANT be entitled to payment for Services not performed or any other damages from Owner. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth-In-Negotiation Certificate, attached hereto and incorporated herein as Schedule E, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT'S services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONSULTANT agrees that the original Agreement price and any additions thereto shall be 19 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" I6A16 adjusted to exclude any significant sums by which the OWNER determines the Agreement price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. ARTICLE FOURTEEN CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the OWNER shall be in writing and shall be delivered by hand, by fax, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following OWNER'S address of record: Board of County Commissioners Collier County, Florida c/o Transportation Engineering Division 2885 South Horseshoe Drive Naples, Florida 34104 Telephone: 239-252-5828 Attn: Mario A. Puente, PE, Senior Project Manager Email: mariopuente(a�colliergov.net 20 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6 A16 16.2. All notices required or made pursuant to this Agreement to be given by the OWNER to the CONSULTANT shall be made in writing and shall be delivered by hand, by fax or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT'S address of record: CH2M Hill Engineers, Inc. 5801 Pelican Bay Boulevard, Suite 505 Naples, Florida 34108 Phone: 239-596-1715 Fax: 239-596-2579 Attn: Kenneth Wooten, P.E/Area Manager: Email: Kenneth.Wooten( ch2m.com 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing OWNER, shall promote the best interests of OWNER and assume towards OWNER a duty of the highest trust, confidence, and fair dealing. 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of OWNER. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 21 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" I6A16 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE Schedule E TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL RFP # 16-7011 Terms and Conditions Consultant's Proposal 22 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6A16 ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to OWNER the Truth-In-Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT'S compensation shall be adjusted to exclude any sums by which OWNER determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by OWNER of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public 23 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" I6A16 entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." ARTICLE TWENTY DISPUTE RESOLUTION 20.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 24 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 6A16 ARTICLE 21 IMMIGRATION LAW COMPLIANCE 21.1. By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. ********** 25 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066 (Bridge Number 034046)" 1 6 A 1 IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement for "Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project 66066 (Bridge Number 034046) ' the day and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA Dwight E: Brock, Clerk By: Date:3C))11)64 A / By: Penny Tayl hairman ite Attest as to ChairInan's_ signature only, CH2M Hill Engineers, Inc. 41/40 By: ,LQ A4414 Witriess eirohvo-x/e/40/-0,4, 1•1161. H. %.Nr ' ore wrio MAN44alk. Name and Title Name and Title Wi ness EAFINELIAtiOe4440.1C-,4 941i0 titpidav157 Name and Title Aipro ed to Firm ega 'ty: k 4'41' - - -Lrit County Attorney 1)1431:51)-6— Name '-(91 26 Contract#16-701 I "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6 A16 SCHEDULE A SCOPE OF SERVICES "Schedule A to follow Schedule F" A-1 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6A16 Attachment 1 SCHEDULE B CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Principal $206.00 Senior Technologist $190.00 Senior Project Manager $172.00 Senior Engineer $157.00 Project Manager $147.00 Senior Planner $139.00 Engineer $123.00 Senior Designer $114.00 Planner $110.00 Designer $105.00 Senior Technician $95.00 Clerical/Administrative $62.00 The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added upon mutual agreement in advance and in writing by the Project Manager and the Consultant, without further Board approval. B-4 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6A16 SCHEDULE B BASIS OF COMPENSATION LUMP SUM AND TIME AND MATERIALS 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to OWNER as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, OWNER agrees to make the Lump Sum and Time and Material payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to OWNER'S reasonable satisfaction. Task Task Description Lump Sum Time and Payment Schedule Materials Not To Exceed 1. Roadway/Bridge Base $366,362.00 - Monthly Upon Percent Design Services Complete of Task 2. Utilities Base Design $49,918.00* - Monthly Upon Percent Services Complete of Task 3. Roadway Post Design - $37,500.00 - Services 4. Utilities Post Design - $20,000.00* - Services 5. Roadway/Bridge $59,900.00 - Monthly Upon Percent Optional Services Complete of Task 6. Utilities Optional $27,000.00* - Monthly Upon Percent Services Complete of Task TOTAL FEE (Total $560,680.00 Items 1-6) *Task will be paid by the Public Utilities Department B.2.2. The fees noted in Section B.2.1. shall constitute the amounts to be paid to CONSULTANT for the performance of the Basic Services. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT'S personnel, with respect to this Project, including all indirect payroll related costs and B-1 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6A16 fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment Ito this Schedule B. B.2.3. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by OWNER, regarding CONSULTANT'S Direct Labor Costs incurred at the time of billing, to be reviewed and approved by OWNER. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, OWNER agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section B.3.4.1 below. There shall be no overtime pay on Additional Services without OWNER'S prior written approval. B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by OWNER, pending resolution of the dispute provided that OWNER continues to pay to CONSULTANT all amounts that OWNER does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by Owner. Additionally, the number of the purchase order granting approval for such services shall appear on all invoices. B.3.1.1. Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices B-2 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6 A 16 shall be submitted on CONSULTANT'S letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1. Reimbursable Expenses must comply with section 112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1 . Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by OWNER. Such expenses, if approved by OWNER, may include coach airfare, standard accommodations and meals, all in accordance with section 112.061, F.S. Further, such expenses, if approved by OWNER, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the OWNER. B-3 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066 (Bridge Number 034046)" I, 6A16 SCHEDULE C PROJECT MILESTONE SCHEDULE Cumulative Number of Calendar Days For Completion Task Description from Date of Notice to Proceed for Services under this Agreement 1 Roadway/Bridge Base Design Services 450 2 Utilities Base Design Services 450 3 Roadway Post Design Services TBD 4 Utilities Post Design Services TBD 5 Roadway/Bridge Optional Services TBD 6 Utilities Optional Services TBD c-1 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" I 6 A 16 SCHEDULE D INSURANCE COVERAGE (1) The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT'S sole responsibility. (2) The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. (3) Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the OWNER or as specified in this Agreement, whichever is longer. (4) Certificates of insurance (3 copies) acceptable to the OWNER shall be filed with the OWNER within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance polices required shall be provided to OWNER, on a timely basis, if requested by OWNER. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the OWNER. CONSULTANT shall also notify OWNER, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein D-1 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" I6A16 shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. (5) All insurance coverages of the CONSULTANT shall be primary to any insurance or self insurance program carried by the OWNER applicable to this Project. (6) The acceptance by OWNER of any Certificate of Insurance does not constitute approval or agreement by the OWNER that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. (7) CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the OWNER. (8) Should at any time the CONSULTANT not maintain the insurance coverages required herein, the OWNER may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between OWNER and CONSULTANT. The OWNER shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the OWNER to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. D-2 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6A16 (9) If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the OWNER, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the OWNER with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and OWNER may terminate the Agreement for cause. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Required by this Agreement? _X Yes No (1) Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability (check one, if applicable) X $1,000,000 Each Accident $1,000,000 Disease Aggregate $1,000,000 Disease Each Employee (2) The insurance company shall waive all claims rights against the OWNER and the policy shall be so endorsed. (3) United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. D-3 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" I6A16 Applicable X Not Applicable (4) Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Applicable X Not Applicable COMMERCIAL GENERAL LIABILITY Required by this Agreement? X Yes No (1) Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the OWNER of the work under this Agreement. Limits of Liability shall not be less than the following: X Single Limit per Occurrence $1,000,000 Products/Completed Operations Aggregate $2,000,000 Aggregate $2,000,000 (2) The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self-insured D-4 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 6A16 retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. (3) Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. The insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. (4) Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. Applicable X Not Applicable (5) Aircraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Applicable X Not Applicable AUTOMOBILE LIABILITY INSURANCE Required by this Agreement? X Yes No D-5 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066 (Bridge Number 034046)" 6A16 (1) Automobile Liability Insurance shall be maintained by the CONSULTANT for the ownership, maintenance or use of any owned, non-owned or hired vehicle with limits of not less than: X Bodily Injury & Property Damage - $1,000,000 UMBRELLA LIABILITY (1) Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. (2) The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. PROFESSIONAL LIABILITY INSURANCE Required by this Agreement? X Yes No (1) Professional Liability Insurance shall be maintained by the CONSULTANT to insure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recover against OWNER as to any claims under this insurance. Such insurance shall have limits of not less than: X $1,000,000 each claim and in the aggregate D-6 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" I6A16 (2) Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the OWNER. (3) The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the OWNER. (4) The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or OWNER, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to OWNER of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify OWNER by certified mail, within twenty- four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by OWNER. VALUABLE PAPERS INSURANCE (1) In the sole discretion of the County, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. PROJECT PROFESSIONAL LIABILITY (1) If OWNER notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with OWNER and D-7 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" ,16A16 OWNER'S insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT'S professional liability policy. If no credit is available from CONSULTANT'S current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to OWNER. Should no credit accrue to OWNER, OWNER and CONSULTANT, agree to negotiate in good faith a credit on behalf of OWNER for the provision of project-specific professional liability insurance policy in consideration for a reduction in CONSULTANT'S self-insured retention and the risk of uninsured or underinsured consultants. (2) CONSULTANT agrees to provide the following information when requested by OWNER or OWNER'S Project Manager: a. The date the professional liability insurance renews. b. Current policy limits. c. Current deductibles/self-insured retention. d. Current underwriter. e. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. f. Cost of professional insurance as a percent of revenue. g. Affirmation that the design firm will complete a timely project errors and omissions application. (3) If OWNER elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and OWNER will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D D-8 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066 (Bridge Number 034046)" 1 6A16 SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, CH2M Hill Engineers, Inc. hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning "Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project 66066 (Bridge Number 034046)" are accurate, complete and current as of the time of contracting. CH2M Hill Engineers, Inc. BY: Y I O 11/7(.7441171- TITLE: oP€wa-rie ' N.A41A e(e DATE: tpit`+ /2PlR- E-1 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066 (Bridge Number 034046)" 1 6A16 SCHEDULE F KEY PERSONNEL Name Personnel Category % of time Bhushan Godbole Sr. Technologist 30% Evan Gunderson Engineer 30% Kevin Heldorfer Engineer 30% Pete Winkler Sr. Engineer 20% Lev Zilberman Sr. Engineer 20% Adam Ahmad Engineer 20% Chris Jubran Sr. Project Manager 20% Bill Gramer Principal 15% Randy Mock Principal 2% Scott Bear Principal 2% Bill Beddow Principal 2% F-1 Contract#16-7011 "Design and Related Services for Palm River Boulevard over Palm Canal Bridge Replacement Project#66066(Bridge Number 034046)" 1 6A16 OCTOBER 2017 SCHEDULE 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 RFP NUMBER 16-7011 1 6A16 I PURPOSE 4 2 PROJECT DESCRIPTION 6 3 PROJECT COMMON AND PROJECT GENERAL TASKS 18 4 ROADWAY ANALYSIS 27 5 ROADWAY PLANS 31 6A DRAINAGE ANALYSIS 33 6B DRAINAGE PLANS 36 7 UTILITIES 37 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES 49 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS53 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT 55 11 STRUCTURES -TEMPORARY BRIDGE 58 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE 59 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE 14 STRUCTURES - STRUCTURAL STEEL BRIDGE 61 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE 62 16 STRUCTURES - MOVABLE SPAN 63 17 STRUCTURES - RETAINING WALLS 64 18 STRUCTURES - MISCELLANEOUS 65 19 SIGNING AND PAVEMENT MARKING ANALYSIS 66 20 SIGNING AND PAVEMENT MARKING PLANS 68 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 80 29 MAPPING 81 30 TERRESTRIAL MOBILE LIDAR 82 A-2 1 6A16 31 ARCHITECTURE DEVELOPMENT 83 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE84 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS 85 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS 86 35 GEOTECHNICAL 88 36 PROJECT REQUIREMENTS 96 37 INVOICING LIMITS 98 A-3 1 6A16 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: 034046 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 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. 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. 1 PURPOSE A-4 .16A16 RFP: 16-7011 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. The CONSULTANT shall be aware that as a project is developed, certain minor modifications and/or improvements to the original concepts may be required. The CONSULTANT shall incorporate these refinements into the design and consider such refinements to be an anticipated and integral part of the work. 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 and 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. The CONSULTANT shall minimize to the maximum extent possible the COUNTY's need to apply its own resources to assignments authorized by the COUNTY. The COUNTY will provide contract administration, management services, and technical reviews of all work associated with the development and preparation of contract documents, including Construction 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 independent 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. 1 PURPOSE A-5 1 6A16 RFP: 16-7011 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 /Palm River Blvd. 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/reconstructed as necessary to satisfy the latest (at the time this Contract is executed) FDOT criteria. If reconstruction is used, the proposed pavement thickness shall match the existing pavement thickness as verified by taking cores of the existing pavement before and after the bridge. 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. It is anticipated that the Palm River Boulevard roadway improvements will extend from the North side of the intersection of Viking Way (to the North) to the South side of the intersection of Palm View Drive (to the South). See section 2.1 for typical section information. Additional project related environmental mitigation improvements and/or wildlife protection features outside of the contractual project limits may be identified during project development. The CONSULTANT shall provide additional services to incorporate these improvements 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 implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 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 2 PROJECT DESCRIPTION A-6 I 6A16 RFP: 16-7011 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 (at the time this Contract is executed) 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 Note: This will require raising the Bridge/Roadway profile to provide sufficient sight distance. This will be evaluated while considering the geometric and elevation constraints of the two intersections on either end of the project. If 30 MPH is not attainable, the CONSULTANT will maximize the design speed while remaining within the project limits. Pavement Design: The CONSULTANT shall provide all pavement designs required for the project and considering existing conditions. Note: Pavement Designs will be based on traffic projections and LDC Criteria. No physical traffic counts will be performed as part of these services. Pavement Type Selection Report(s): Please see Section 4.2 for details. 2 PROJECT DESCRIPTION A-7 1 b A 16 RFP: 16-7011 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. 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. 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. 2 PROJECT DESCRIPTION A-8 1 6A16 RFP: 16-7011 All existing drainage structures and features shall be shown on the construction plans and should be inspected for scour, erosion, structural integrity and accumulation of sediments as necessary. Treatments should be coordinated with the COUNTY's Project Manager before being added to the Construction Contract Documents. 2.3 Utilities Coordination (Activity 7) The CONSULTANT is responsible to certify that all necessary arrangements for utility work on this project have been made and will not conflict with the physical construction schedule. The CONSULTANT should coordinate with COUNTY personnel to coordinate transmittals to Utility Companies and meet production schedules. The CONSULTANT shall ensure FDOT and COUNTY standards, policies, procedures, practices, and design criteria are followed concerning utility coordination. The CONSULTANT may employ more than one individual or utility engineering consultant to provide utility coordination and engineering design expertise. The CONSULTANT shall identify a dedicated person responsible for managing all utility coordination activities. This person shall be contractually referred to as the Utility Coordination Manager. 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. 2 PROJECT DESCRIPTION A-9 1 6A16 RFP: 16-7011 Review and certify to the COUNTY's Project Manager that all Utility Work Schedules are correct and in accordance with the COUNTY's standards, policies, and procedures. Prepare, review and process all utility related reimbursable paperwork inclusive of betterment and salvage determination. 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 revisions 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: 2 PROJECT DESCRIPTION A-10 1 6A16 RFP: 16-7011 034046 Please see section 2.1 for typical section requirements. Type of Bridge Structure Work: • Bridge Development Report • Temporary Bridge - If required. • Short Span Concrete — To be used as basis of Negotiations. 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. This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. Temporary Retaining Walls are not anticipated. This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 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. 2 PROJECT DESCRIPTION A-11 1 6A16 RFP: 16-7011 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. Additional subsurface utility exploration will be considered an Optional Service if requested by the County. Fees for this item are included in the negotiated contract fees. If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work 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. 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 necessary for the project. Legal Descriptions: The CONSULTANT is responsible for all Legal Descriptions necessary for the project. 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 necessary geotechnical activities associated with/required for this project. 2.18 Project Schedule 2 PROJECT DESCRIPTION A-12 16A16 RFP: 16-7011 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 generally based upon the durations shown within the CONSULTANT's RFP proposal. 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. 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. Electronic files of all file information shall be executed in a format that is compatible with PDF and Microstation programs. All documents shall be developed and submitted in accordance with the latest edition of the FDOT Plans Preparation Manual (at the time this Contract is executed) 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 (at the time this Contract is executed) 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 2 PROJECT DESCRIPTION A-13 16A16 RFP: 16-7011 development, the COUNTY requires the inclusion of Engineering Data files (prepared by or for the CONSULTANT) for critical geometrics in the design. These can include the alignments, profiles, cross sections, surfaces, etcetera necessary to create the corridor model(s). Critical roadway geometric items, such as the centerlines and profiles of the proposed mainline, side streets, special ditches, and utilities, must be included. These Engineering Data files are considered "Project Documents" as defined in the contract and shall be provided when requested by the COUNTY. 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 (at the time this Contract is executed) which include, but are not limited to, publications such as: ■ General o Title 29, Part 1910, Standard 1910.1001, Code of Federal Regulations (29 C.F.R. 1910.1001) —Asbestos Standard for Industry, U.S. Occupational Safety and Health Administration (OSHA) o 29 C.F.R. 1926.1101 — 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 G —Asbestos Worker Protection, EPA o Americans with Disabilities Act (ADA) Standards for Accessible Design o AASHTO — Roadside 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 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") 2 PROJECT DESCRIPTION A-14 i6 A 16 RFP: 16-7011 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 Standard Specifications for Road and Bridge Construction o FDOT Utility Accommodation Manual o Federal Highway Administration (FHWA) - Manual on Uniform Traffic Control Devices (MUTCD) o FHWA 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 ■ 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 2 PROJECT DESCRIPTION A-15 1 6A16 RFP: 16-7011 o FDOT Optional Pipe Materials Handbook o FDOT Storm Drain Handbook o FDOT Stormwater Management Facility Handbook o FDOT Temporary Drainage Handbook o FDOT Drainage Connection Permit Handbook o FDOT Bridge Scour Manual ■ Survey and Mapping o All applicable Florida Statutes and Administrative Codes o Applicable Rules, Guidelines Codes and authorities of other Municipal, County, State and Federal Agencies. o FDOT Aerial Surveying Standards for Transportation Projects Topic 550-020-002 o FDOT Right of Way Mapping Handbook o FDOT Surveying Procedure Topic 550-030-101 o Florida COUNTY of Transportation Right of Way Procedures Manual o Florida COUNTY of Transportation Surveying Handbook o Right of Way Mapping Procedure 550-030-015 ■ Traffic Engineering and Operations and ITS o AASHTO - Guide for Development of Bicycle Facilities o FDOT Manual on Uniform Traffic Studies (MUTS) o FDOT Median Handbook o FDOT Traffic Engineering Manual ■ 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/-AWS-D1 . 5M/D1.5: An American National Standard Bridge Welding Code 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 2.21 Services to be Performed by the COUNTY when appropriate and /or available, the COUNTY will provide project data/services including: 2 PROJECT DESCRIPTION A-16 1 6A16 RFP: 16-7011 • General COUNTY guidelines to be used in the fulfillment of this contract. • Signatures on project related application forms. • Letters of authorization designating the CONSULTANT as an agent of the COUNTY. • Fees associated with permit submittals. • Project submittal reviews. • Any applicable project related information/data that the COUNTY is aware of. • COUNTY standards. • Rights of entry authorization for COUNTY properties within the project limits. • Front-end construction document sections required for bidding and construction. 2 PROJECT DESCRIPTION A-17 1 6 A16 RFP: 16-7011 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 justified 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 design meetings, local governments, railroads, airports, progress review meetings (phase review), and miscellaneous meetings. The CONSULTANT shall prepare, and submit to the COUNTY's Project Manager for review, the meeting minutes for all meetings attended by them. The meeting minutes are due within five (5) working days of attending the meeting. Quality Assurance/Quality Control: It is the intention of the COUNTY that design CONSULTANTS, including their subconsultant(s), are held responsible for their work, including plans review. The purpose of CONSULTANT plan reviews is to 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-18 1 6 A16 RFP: 16-7011 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 subconsultant(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 part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan shall be one specifically designed for this project. The CONSULTANT shall submit a Quality Control Plan for approval within twenty (20) business days of the written Notice to Proceed and it shall be signed by the CONSULTANT's Project Manager and the CONSULTANT's QC Manager. The Quality Control Plan shall include the names of the CONSULTANT's staff that will perform the quality control reviews. The Quality Control reviewer shall be a Florida Licensed Professional Engineer fully prequalified under F.A.C. 14-75 in the work type being reviewed. A marked up set of prints from a Quality Control Review indicating the reviewers for each component (structures, roadway, drainage, signals, geotechnical, signing and marking, lighting, surveys, etc.) and a written resolution of comments on a point-by-point basis will be required, if requested by the COUNTY, with each phase submittal. The responsible Professional Engineer, Landscape Architect, or Professional Surveyor & Mapper that performed the Quality Control review 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 ReviewNalue Engineering: Value Engineering/Independent Peer Review services will be conducted by an independent consultant for this project. Please see section 3.5 for details. 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-19 1 6A16 RFP: 16-7011 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 two (2) public meetings as directed by the COUNTY. It is possible that one (1) public meeting could be needed, in addition to the two public meetings described above. This scope item is considered an Optional Service if requested by the County. Fees for this item are included in the negotiated contract fees. If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work. 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. This meeting will be considered part of the Post Design Services Task. 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 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-20 16A16 RFP: 16-7011 exhibits for the public meetings. The COUNTY shall be responsible for all news/press releases, including costs for newspaper advertisements. Any processing/postage for mailings to project stakeholders, rental fees for public meeting sites, etc. 3.1.1 Community Awareness Plan Not applicable. 3.1.2 Notifications This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 3.1.3 Preparing Mailing Lists As required for Public Meetings, along with Collier County staff. Per line item No. 3.1, This scope item is considered an Optional Service if requested by the County. Fees for this item are included in the negotiated contract fees. If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work. 3.1.4 Median Modification Letters Not applicable 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 letterhead. The CONSULTANT shall notify and coordinate with the COUNTY's Project Manager prior to sending letters. 3.1.6 Newsletters Three (3) letters will be required. One prior to 30%, one at 60% Submittal, one associated with Construction kick-off Meeting. 3.1.7 Renderings and Fly-Throughs Not applicable 3.1.8 PowerPoint Presentations 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-21 16A16 RFP: 16-7011 Not applicable 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. Per line item 3.1, this scope item is considered an Optional Service if requested by the County. Fees for this item are included in the negotiated contract fees. If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work. 3.1.10 Public Meeting Attendance and Follow-up The CONSULTANT shall attend public meeting(s), assist with meeting setup and take down. This scope item is considered an Optional Service if requested by the County. Fees for this item are included in the negotiated contract fees. If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work The CONSULTANT will attend the meetings with an appropriate number of personnel to assist the COUNTY'S Project Manager. The CONSULTANT shall assist the COUNTY in responding to public comments and questions. 3.1.11 Other Agency Meetings As required. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination 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 Preparation of Specification Packages and associated training. The CONSULTANT shall provide the 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-22 1 6A16 RFP: 16-7011 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 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 reviews at the: BDR, Phase I (30%), Phase II (60%), and Phase III (90%). 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-23 16A16 RFP: 16-7011 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 (by the County) 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 address any comments. The CONSULTANT will attend all review meetings. Review meetings up to and including the Phase II (60%) submittal are anticipated to 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 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'. 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-24 16A16 RFP: 16-7011 The CONSULTANT shall provide Plans Update services at the request of the COUNTY as an Optional Service. This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 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. The primary intent of this task is to have accurate bridge records available for inspection, maintenance, load rating, rehabilitation and emergency repair operations, and any future widening operations. A copy of Final As-Built Structure Documents Package will be provided to the COUNTY and to the Florida Department of Transportation (FDOT) to activate the structure in the bridge inspection system. The CONSULTANT is responsible for assembling the Signed and Sealed As-Built Structure Document Package and certifying that the package accurately represents the as-built condition of the bridge. The Contractor and he's surveryor will be responsible for maintaining Signed and Sealed As Builts of the structure and providing them to the consultant. The As-Built Structure Documents Package is the final deliverable(s) of this task. The As-Built Structures Documents Package(s) shall contain select bridge records that the Owner is required to store for the life of the bridge (MBE Section 2). A package is one ZIP archive per bridge clearly identifying the structure number; PDF contents are either direct-to-pdf, or scanned at 300dpi+ and 75% quality compression. At a minimum, each package contains (as applicable): Foundation records: pile driving/installation records, drilled shaft inspection records, spread footing inspection records and boring logs. (Information to be provided by Contractor to the Consultant). Structure plans: shop drawings, and Signed and Sealed As-Built structure(s) plans. For bridges traversing water, a Signed and Sealed Hydraulic analysis plan sheet. Signed and Sealed As-Built load rating documents per FDOT guidelines, including but not limited to: 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-25 1 6A16 RFP: 16-7011 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 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. 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-26 1 6A16 RFP: 16-7011 4 ROADWAY ANALYSIS The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 4.1 Typical Section Package The CONSULTANT shall 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 Not applicable. 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 HorizontaUVertical 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 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 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. 4 ROADWAY ANALYSIS A-27 I. 6A16 RFP: 16-7011 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 phases of construction. The design shall include construction phasing of roadways ingress and egress to existing property owners and businesses, routing, signing and pavement markings, and detour quantity tabulations, roadway pavement, drainage structures, ditches, front slopes, back slopes, drop offs within clear zone, and traffic monitoring sites. Special consideration shall be given to the construction of the drainage system when developing the construction phases. Positive drainage must be maintained at all times. 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 that will better coordinate the Preliminary and Final Traffic Control Plan efforts. The CONSULTANT shall consider the local impact of any lane closures or alternate routes. When the need to close a road is identified during this analysis, the CONSULTANT shall notify the COUNTY's Project Manager as soon as possible. Proposed road closings must be reviewed and approved by the COUNTY. Diligence shall be used to minimize negative impacts by appropriate specifications, recommendations or plans development. Local impacts to consider will be local events, holidays, peak seasons, detour route deterioration and other eventualities. CONSULTANT shall be responsible to obtain local authorities permission for use of detour routes not on county highways. Traffic Control Plans shall follow the COUNTY's Maintenance of Traffic Policy as applicable. 4.11 Master TCP Design Files 4 ROADWAY ANALYSIS A-28 16A16 RFP: 16-7011 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 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 ROADWAY ANALYSIS A-29 1b A 16 RFP: 16-7011 4.21 Quality Assurance/Quality Control 4.22 Independent Peer Review 4.23 Supervision 4.24 Coordination 4 ROADWAY ANALYSIS A-30 16 , 16 RFP: 16-7011 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. Not applicable. 5.12 Interchange Layout Sheet. Not applicable. 5.13 Ramp Terminal Details (Plan View). Not applicable. 5.14 Intersection Layout Details 5.15 Special Details 5.16 Cross-Section Pattern Sheet(s). Not applicable. 5.17 Roadway Soil Survey Sheet(s) 5.18 Cross Sections 5.19 Temporary Traffic Control Plan Sheets 5.20 Temporary Traffic Control Cross Section Sheets 5 ROADWAY PLANS A-31 ,16A16 RFP: 16-7011 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). Not applicable. 5.25 Environmental Detail Sheets Preparation of detail sheets for potential environmental issues such as, underground fuel tanks and monitoring wells, septic tanks within the proposed right of way. All piping and pumps in association with the above referenced issues shall also be located and identified by the survey. The CONSULTANT shall relay to the COUNTY any findings of contaminated soil, monitoring wells, or any features (particularly springs or sinks) relating to contamination or hazardous material. 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 5 ROADWAY PLANS A-32 1 6A16 RFP: 16-7011 6aDRAINAGE 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 engineering analyses for any or all of the following: 6a.1 Drainage Map Hydrology Accurately delineate drainage basin boundaries to be used in defining the system hydrology. Basin delineation shall incorporate existing survey and/or LiDAR and shall be supplemented, as necessary, with other appropriate data sources (such as permitted site plans) and field observations. Basin delineations shall also include any existing collection systems in a logical manner to aid in the development of the hydraulic model. Prepare the Drainage Maps in accordance with the Plans Preparation Manual. 6a.2 Base Clearance Report Not applicable. 6a.3 Pond Siting Analysis and Report Not applicable. 6a.4 Design of Cross Drains Not applicable. 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) 6 DRAINAGE ANALYSIS A-33 16A16 RFP: 16-7011 Not applicable. 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 Not applicable. 6a.9 Design of Storm Drains Develop a "working drainage map", determine runoff, inlet locations, and spread. Calculate hydraulic losses (friction, utility conflict and, if necessary, minor losses). Determine design tailwater 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 Not applicable. 6a.12 Drainage Wells Not applicable. 6a.13 Drainage Design Documentation Report Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and 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 appropriate 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 6 DRAINAGE ANALYSIS A-34 1 6A16 RFP: 16-7011 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. Not applicable. 6a.24 Supervision 6a.25 Coordination 6 DRAINAGE ANALYSIS A-35 1 6A16 RFP: 16-7011 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 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). Not applicable. 6b.10 Retention Pond Cross Sections. Not applicable. 6b.11 Erosion Control Plan Sheet(s) 6b.12 SWPPP Sheet(s) 6b.13 Quality Assurance/Quality Control 6b.14 Supervision 6 DRAINAGE PLANS A-36 16 A16 RFP: 16-7011 7 UTILITIES The Consultant shall prepare a separate set of contract documents for the utilities portion of this scope of work. These documents shall, at COUNTY's discretion, allow the execution of a separate construction contract, which may or may not be concurrent with bridge and roadway activities. 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 and 36.8.2 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. 7 UTILITIES A-37 I 6A16 RFP: 16-7011 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. 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, 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 CONSULTANT 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 UTILITIES A-3 8 1 6 A 1 6 REP: 16-7011 7.8 Subordination of Easements Coordination The CONSULTANT, if requested by the COUNTY, shall transmit to and secure from the UAO the executed subordination agreements prepared by the appropriate COUNTY office. The CONSULTANT shall coordinate with the COUNTY the programming of the necessary work program funds 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 utility adjustment details. Also to work with the UAOs to recommend potential resolution between known utility conflicts with proposed construction plans as may be deemed practical by the UAO. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees within 3 days. See Task 4.5 (Horizontal/Vertical Master Design File) and Task 4.9 (Cross Section Design Files) for utility conflict location identification and adjustments. 7.10 Review Utility Markups & Work Schedules and Processing of Schedules & Agreements The CONSULTANT shall review utility marked up plans and work schedules as they are received for content and coordinate review with the designer. Send color markups and schedules to the appropriate COUNTY office(s) such as survey, geotechnical, drainage, structures, lighting, roadway, signals, utilities, landscape architecture, municipalities, maintaining agency, and 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, 7 UTILITIES A-39 1 6A16 RFP: 16-7011 face-to-face meetings, etc., to motivate and ensure the UAO(s) complete and return the required documents in accordance with the project schedule. Ensure the resolution of all known conflicts. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees. This task can be applied to all phases of the project. 7.12 Utility Constructability Review The CONSULTANT shall review utility schedules against construction contract time, and phasing for compatibility. Coordinate with and obtain written concurrence from the County Construction Department. 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. These additional services are considered Optional Services if requested by the County. Fees for these item are not included in the negotiated contract fees. If these item are determined necessary and are requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. This item does not include the identification services provided in section 7.17. 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 7 UTILITIES A-40 1 6A16 RFP: 16-7011 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 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 7.17.1 UTILITY SERVICES This item includes: Subaqueous relocation of the existing 8" water main on bridge including the potable water main interconnections in the intersections of Palm River Blvd. & Palm View Drive and Palm River Blvd. & Viking Way. There are discrepancies between the alignment of utilities as shown in GIS and on the record drawings. The degree to which re-design is necessary will depend on the actual conditions determined during SUE. Abandonment of the 4" wastewater force main attached to bridge and relocation of this flow to the 8" gravity sewer or the 8" wastewater force main at Viking Way & Palm River Boulevard. County to provide written direction prior to starting utility design. There is a possible standards deviation for separation of the existing irrigation quality water main and the proposed subaqueous potable water main. Required separation is defined in the Collier County Utility Standards Manual as follows: "Non-potable irrigation water pipelines 2" and larger shall be separated from potable water mains, wastewater lines and/or storm water lines by a minimum clear vertical distance of eighteen inches (18") and a horizontal distance of five feet (5') as shown in the Utilities Detail Drawings." Record drawings show the IQ main may be closer to the bridge than originally thought. Unforeseen utility work within the project area may be identified during design or construction. The COUNTY may request additional utility design 7 UTILITIES A-41 1 6A16 RFP: 16-7011 services from the CONSULTANT under this contract to address these unforeseen conditions. These additional services are considered Optional Services if requested by the County. Fees for these items are not included in the negotiated contract fees. If these items are determined necessary and are requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. The consultant will prepare and independent set of construction contract documents and permits for the utility work described herein such that the utility work is bid and executed by a contractor independent of the bridge work. The CONSULTANT shall follow the below and refer to the Collier County Water-Sewer District Utilities Standards Manual when executing this scope item. 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 public utility mains within the project limits. (Maximum of 20 identifications.) The contract fee for this item includes all design fees necessary to develop the independent set of construction documents. 7.17.1.1 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 • Collier County asbestos cement pipe removal and disposal requirements • Acceptable materials for proposed utility relocation • Permitting entities, permit forms, and procedures • Pump data for lift and pump stations 7.17.1.2 Plans Preparation 7 UTILITIES A-42 16A16 RFP: 16-7011 A complete plan set component will be generated for Collier County facilities. This will include relocations of all utilities approved for relocation by the COUNTY. The plan set will be structured as such: 7.17.1 .2.1 Cover Sheet 7.17.1.2.2 Key Sheet/Abbreviation and Legends 7.17.1.2.3 General Notes 7.17.1 .2.4 Water Facilities Relocation Plans Subset 7.17.1.2.4.1 Specifications and Notes 7.17.1.2.4.2 Table of Quantities 7.17.1 .2.4.3 Plan and Profile 7.17.1.2.4.4 Cross-sections and Details 7.17.1 .2.4.5 Standard Details 7.17.1.2.5 Sanitary Sewer Utility Relocation Plans Subset (as-required) • Consultant shall provide relocation design plans for the 8" water main. • Consultant shall provide relocation design plans for the 4" wastewater force main. Relocation design plans for the 8" subaqueous IQ line and/or 8" subaqueous force main is an Optional Service if requested by the County. Fees for this item are included in the negotiated contract fees. If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work. 7.17.1.2.5.1 Specifications and Notes 7.17.1.2.5.2 Table of Quantities 7.17.1.2.5.3 Plan and Profile 7.17.1.2.5.4 Cross-sections and Details 7.17.1.2.5.5 Standard Details 7.17.1.2.6 Reclaimed Water Facilities Relocation Plans Subset (as-directed) 7.17.1 .2.6.1 Specifications and Notes 7.17.1 .2.6.2 Table of Quantities 7 UTILITIES A-43 J. 6A16 RFP: 16-7011 7.17.1.2.6.3 Plan and Profile 7.17.1.2.6.4 Cross-sections and Details 7.17.1.2.6.5 Standard Details 7.17.1.2.7 Other Utilities 7.17.1.3 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. • Prepare PUD County Utilities Department's deviation requests as necessary. • Provide electronic files of all file information to County Utilities Department and COUNTY Project Manager in a format that is compatible with PDF and Microstation programs.. 7.17.1 .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. 7 UTILITIES A-44 16A16 RFP: 16-7011 • 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. • Provide electronic files of all file information to County Utilities Department and COUNTY Project Manager in a format that is compatible with PDF and Microstation programs.. 7.17.1 .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. • 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. 7 UTILITIES A-45 J. 6 A16 RFP: 16-7011 • Prepare all drawings and permit applications for Wetland 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. • Provide electronic files of all file information to County Utilities Department and COUNTY Project Manager in a format that is compatible with PDF and Microstation programs.. 7.17.1.6 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, SFWMD, 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. • Provide electronic files of all file information to County Utilities Department and COUNTY Project Manager in a format that is compatible with PDF and Microstation programs. 7.17.1.7 Bidding Phase 7 UTILITIES A-46 16A16 RFP: 16-7011 • Pre bid meeting • Address addendum • Evaluate bids and bidders • Recommend bid 7.17.1.8 Pre-construction Phase (See Section 3.8 Post Design Services) • Pre-construction meeting • Shop drawing review • Construction schedule review 7.17.1.9 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 • Prepare Change Orders during construction, as necessary. • Prepare work directives during construction, as necessary. • Permit certifications • Assist with Collier County asbestos cement pipe removal protocol 7.17.1.10 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 files of all file information to County Utilities Department and COUNTY Project Manager in a format that is compatible with PDF and Microstation programs. 7.17.1.11 Meeting attendance 7 UTILITIES A-47 16A16 RFP: 16-7011 • 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) 7 UTILITIES A-48 16A16 RFP: 16-7011 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 shall 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 Lands easements need to modified or acquired. Project research may include but should not be limited to review of available federal, state, and local permit files and databases, local government information including county and property appraiser data. This information will be shown on the plans as appropriate. 8.2 Field Work 8.2.1 Pond Site Alternatives: 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 boundaries 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 acceptable. All jurisdictional boundaries are to be tied to the project's 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-49 1 6A16 RFP: 16-7011 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: Not applicable. 8.3 Agency Verification of Wetland Data The CONSULTANT shall be responsible for verification 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 8.7 Prepare Water Management District Right of Way Occupancy Permit. Not applicable. 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-50 16A16 RFP: 16-7011 8.8 Prepare Coastal Construction Control Line (CCCL) Permit Application. Not applicable. 8.9 Prepare Tree Permit Information. Not applicable. 8.10 Mitigation Design. Not applicable. 8.11 Mitigation Coordination and Meetings It is anticipated that any/all required Mitigation will be handled by the County Purchasing Credits from an available and applicable Mitigation Bank. This effort will be coordinated with County staff and SFWMD/ACOE staff as appropriate. 8.12 Other Environmental Permits Environmental Clearances, Reevaluations and Technical Support 8.13 Technical Support to the COUNTY for Environmental Clearances and Re-evaluations. Not applicable. 8.13.1 NEPA or SEIR Reevaluation. Not applicable. 8.13.2 Archaeological and Historical Features. Not applicable. 8.13.3 Wetland Impact Analysis. Not applicable. 8.13.4 Essential Fish Habitat. Not applicable. 8.13.5 Wildlife and Habitat Impact Analysis. Not applicable. 8.13.6 Section 7 or Section 10 Consultation. Not applicable. 8.14 Preparation of Environmental Clearances and Reevaluations 8.14.1 NEPA or SEIR Reevaluation. Not applicable. 8.14.2 Archaeological and Historical Features. Not applicable. 8.14.3 Wetland Impact Analysis. Not applicable. 8.14.4 Essential Fish Habitat. Not applicable. 8.14.5 Wildlife and Habitat Impact Analysis. Not applicable. 8.14.6 Section 7 or Section 10 Consultation. Not applicable. 8.15 Contamination Impact Analysis 8.16 Asbestos, Lead based Paint and Creosote Survey 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-51 16A16 RFP: 16-7011 The CONSULTANT shall secure the services of a Florida Licensed Asbestos Consultant to perform a comprehensive Asbestos Containing Materials (ACM) lead based paint and Creosote 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 lead based paint and Creosote survey, and the required copies of any additional supporting documents, to the COUNTY's Project Manager at the time of the Phase I submittal. 8.17 Technical Meetings 8.18 Quality Assurance/Quality Control 8.19 Supervision 8.20 Coordination 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-52 I6A16 RFP: 16-7011 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 through 18 are defined in the Staff Hour Estimation Handbook and within the provision defined in Section 2. 20, Provisions for Work. Contract documents shall display economical solutions for the given conditions. The CONSULTANT shall provide Design Documentation to the COUNTY with each submittal consisting of structural design calculations and other supporting documentation developed during the development of the plans. The design calculations submitted shall adequately address the complete design of all structural elements. These calculations shall be neatly and logically presented on digital media or, at the COUNTY's request, on 8 '/z"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 9 STRUCTURES- SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS A-53 1 6A16 RFP: 16-7011 9.15 Coordination 9 STRUCTURES—SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS A-54 I 6A16 RFP: 16-7011 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 and shall include a cost comparison between phased construction (maintaining one open lane of traffic at all times) and a non-phased construction approach considering access thru Palm River Bridge to be closed during construction activities. Fee negotiations shall assume a non-phased construction approach. In the event that the County chooses to follow a phased construction instead, this scope item will be considered an Optional Service if requested by the County. Fees for this item are included in the negotiated contract fees. If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work, General Requirements 10.1 Bridge Geometry 10.2 Ship Impact Data Collection Not applicable. 10.3 Ship Impact Criteria Not applicable. Superstructure Alternatives 10.4 Short-Span Concrete 10.5 Medium-Span Concrete 10.6 Long Span Concrete Not applicable. 10.7 Structural Steel Not applicable. Foundation and Substructure Alternatives 10.8 Pier/Bent 10.9 Shallow Foundations / GRS Abutments 10.10 Deep Foundations 10 STRUCTURES-BRIDGE DEVELOPMENT REPORT A-55 1 6A16 RFP: 16-7011 Movable Span 10.12 Movable Span Geometrics and Clearances Not applicable. 10.13 Deck System Evaluation Not applicable. 10.14 Framing Plan Development Not applicable. 10.15 Main Girder Preliminary Design Not applicable. 10.16 Conceptual Span Balance/Counterweight Not applicable. 10.17 Support System Development Not applicable. 10.18 Drive Power Calculations Not applicable. 10.19 Drive System Development Not applicable. 10.20 Power and Control Development Not applicable. 10.21 Conceptual Pier Design Not applicable. 10.22 Foundation Analysis (FL PIER) Not applicable. 10.23 Tender Visibility Study Not applicable. 10 STRUCTURES-BRIDGE DEVELOPMENT REPORT A-56 16A16 RFP: 16-7011 Other BDR Issues 10.24 Aesthetics 10.25 TCP/Staged Construction Requirements 10.26 Constructability Requirements 10.27 Load Rating for Partial Structures 10.28 Quantity and Cost Estimates 10.30 Wall Type Justification Report Preparation 10.31 Exhibits 10.32 Exhibits - Movable Span Not applicable. 10.33 Report Preparation 10.35 BDR Submittal Package 10 STRUCTURES-BRIDGE DEVELOPMENT REPORT A-57 16A16 RFP: 16-7011 11 STRUCTURES - TEMPORARY BRIDGE The CONSULTANT shall prepare plans for Temporary Bridge(s) at the location(s) specified in Section 2.5. Note: The BDR or Public Meeting may determine that this task is NOT required. 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 11 STRUCTURES-TEMPORARY BRIDGE A-5 8 1 6A16 RFP: 16-7011 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 12.18 Finish Grade Elevations 13 STRUCTURES-MEDIUM SPAN CONCRETE BRIDGE A-59 1 6A16 RFP: 16-7011 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 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 13 STRUCTURES-MEDIUM SPAN CONCRETE BRIDGE A-60 1 6A16 RFP: 16-7011 14 STRUCTURES - STRUCTURAL STEEL BRIDGE Not applicable. 14 STRUCTURES -STRUCTURAL STEEL BRIDGE A-61 1 6 A 1.6 RET: 16-7011 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE Not applicable. 15 STRUCTURES—SEGMENTAL CONCRETE BRIDGE A-62 1 6A16 RFP: 16-7011 16 STRUCTURES - MOVABLE SPAN Not applicable. 16 STRUCTURES—MOVABLE SPAN A-63 16A16 RFP: 16-7011 17 STRUCTURES - RETAINING WALLS General Requirements 17.1 Key Sheet 17.2 Horizontal Wall Geometry 17.10 Details Cast-In-Place Retaining Walls 17.11 Design 17.12 Vertical Wall Geometry 17.13 General Notes 17.14 Wall Plan and Elevations (Control Drawings) 17.15 Sections and Details 17.16 Reinforcing Bar List Other Retaining Walls and Bulkheads 17.17 Design 17.18 Vertical Wall Geometry 17.19 General Notes, Tables and Miscellaneous Details 17.20 Wall Plan and Elevations 17.21 Details 18 STRUCTURES-MISCELLANEOUS A-64 1 6 A16 RFP: 16-7011 18 STRUCTURES - MISCELLANEOUS This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 18 STRUCTURES-MISCELLANEOUS A-65 16A16 RFP: 16-7011 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. 19.2 No Passing Zone Study Not applicable. 19.3 Reference and Master Design File The CONSULTANT shall prepare the Signing & Marking Design file to include all necessary design elements and all associated reference files. 19.4 Multi-Post Sign Support Calculations Not applicable . 19.5 Sign Panel Design Analysis Not applicable . 19.6 Sign Lighting/Electrical Calculations Not applicable 19.7 Quantities 19.8 Cost Estimate 19.9 Technical Special Provisions 19.10 Other Signing and Pavement Marking Analysis 19.11 Field Reviews 19.12 Technical Meetings 19.13 Quality Assurance/Quality Control 19.14 Independent Peer Review 19 SIGNING AND PAVEMENT MARKING ANALYSIS A-66 16A16 RFP: 16-7011 19.15 Supervision 19.16 Coordination 19 SIGNING AND PAVEMENT MARKING ANALYSIS A-67 .16A 16 RFP: 16-7011 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) Not applicable 20.9 Traffic Monitoring Site Not applicable 20.10 Cross Sections Not applicable 20.11 Special Service Point Details Not applicable 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 20 SIGNING AND PAVEMENT MARKING PLANS A-68 1 6 A16 RFP: 16-7011 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 20 SIGNING AND PAVEMENT MARKING PLANS A-69 I6 1 RFP: 16-7011 21 SIGNALIZATION ANALYSIS Not applicable. 21 SIGNALIZATION ANALYSIS A-70 16A16 RFP: 16-7011 22 SIGNALIZATION PLANS Not applicable. 22 SIGNALIZATION PLANS A-71 1 6A16 RFP: 16-7011 23 LIGHTING ANALYSIS Not applicable. 23 LIGHTING ANALYSIS A-72 16A16 RFP: 16-7011 24 LIGHTING PLANS Not applicable. 24 LIGHTING PLANS A-73 1 6 :A16 RFP: 16-7011 25 LANDSCAPE ARCHITECTURE ANALYSIS Not applicable. 25 LANDSCAPE ARCHITECTURE ANALYSIS A-74 16A16 RFP: 16-7011 26 LANDSCAPE ARCHITECTURE PLANS Not applicable. 26 LANDSCAPE ARCHITECTURE PLANS A-75 1 6 A16 RFP: 16-7011 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. Survey Services will be performed per the attached Sub-Consultant SOW. 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. 27.5 Reference Points Reference Horizontal Project Network Control (HPNC) points, project alignment, vertical control points, section, 1/4 section, center of section 27 SURVEY A-76 1 6 A16 RFP: 16-7011 corners and General Land Office (G.L.O.) corners as required. 27.6 Topography/Digital Terrain Model (DTM) (3D) Locate all above ground features and improvements for the limits of the project by collecting the required data for the purpose of creating a DTM with sufficient density. Shoot all break lines, high and low points. Effort includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.7 Planimetric (2D) Locate all above ground features and improvements. Deliver in appropriate electronic format. Effort includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.8 Roadway Cross Sections/Profiles Perform cross sections or profiles. May include analysis and processing of all field-collected data for comparison with DTM, ROW line to ROW line. 27.9 Side Street Surveys Refer to tasks of this document as applicable, within Project Site limits. 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. SUE Services will be performed per the attached Sub-Consultant SOW. 27.11 Outfall Survey Locate all above ground features and improvements for the limits of the project by collecting the required data for the purpose of a DTM. Survey with sufficient density of shots. Shoot all break lines, high and low points. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.12 Drainage Survey Locate underground data (XYZ, pipe size, type, condition and flow line) that relates to above ground data. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27 SURVEY A-77 16A16 RFP: 16-7011 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. Verify Limits required/anticipated west and east of bridge for Bridge Hydraulics Report 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. 27.21 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. 27.24 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. 27.26 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. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, 27 SURVEY A-78 16A16 RFP: 16-7011 scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 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. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 27.30 Document Research Perform research of documentation to support field and office efforts involving surveying and mapping. 27.31 Field Review Perform verification of the field conditions as related to the collected survey data. 27.32 Technical Meetings 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. 27 SURVEY A-79 16Alb RFP: 16-7011 28 PHOTOGRAMMETRY Not applicable. 28 PHOTOGRAMMETRY A-80 16A16 RFP: 16-7011 29 MAPPING Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 29 MAPPING A-81 1 6A16 RFP: 16-7011 30 TERRESTRIAL MOBILE LiDAR Not applicable. 30 TERRESTRIAL MOBILE LiDAR A-82 1 6A16 RFP: 16-7011 31 ARCHITECTURE DEVELOPMENT Not applicable. 31 ARCHITECTURE DEVELOPMENT A-83 1 6A16 RFP: 16-7011 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE Not applicable. 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE A-84 16A16 RFP: 16-7011 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS Not applicable. 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS A-85 1 6A16 RFP: 16-7011 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS Not applicable. 34 INTELLIGENT TRANSPORTATION SYSTEM PLANS A-86 16A16 RFP: 16-7011 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. Geotechnical Services will be performed per the attached Sub-Consultant SOW. 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. 35 GEOTECHNICAL A-87 16A16 RFP: 16-7011 All laboratory testing and classification will be performed in accordance with applicable FDOT standards, ASTM Standards orAASHTO Standards, unless otherwise specified in the Contract Documents. 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 prior to commencing with the boring program. 35.3 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 35.4 Muck Probing Not applicable 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 Not applicable. 35.9 LBR / Resilient Modulus Sampling Collect appropriate samples for Limerock Bearing Ratio (LBR) testing. 35.10 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. 35 GEOTECHNICAL A-88 1 6A16 RFP: 16-7011 35.11 Soil and Rock Classification - Roadway Not applicable. 35.12 Design LBR Not applicable. 35.13 Laboratory Data Not applicable. 35.14 Seasonal High Water Table Not applicable. 35.15 Parameters for Water Retention Areas Not applicable. 35.16 Delineate Limits of Unsuitable Material Delineate limits of unsuitable material(s) in both horizontal and vertical directions. Assist the Engineer of Record with detailing these limits on the cross-sections. If requested, prepare a plan view of the limits of unsuitable material. 35.17 Electronic Files for Cross-Sections Create electronic files of boring data for cross-sections. 35.18 Embankment Settlement and Stability Not applicable. 35.19 Monitor Existing Structures Not applicable. 35.20 Stormwater Volume Recovery and/or Background Seepage Analysis Not applicable. 35.21 Geotechnical Recommendations Not applicable. 35.22 Pavement Condition Survey and Pavement Evaluation Report Not applicable. 35 GEOTECHNICAL A-89 6A16 RFP: 16-7011 35.23 Preliminary Roadway Report Not applicable. 35.24 Final Report Not applicable. 35.25 Auger Boring Drafting Not applicable. 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 performed in accordance with the FDOT's Roadway and Traffic Design Standards Index 600 series and the COUNTY'S Maintenance of Traffic Policy. 35 GEOTECHNICAL A-90 1 6A16 RFP: 16-7011 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 methods. Assist in selection of the most economical, feasible foundation alternative. 35.38 Detailed Analysis of Selected Foundation Alternate(s) 35 GEOTECHNICAL A-91 16A16 RFP: 16-7011 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 retaining walls only. ■ For pile and drilled shaft foundations, 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. 35.42 Sheet Pile Wall Analysis. Not Applicable. 35.43 Design Soil Parameters for Signs, Signals, High Mast Lights, and Strain 35 GEOTECHNICAL A-92 16A16 RFP: 16-7011 Poles and Geotechnical Recommendations Not applicable 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: 35 GEOTECHNICAL A-93 1 6 A16 RFP: 16-7011 • 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. 35.47 Final Reports -Walls The final reports shall include the following: • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis). • Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the FDOT's Standard specification. • An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. Final reports will incorporate comments from the COUNTY and contain any additional field or laboratory test results, recommended foundation alternatives along with design parameters and special provisions for the contract plans. These reports will be submitted to the COUNTY 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: 35 GEOTECHNICAL A-94 1 6A16 RFP: 16-7011 • 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 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 conditions, surface water conditions and locations, and preliminary utility conflicts. Observe and note nearby structures and foundation types. 35.52 Technical Meetings 35.53 Quality Assurance/Quality Control 35.54 Supervision 35.55 Coordination 35 GEOTECHNICAL A-95 1 6A16 RFP: 16-7011 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. 36A. 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. 36.7 Coordination with Other Consultants 36 PROJECT REQUIREMENTS A-96 1 6A16 RFP: 16-7011 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 UTILITY RELOCATION This scope item is considered an Optional Service if requested by the County. Fees for this item are included in the negotiated contract fees. If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work. This item includes all fees necessary to include the relocation of the 8" subaqueous wastewater force main into the independent utility construction documents defined in section 7.17. 36.8.2 UTILITY RELOCATION This scope item is considered an Optional Service if requested by the County. Fees for this item are included in the negotiated contract fees. If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work. This item includes all fees necessary to include the relocation of the 8" subaqueous irrigation quality water main into the independent utility construction documents defined in section 7.17. 36 PROJECT REQUIREMENTS A-97 16A16 RFP: 16-7011 37 Invoicing Limits Payment for the work accomplished shall be in accordance with Method of Compensation of this contract. 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. 37 INVOICING LIMITS A-98 1 6 A 1 6 7 ® DATE(MM/DD/YYYY) �°►�U CERTIFICATE OF LIABILITY INSURANCE 12E(MM7 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACTNAME: MARSH USA INC. PHONE FAX 1225 17TH STREET,SUITE 1300 (A/C.No.Extl: (A/C,No): DENVER,CO 80202-5534 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# 15114-12345-5EX2P-17-18C 074279 CA INSURER A:Greenwich Insurance Company 22322 INSUREDINSURER B:N/A N/A CH2M HILL,INC. 9191 SOUTH JAMAICA STREET INSURER c:XL Specialty Insurance Company 37885 ENGLEWOOD,CO 80112 INSURER D:Zurich American Insurance Co 16535 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: SEA-003522944-03 REVISION NUMBER: 7 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADDL SUBR POLICY EFF POLICY EXP INSR LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X RGE500025506 05/01/2017 05/01/2018 EACH OCCURRENCE $ 1,500,000 DAMAGE RENTE X PREM SESO(Ea occurreCLAIMS-MADE OCCUR nce) $ 1,500,000 X $500,000 SIR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ 1,500,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 5,000,000 X POLICY PROT LOC PRODUCTS-COMP/OP AGG $ 5,000,000 JEC OTHER: $ A AUTOMOBILE LIABILITY X X RAD500025406 05/01/2017 05/01/2018 COMBINED SINGLE LIMIT $ 2,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS PROPERTY DAMAGE HIRED NON-OWNED (Per accident) $ AUTOS ONLY AUTOS ONLY $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ _ $ C WORKERS COMPENSATION X RWD500025206(AOS) 05/01/2017 05/01/2018 X PERSTATUTE OETH AND EMPLOYERS'LIABILITY RWR500025306 WI 05/01/2017 05/01/2018 1,000,000 C Y/N ( ) E.L.EACH ACCIDENT $ ANYPROPRIETOR/PARTNER/EXECUTIVE V E OFFICER/MEMBEREXCLUDED? N N/A E.L.DISEASE-EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes,describe underE.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below D PROFESSIONAL LIABILITY' EOC382962115 05/01/2017 05/01/2018 Each Claim&Aggregate $2,000,000 Each Policy Period DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:Contract No.16-7011.Design and Related Services for Palm River Boulevard over Palm River Canal Bridge Replacement Project 66066(Bridge Number 034046). Collier County Board of County Commissioners,Board of County Commissioners in Collier County,and Collier County Government are included as an additional insured on the General Liability and Automobile Liability policies as required by written contract or agreement.General Liability include separation of insureds and no cross suits exclusion.Coverage provided by the above General Liability and Auto policies shall be primary and non-contributory and is limited to the liability resulting from the named insured's ownership and/or operations. CERTIFICATE HOLDER CANCELLATION Collier County,Florida SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn:Procurement Services Division THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3327 Tamiami Trail East ACCORDANCE WITH THE POLICY PROVISIONS. Naples,FL 34112-4901 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. i David WilkinsI ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD l 6 A 16 AGENCY CUSTOMER ID: 15114 LOC#: Denver ARD® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED MARSH USA INC. CH2M HILL,INC. 9191 SOUTH JAMAICA STREET POLICY NUMBER ENGLEWOOD,CO 80112 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance General Liability,Auto Liability and Workers'Compensation policies include a Waiver of Subrogation. *For Professional Liability coverage,the aggregate limit is the total insurance available for claims presented within the policy period for all operations of the insured.The limit will be reduced by payments of indemnity and expense. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD I6A16 ENDORSEMENT#004 This endorsement, effective 12:01 a.m., May 1, 2017 forms a part of Policy No. RAD500025406 issued to CH2M HILL COMPANIES, LTD. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED—PRIMARY WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section II A. 1. WHO IS AN INSURED is amended to include: Any entity, person, or organization you are required or have agreed in a contract, permit, access agreement and any other written agreement to provide insurance. This insurance is primary for the entity, person or organization, but only with respect to liability arising out of your work for that insured by or for you. Other insurance afforded to that insured will apply as excess and not contribute as primary to the insurance afforded by this endorsement. However, the insurance provided shall not exceed the scope of coverage and/or limits of this policy. Notwithstanding the foregoing sentence, in no event shall the insurance provided exceed the scope of coverage and/or limits required by said written contract, permit, access agreement.. 0/91.1 (Authorized Representative) MANUS ©2017 X.L. America, Inc. All Rights Reserved. May not be copied without permission. 16A16 ENDORSEMENT#007 This endorsement, effective 12:01 a.m., May 1, 2017 forms a part of Policy No. RAD500025406 issued to CH2M HILL COMPANIES, LTD. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled or non renewed for any statutorily permitted reason or if coverage is materially reduced, or coverage is cancelled for non-payment of premium advanced written notice will be mailed to the person or entity according to the notification schedule shown below: Number of Days Number of Advanced Days Notice of Advanced Cancellation or Notice of Name of Person or Entity Mailing Address: Statutorily for Non- Permitted Payment of Reasons or if Premium Coverage is Materially Reduced Any entity, person or TBA organization where required by any contract, permit or access 60 days 10 days agreement For the purpose of this endorsement, non-renewal shall mean solely non-renewal of the Policy and shall not include expiration or Notice of Conditional Renewal. Material reduction in coverage shall mean, with the Insured's agreement: • policy limits shown in the declarations page get amended; or • change in the deductible or self-insured retention, except where specific contract or project retentions are requested and agreed to by You and Us; or • the application of a new policy exclusion not contemplated at inception except as required per state rules and regulations. All other terms and conditions of the Policy remain unchanged. (Authorized Representative) MANUS ©2017 X.L. America, Inc. All Rights Reserved, May not be copied without permission. I 6 A 16 POLICY NUMBER: RAD500025406 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: CH2M HILL COMPANIES, LTD Endorsement Effective Date: May 1, 2017 SCHEDULE Names)Of Person(s) Or Organization(s): Any person or organization for whom the insured is operating under a written contract or agreement when such contract or agreement requires a waiver of subrogation would also fall within this waiver provision. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 1 6 A16 ENDORSEMENT#026 This endorsement, effective 12:01 a.m., 05-01-2017 forms a part of Policy No.RGE5000255-06 issued to CH2M Hill Companies, Ltd. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled or non renewed for any statutorily permitted reason or if coverage is materially reduced, or coverage is cancelled for non-payment of premium advanced written notice will be mailed to the person or entity according to the notification schedule shown below: Number of Days Number of Advanced Days Notice of Advanced Cancellation or r Notice of Name of Person or Entity Mailing Address: Statutorily for Non- Permitted Payment of Reasons or if Premium Coverage is Materially Reduced Any entity, person or organization where required by any contract, permit or access TBA 60 days 10 days agreement For the purpose of this endorsement, non-renewal shall mean solely non-renewal of the Policy and shall not include expiration or Notice of Conditional Renewal. Material reduction in coverage shall mean,with the Insured's agreement • policy limits shown in the declarations page get amended;or • change in the deductible or self-insured retention,except where specific contract or project retentions are requested and agreed to by You and Us;or • the application of a new policy exclusion not contemplated at inception except as required per state rules and regulations. All other terms and conditions of the Policy remain unchanged. (Authorized Representative) MANUS ©2017 X.L. America, Inc.All Rights Reserved, May not be copied without permission. 1 6A16 ENDORSEMENT#037 This endorsement, effective 12:01 a.m., 05-01-2017 forms a part of Policy No.RGE5000255-06 issued to CH2M Hill Companies, Ltd. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY AUTOMATIC ADDITIONAL INSURED'S PRIMARY COVERAGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART With respect to coverage provided by this endorsement, the provisions of the Coverage Part apply unless modified by this endorsement. SCHEDULE Name Of Additional Insured Person(s)Or Organization Location(s) of Covered Operations Any entity, person or organization you are required by All Locations any contract, permit, access agreement, executed prior to any loss to provide additional insured status under this Policy. A. Section II—Who is an Insured is amended to include as an additional insured the person(s)or Organization (s) shown in the schedule and any other person(s) or organization(s)you are required to add as an additional insured under the contract, permit or access agreement described in the schedule but only with respect to liability for "bodily injury" or "property damage"or"personal and advertising injury caused, in whole or in part by: 1. "Bodily Injury", "property damage" or"personal and advertising injury"caused by your operations on the additional insured's premises; or 2. "Your work"for the additional insured and included in the"products-completed operations hazard"; or 3. Your acts or omissions; or 4. The acts or omissions of those acting on your behalf. As respects 2,3, and 4 the following also applies in the performance of your ongoing operations for the additional insured(s)at the location(s)designated above. MANUS ©2017 X.L. America, Inc. All Rights Reserved. Page 1 of 2 May not be copied without permission. 1 6A16 B. Only when required by a contract, permit or access agreement this insurance applies to: 1. (a) All work on the project including service, maintenance or repairs to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or(b)That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project. 2. "Bodily Injury"or"Property Damage arising out of any act or omission of the additional insured(s) or any of their employees, other than the general supervision of work performed for the additional insured(s) by you. However the following applies to A and B above: The insurance afforded to such additional insured(s) only applies to the extent permitted by law. If coverage provided to the additional insured(s) is required by a contract, permit or access agreement the insurance afforded to such additional insured(s)will not be broader than that which you are required by the contract, permit or access agreement to provide for such additional insured(s). C. Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured(s)whether primary, excess, contingent or on any other basis unless a contract specifically required that this insurance be primary. In the absence of primary wording on the contract, we will agree to providing primary status to the Additional Insured in the event there is a Master Service Agreement with Primary coverage required. When this insurance applies on a primary basis for the additional insureds described above, it shall apply only to"bodily injury", "property damage"or "personal and advertising injury"caused by your work for that additional insured by or for you. Other Insurance afforded to those additional insureds will apply as excess and not contribute as primary to the insurance afforded by this endorsement. The limits of insurance with respect to each person, organization or entity shall not exceed the limits of liability of the named insured. All insuring agreements, exclusions and conditions of this policy apply. In no event, shall the coverage or limits of insurance in this coverage form be increased by such contract, permit or access agreement. All other terms and conditions remain the same. (Authorized Representative) MANUS ©2017 X.L. America, Inc. All Rights Reserved. Page 2 of 2 May not be copied without permission. IbA16 POLICY NUMBER: RGE5000255-06 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization for whom the insured is operating under a written contract or agreement when such contract or agreement requires a waiver of subrogation. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 16 Endorsement# I Notification to Others of Cancellation Electronic Schedule ZURICH Policy No. Eff.Date of Pol. Exp.Date of Pol. Eff.Date of End. Producer Add'I Prem. Return Prem. EOC 3829621-15 05/01/2017 05/01/2018 05/01/2017 29253000 -- -- Named Insured and Mailing Address: Producer: CH2M Hill Companies, Ltd. Marsh USA, Inc. 9191 S Jamaica St 1225 17th St Ste#2100 Englewood CO 80112-5946 Denver CO 80202-5521 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided by the following: Architects and Engineers Professional Liability Policy—Claims Made and Reported Coverage In consideration of the premium already charged,we agree with you,subject to all terms,exclusions,and conditions of the policy that: A. If we cancel this policy by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule provided to us by the first "Named Insured". Such schedule: a. Must be initially provided to us within 15 days: (1) After the beginning of the policy period shown in the Declarations;or (2) After this endorsement has been added to the policy; b. Must contain the names and addresses of only the persons or organizations requiring notification that this Policy has been cancelled; c. Must be in an electronic format that is acceptable to us;and (I. Must be accurate. Such Schedule must be updated and provided to us, by the first "Named Insured", during the policy period. Such updated Schedule must comply with paragraphs b.,c.,and d.above. 2. At least thirty(30)days prior to the effective date of the cancellation,as advised in our notice to the first Named Insured,or the longer number of days notice if indicated in the Schedule provided to us. B. Our notification, as described in Paragraph A. of this endorsement, will be based on the most recent Schedule provided to us by the first"Named insured"as of the date the notice of cancellation is mailed. C. Proof of mailing will be sufficient proof that we have complied with Paragraph A.of this endorsement. We arc not responsible for the accuracy, integrity, timeliness and validity of information contained in the Schedule provide to us as described in Paragraphs A.of this endorsement. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. U-GL-113-A CW (04/90) Page 1 of 2 1 6A16 WORKERS'COMPENSATION AND EMPLOYERS'LIABILITY INSURANCE POLICY WC 04 03 06(Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-- CAUFORNIA This endorsement changes the policy to which it Is attached effective on the inception date of the policy unless a different date is indicated below. (rhe following"attaching clause need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on May 1,2017 at 12:01 A.M.standard time,forms a part of Policy No.RWD5000252-06 Endorsement No. of the XL Specialty insurance Company (NAME OF INSURANCE COMPANY) issued to CH2M Hill Companies,Ltd. Premium(if any)$included Authorized Represenla4ve We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 °A of the California workers' compensation premium otherwise due on such remuneration, Schedule Where required by written agreement signed prior to loss. INC 252(4-84) wC 04 03 06(Ed.484) page 1 o!1 1 6 A16 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 77 (Ed. 0515) NOTICE OF REDUCTION OTDES DESION,IGNATED PERSONS OR ORGANIZATIONS AL OR MATERIAL E The following is added to PART SIX—CONDITIONS: Notice Of Cancellation, Nonrenewal Or Material Coverage Reduction To Designated Persons Or Organizations If we cancel or non-renew this policy for any reason other than non-payment of premium by you, we will provide notice of such cancellation or non-renewal to each person or organization designated in the Schedule below. We will mail or losorganization before thece to each rson or cancellation orlno�nenewalat its listed address to take effecthe number of days shown for that person In the event of a change that materially reduces or restricts the coverage afforded by this policy, other than reduction of limits of liability through payment of claims,we will provide notice of such coverage reduction to each person or organization designated in the Schedule below. We will mail or deliver such notice to each person or organization at its listed address the number of days shown for that person or organization before the reduction is to take effect. You are responsible for providing us with the information necessary to accurately complete the Schedule below. If we cannot mail or deliver a notice of cancellation, nonrenewal or material reduction in coverage to a designated person or organization because the name or address of such designated person or organization provided to us is not accurate or complete, we have no responsibility to mail, deliver or otherwise notify such designated person or organization of the cancellation, nonrenewal or reduction. SCHEDULE Name and Address of Designated Persons or Organizations: Number of Days Notice Any entity, person or organization where required by contract, permit 60 or access agreement. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No.: RWD5000252-06 Endorsement No. Premium:$ Included Insured: CH2M Hill Companies, Ltd. ; ldT-•-- Insurance Company XL Specialty Insurance Company Countersigned By: WC 99 06 77Pa e 1 of 1 Ed. 0515 ©2015 XL. America, Inc. All Rights Reserved. 9 May not be copied without permission Detail by Entity Name Page 1 of 3 16A1b Florida Department of State DIVISION OF CORPORATIONS � •�� �' t �f.` } t � `�� Itis • i. Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Foreign Profit Corporation CH2M HILL ENGINEERS, INC. Filing Information Document Number F04000000108 FEI/EIN Number 32-0100027 Date Filed 01/07/2004 State DE Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 08/29/2007 Event Effective Date NONE Principal Address 9191 S. JAMAICA STREET ENGLEWOOD, CO 80112 Changed: 04/10/2017 Mailing Address 9191 S.JAMAICA ST. ATTN: TAX ENGLEWOOD, CO 80112 Changed: 04/27/2009 Registered Agent Name&Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND RD PLANTATION, FL 33324 Name Changed: 02/28/2007 Address Changed: 02/28/2007 Officer/Director Detail Name&Address Title SEC HILTY, SARAH K 9191 S JAMAICA ST ENGLEWOOD, CO 80112 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 11/1/2017 Detail by Entity Name Paget of 3 A 16 Title VP/TRES MATHEWS, STEVEN 9191 S.JAMAICA ST. ENGLEWOOD, CO 80112 Title VP LYON, DAVINIA J 9191 S. JAMAICA ST. ENGLEWOOD, CO 80112 Title Director MCINTYRE, GREGORY T 9191 S.JAMAICA ST. ENGLEWOOD, CO 80112 Title VICE PRESIDENT POWELL, WILLIAM M 10123 ALLIANCE RD.,#300 CINCINNATI, OH 45242 Title Asst. Secretary RIMAS, CHERYL JETT 9191 S.JAMAICA ST. ENGLEWOOD, CO 80112 Title ASSISTANT VICE PRESIDENT AHMAD,ADAM 5801 PELICAN BAY BLVD,#505 NAPLES, FL 34108 Title PRESIDENT, DIRECTOR SUTTON, MATHEW 9191 S.JAMAICA ST. ENGLEWOOD, CO 80112 Annual Reports Report Year Filed Date 2015 04/20/2015 2016 04/19/2016 2017 04/10/2017 Document Images 04/10/2017--ANNUAL REPORT View image in PDF format 04/19/2016--ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 11/1/2017 1 0A16 Detail by Entity Name Page 3 of 3 04/30/2015--AMENDED ANNUAL REPORT View image in PDF format 04/20/2015—ANNUAL REPORT View image in PDF format 10/22/2014—AMENDED ANNUAL REPORT View image in PDF format 04/17/2014--ANNUAL REPORT View image in PDF format 04/22/2013—AMENDED ANNUAL REPORT View image in PDF format 02/15/2013—ANNUAL REPORT View image in PDF format 04/18/2012—ANNUAL REPORT View image in PDF format 04/25/2011--ANNUAL REPORT View image in PDF format 04/08/2010--ANNUAL REPORT View image in PDF format 04/27/2009—ANNUAL REPORT View image in PDF format 04/23/2008—ANNUAL REPORT View image in PDF format 08/29/2007--Name Change View image in PDF format 05/04/2007--ANNUAL REPORT View image in PDF format 02/28/2007--Req.Agent Change View image in PDF format 04/27/2006—ANNUAL REPORT View image in PDF format 03/28/2005--ANNUAL REPORT View image in PDF format 01/07/2004--Foreign Profit View image in PDF format Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 11/1/2017 1 6A16 • SECRETARY CERTIFICATE I, Cheryl Rimas, Assistant Secretary of CH2M HILL Engineers, Inc., hereby certify that Niel H. Postlethwait, P.E. is Designated Manager of CH2M HILL Engineers, Inc., and has been granted authority in accordance with our Signature Authority Policy to execute documents on behalf of the company. Dated this 14th day of December, 2017. r i Cheryl Rimas, sistant Secretary `S `tL t. ;-- 4it State of Colorado ‘ki,,BAR __='� County of Douglas Subscribed and sworn to before me by Cheryl Rimas this 14th day of December, 2017. ( .14 I C,„. ..----e Nota ublic 1 JULIE T ARNOLD I i Notary Public 0 1 State of Colorado Notary ID 19984008241 0 J My Commission Expires Mar 23,2018 t