Loading...
Agenda 05/08/2018 Item #16A1405/08/2018 EXECUTIVE SUMMARY Recommendation to award Agreement # 16-6700 for "Professional Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project (Bridge Number 030184)" to Cardno Inc., in the amount of $271,565.59 (Project No. 66066). OBJECTIVE: To obtain professional engineering design and related services for the repair and rehabilitation of the Stan Gober Memorial Bridge to maintain a safe and reliable transportation route. CONSIDERATIONS: Staff considered bridge inspection reports and condition letters received from the Florida Department of Transportation (FDOT) detailing deficiencies concerning the Stan Gober Memorial Bridge (Bridge No. 030184) in determining the need to make repairs. On January 10, 2017, the Board approved the selection committee’s recommended ranking of Cardno, Inc., as the top ranked consulting firm for this project and directed staff to begin negotiating an agreement for the Board’s future consideration. On February 14, 2018, staff finalized negotiations with Cardno Inc. on this project. Under the terms of the agreement, Cardno will provide the County with the construction plans and specifications to make the necessary repairs to the bridge, as well as providing post design services. The project includes lump sum design services in the amount of $248,525.19, as well as post design services compensated on a time and material basis in a not to exceed amount of $23,040.40, for a total estimated project cost of $271,565.59. During design, staff will continue to monitor the condition of the bridge and take additional temporary measures, if necessary, to maintain the serviceability of the structure until it is refurbished. FISCAL IMPACT: Funds in the amount of $271,565.59 are budgeted in the Gas Tax Fund (313). Approval of this item will not have an impact on operational and maintenance costs. The completed project can be expected to reduce the regular operational and maintenance costs for the next 5 to 7 years. Thereafter, costs for maintaining the structure will be absorbed into the regular maintenance schedule. GROWTH MANAGEMENT IMPACT: The project is in conformance with the goals and objectives of the Transportation Element of the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT RECOMMENDATIONS: To award Agreement # 16-6700, “Professional Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project (Bridge Number 030184)” in the amount of $271,565.59 to Cardno Inc., and authorize the Chairman to sign the attached agreement. Prepared by: Mario A. Puente, P.E., Sr. Project Manager, Transportation Engineering Division ATTACHMENT(S) 1. [Linked] 16-6700 Cardno_Contract_VendSign (PDF) 16.A.14 Packet Pg. 634 05/08/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.14 Doc ID: 5255 Item Summary: Recommendation to award Agreement 16-6700 for "Professional Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project (Bridge Number 030184)" to Cardno Inc. in the amount of $271,565.59. Project No. 66066 Meeting Date: 05/08/2018 Prepared by: Title: – Transportation Engineering Name: Mario Puente 03/29/2018 11:39 AM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 03/29/2018 11:39 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 03/29/2018 12:00 PM Growth Management Department Marlene Messam Additional Reviewer Completed 03/29/2018 1:05 PM Procurement Services Sandra Herrera Additional Reviewer Completed 03/29/2018 4:57 PM Growth Management Department Lisa Taylor Additional Reviewer Completed 04/03/2018 9:28 AM Procurement Services Ted Coyman Additional Reviewer Completed 04/04/2018 4:52 PM Procurement Services Swainson Hall Additional Reviewer Completed 04/04/2018 11:24 PM Growth Management Department Gene Shue Additional Reviewer Completed 04/05/2018 9:59 AM Growth Management Department Diane Lynch Level 1 Reviewer Completed 04/10/2018 9:50 AM Procurement Services Evelyn Colon Additional Reviewer Completed 04/10/2018 10:06 AM Road Maintenance Travis Gossard Additional Reviewer Completed 04/11/2018 10:11 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 04/12/2018 1:36 PM Growth Management Department James French Deputy Department Head Review Skipped 04/13/2018 2:00 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 04/16/2018 8:38 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 04/16/2018 9:59 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 04/16/2018 1:46 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 04/19/2018 2:15 PM 16.A.14 Packet Pg. 635 05/08/2018 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 04/30/2018 8:03 AM Board of County Commissioners MaryJo Brock Meeting Pending 05/08/2018 9:00 AM 16.A.14 Packet Pg. 636 PROFESSIONAL SERVICES AGREEMENT Contract # 16-6700 for Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.15, Bridge Number 030184 " ❑■ CCNA ❑ NON-CCNA THIS AGREEMENT is made and entered into this day of 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") and Cardno Inc. , authorized to do business in the State of Florida, whose business address is 380 Park Place Boulevard, Suite 300, Clearwater, Florida 33759 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning Design and Related Services for Stan Gober Memorial Bridge Repair/ Rehabilition Project Project Number 66066.2, Bridge Number 030184 (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. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to COUNTY professional services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the COUNTY for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other Page 1 of 32 PSA Single Project Agreement 2017.010 Ver.1 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 the COUNTY. 1.5. CONSULTANT designates Ananda Kelley. PE a qualified licensed professional to serve as the CONSULTANT's project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without the COUNTY's prior written approval, and if so removed must be immediately replaced with a person acceptable to the COUNTY. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from the COUNTY to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to the COUNTY. 1.7. The CONSULTANT represents to the COUNTY that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the COUNTY's review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a) -(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Page 2 of 32 PSA Single Project Agreement 2017.010 Ver.l 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 agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 1.8. In the event of any conflicts in these requirements, the CONSULTANT shall notify the COUNTY of such conflict and utilize its best professional judgment to advise the COUNTY regarding resolution of each such conflict. The COUNTYS approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.9. The COUNTY reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to CONSULTANT's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the COUNTY reserves the right to make sole determination regarding deductions. After notification of deficiency, if the CONSULANT fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the CONSULTANT. The COUNTY may also deduct or charge the Page 3 of 32 PSA Single Project Agreement 2017.010 Ver.l CONSULTANT for services and/or items necessary to correct the deficiencies directly related to the CONSULTANT's non-performance whether or not the COUNTY obtained substitute performance. 1.10. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without the COUNTY's prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide the COUNTY prompt written notice of any such subpoenas. 1.11. As directed by the COUNTY, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK (Real - Time Kinematic) GPS Network as provided by the COUNTY. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge -of -pavement - EOP, etc.), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT 2.1. If authorized in writing by the COUNTY through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in the COUNTY's Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by the COUNTY as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. the COUNTY will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If the COUNTY determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to the COUNTY of the emergency within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT's right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: Page 4 of 32 PSA Single Project Agreement 2017.010 Ver.1 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. 22, Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, the COUNTY's schedule or character of construction, and revising studies, reports, design documents or Contract Documents previously accepted by the COUNTY when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT's control and fault. 2.4. Providing renderings or models for the COUNTY's use. 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 the COUNTY 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 the COUNTY, other than visits to the Project site or the COUNTY'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 the COUNTY in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2,10. 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 THE COUNTY'S RESPONSIBILITIES 3.1. The COUNTY shall designate in writing a project manager to act as the COUNTY's representative with respect to the services to be rendered under this Agreement thereinafter referred to as the "Project Manager") The Project Manager shall have authority to transmit instructions, receive information, interpret and define the COUNTY's policies and decisions with respect to CONSULTANT's services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever - Page 5 of 32 PSA Single Project Agreement 2417.010 Vey t 3.2. a. The scope of services to be provided and performed by the CONSULTANT hereunder; b. The time the CONSULTANT is obligated to commence and complete all such services; or c. The amount of compensation the COUNTY is obligated or committed to pay the CONSULTANT. The Project Manager shall: a. Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; b. Provide all criteria and information requested by CONSULTANT as to the COUNTY's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary iimitations, c. Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT's disposal all available information in the COUNTY's possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; d. Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and e, Provide notice to CONSULTANT of any deficiencies or defects discovered by the COUNTY with respect to the services to be rendered by CONSULTANT hereunder. ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from the COUNTY for all or any designated portion of the Project and shail be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the COUNTY, fires, floods, epidemics, quarantine regulations, strikes or lock -outs, then CONSULTANT shall notify the COUNTY in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT's services from any cause whatsoever, including those for which the COUNTY may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from the COUNTY. CONSULTANT's sole remedy against the COUNTY will be the right to seek an extension of time rragU 6 (if 32 PSA Single Project Agreement 2017.010 Var.] to its schedule provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT's compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the COUNTY hereunder, the COUNTY at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the COUNTY's satisfaction that the CONSULTANT's performance is or will shortly be back on schedule. 4.5. In no event shall any approval by the COUNTY authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by the COUNTY to CONSULTANT be deemed a waiver of any right or claim the COUNTY may have against CONSULTANT for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the COUNTY for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the COUNTY to the CONSULTANT; and, as a business practice there are no hourly or material invoices presented, rather, the CONSULTANT must perform to the satisfaction of the COUNTY's Project Manager before payment for the fixed price contract is authorized. Time and Materials: The COUNTY agrees to pay the contractor for the amount of labor time spent by the CONSULTANT's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark-up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. ❑ Grant Funded: The hourly rates as set forth and identified in Schedule Page 7 of 32 PSA Single Project Agreement 2017.010 Ver.I B, which is attached hereto, are for purposes of providing estimate(s), as required by the grantor agency. ARTICLE SIX THE OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by the COUNTY, CONSULTANT shall deliver to the COUNTY copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). The COUNTY shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to the COUNTY the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring the COUNTY to pay any additional compensation, CONSULTANT hereby grants to the COUNTY a nonexclusive, irrevocable license in all of the Project Documents for the COUNTY's use on this Project. CONSULTANT warrants to the COUNTY that it has full right and authority to grant this license to the COUNTY. Further, CONSULTANT consents to the COUNTY's use of the Project Documents to complete the Project following CONSULTANT's termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges the COUNTY may be making Project Documents available for review and information to various third parties and hereby consents to such use by the COUNTY. ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. The COUNTY, or any duly authorized agents or representatives of the COUNTY, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall defend, indemnify and hold harmless the COUNTY, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce Page 8 of 32 PSA Single Project Agreement 2017.010 Ver.l any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 8.1.1. The duty to defend under this Article 8 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the CONSULTANT, the COUNTY and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to CONSULTANT. The CONSULTANT's obligation to indemnify and defend under this Article 8 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the COUNTY or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2. All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3. All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests' provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against the COUNTY for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project, and the "Other Insurance provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by the COUNTY applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. Page 9 of 32 PSA Single Project Agreement 2017.010 Ver.1 9.4. CONSULTANT, its subconsultants and the COUNTY shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by the COUNTY, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT's own staff, unless otherwise authorized in writing by the COUNTY. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the COUNTY. No provision of this Agreement shall, however, be construed as constituting an agreement between the COUNTY and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the COUNTY beyond such as may then otherwise exist without regard to this Agreement. 10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. All personnel, identified in Schedule F shall not be removed or replaced without the COUNTY's prior written consent. 10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the COUNTY. Each subconsultant or subcontract agreement shall preserve and protect the rights of the COUNTY under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the sub consulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub- subconsultants or sub -subcontractors. 10.4. CONSULTANT acknowledges and agrees that the COUNTY is a third -party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between the COUNTY and any subconsultant or subcontractor. Further, all such contracts shall Page 10 of 32 PSA Single Project Agreement 2017.010 VerA provide that, at the COUNTY's discretion, they are assignable to the COUNTY upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT's acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against the COUNTY arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT's services nor payment by the COUNTY shall be deemed to be a waiver of any of the COUNTY's rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for the COUNTY to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT's failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT's failure to properly and timely perform the services to be provided hereunder or as directed by the COUNTY, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT's principals, officers or directors, or (d) CONSULTANT's failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT's failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The COUNTY may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that the COUNTY otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against the COUNTY shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. The COUNTY shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against the COUNTY shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against the COUNTY, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. Page 11 of 32 PSA Single Project Agreement 2017.010 Ver.1 12.4. Upon termination and as directed by the COUNTY, the CONSULTANT shall deliver to the COUNTY all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Article 6, that are in CONSULTANT's possession or under its control. 12.5. The COUNTY shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6. In the event (i) the COUNTY fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) the COUNTY otherwise persistently fails to fulfill some material obligation owed by the COUNTY to CONSULTANT under this Agreement, and (ii) the COUNTY has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after giving THE COUNTY a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to the COUNTY of CONSULTANT's intent to terminate this Agreement. If the COUNTY does not cure its default within fourteen (14) days after receipt of CONSULTANT's written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the COUNTY, terminate the Agreement and recover from the COUNTY payment for Services performed through the termination date, but in no event, shall CONSULTANT be entitled to payment for Services not performed or any other damages from the COUNTY. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. ❑■ CCNA Projects: 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 adjusted to exclude any significant sums by which the COUNTY determines the Agreement price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. Page 12 of 32 PSA Single Project Agreement 2017.010 Ver.I ARTICLE FOURTEEN CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the COUNTY shall be in writing and shall be delivered by hand, email, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following the COUNTY's address of record: Board of County Commissioners for Collier County, Florida Division Director: Jay Ahmad Division Name: Transportation Engineering & Construction Management Address: 2885 South Horseshoe Drive Naples, Florida 34104 Administrative Agent/PM: Mario Puente, Senior Project Manager Telephone: 239-252-5828 E-Mail(s): mario.puente@colliercountyfl.gov 16.2. All notices required or made pursuant to this Agreement to be given by the COUNTY to the CONSULTANT shall be made in writing and shall be delivered by hand, email or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT's address of record: Company Name: Cardno, Inc. Address: 380 Park Place Boulevard, Suite 300 Clearwater, Florida 33759 Authorized Agent: Ananda Kelley, PE Attention Name & Title: Project Manager Telephone: 737-531-3505 E-Mail(s): ananda.kelley@cardno.com Page 13 of 32 PSA Single Project Agreement 2017.010 Ver.l 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing the COUNTY, shall promote the best interests of the COUNTY and assume towards the COUNTY a duty of the highest trust, confidence, and fair dealing. 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of the COUNTY. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE FE -1 Schedule E CCNA Projects: TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL Schedule G Other: Solicitation # 16-6700 including all Attachment(s), Exhibit(s) & Addendum Consultant's Proposal Page 14 of 32 PSA Single Project Agreement 2017.010 Ver.l 17.10. ❑ Grant Funded Projects: In the event of any conflict between or among the terms of any of the Contract Documents and/or the COUNTY's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Grant Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the CONSULTANT at the COUNTY's discretion. 17.11. Applicability. Sections corresponding to any checked box expressly apply to the terms of this Agreement. ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. ❑■ At the time this Agreement is executed, CONSULTANT shall sign and deliver to the COUNTY the Truth -In -Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT's compensation shall be adjusted to exclude any sums by which the COUNTY determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by the COUNTY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be Page 15 of 32 PSA Single Project Agreement 2017.010 Ver.l 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 the COUNTY's staff person who would make the presentation of any settlement reached during negotiations to the COUNTY for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by the COUNTY's staff person who would make the presentation of any settlement reached at mediation to the COUNTY's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE 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 seg. 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. (signature page to follow) Page 16 of 32 PSA Single Project Agreement 2017.010 Ver.1 IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement the day and year first written above. ATTEST: Dwight E. Brock, Clerk By: Date: Approved as to Form and Legality: County Attorney Name Consultant's Witnesses: Witness 7ors� �2 fcE , {►vi Name and Title K Name and Title BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY. FLORIDA, By, Andy Solis Esq. , Chairman Consultant: Cardno. Inc. By. �4r147Z- Na nd Title Page 17 of 32 PSA Single ftAgt=nmt 2017,010 Ver I 0 SCHEDULE A SCOPE OF SERVICES ❑following this page containing 73 page(s) Page 18 of 32 PSA Single Project Agreement 2017 010 Ver.I FEBRUARY 2018 EXHIBIT A SCOPE OF SERVICES •C DESIGN AND RELATED SERVICES FOR STAN GOBER MEMORIAL BRIDGE REPAIR/REHABILITATION PROJECT PROJECT NUMBER 66066 INCLUDING BRIDGE NUMBER: 030184 RPF NUMBER 16-6700 1 PURPOSE...................................................................................................................4 2 PROJECT DESCRIPTION.......................................................................................... 6 3 PROJECT COMMON AND PROJECT GENERAL TASKS ..................................... 21 4 ROADWAY ANALYSIS............................................................................................ 29 5 ROADWAY PLANS.................................................................................................. 31 6 DRAINAGE............................................................................................................... 33 7 UTILITIES................................................................................................................. 34 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES ...................... 36 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS. 40 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT ............................................. 42 11 STRUCTURES - TEMPORARY BRIDGE................................................................. 43 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE ........................................... 44 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE ......................................... 45 14 STRUCTURES - STRUCTURAL STEEL BRIDGE ................................................... 49 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE ............................................ 50 16 STRUCTURES - MOVABLE SPAN.......................................................................... 51 17 STRUCTURES - RETAINING WALLS..................................................................... 52 18 STRUCTURES - MISCELLANEOUS........................................................................ 53 19 SIGNING AND PAVEMENT MARKING ANALYSIS ................................................ 54 20 SIGNING AND PAVEMENT MARKING PLANS ...................................................... 55 21 SIGNALIZATION ANALYSIS................................................................................... 56 22 SIGNALIZATION PLANS......................................................................................... 57 23 LIGHTING ANALYSIS.............................................................................................. 58 24 LIGHTING PLANS....................................................................................................59 25 LANDSCAPE ARCHITECTURE ANALYSIS............................................................ 60 26 LANDSCAPE ARCHITECTURE PLANS.................................................................. 61 27 SURVEY................................................................................................................... 62 28 PHOTOGRAMMETRY..............................................................................................63 29 MAPPING................................................................................................................. 64 30 TERRESTRIAL MOBILE LIDAR.............................................................................. 65 31 ARCHITECTURE DEVELOPMENT.......................................................................... 66 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE.... 67 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS ................................... 68 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS ......................................... 69 A-2 35 GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING ......................... 70 36 PROJECT REQUIREMENTS................................................................................... 71 37 INVOICING LIMITS................................................................................................... 73 A-3 SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES BRIDGE/STRUCTURAL AND HIGWAY DESIGN Collier County Project Number: 66066 Description: Design and Related Services for Repair/Rehabilitation of the Stan Gober Memorial Bridge in Collier County, Florida. [CR -92 / San Marco Road over Marco Channel] Bridge Number: 030184 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 Major work groups include: Group 4.1 - Miscellaneous Structures and Minor Bridge Design Minor work mix/groups may include but are not limited to: Group 3.1 - Minor Highway Design, Group 7.1 - Signing; Pavement Marking and Channelization and Group 9 - Soil Exploration, Materials Testing and Foundations. The Firms submitting as the PRIME CONSULTANT at a minimum must be pre- qualified through the Florida Department of Transportation (FDOT) in the following work groups: Group 4.1 — Miscellaneous Structures and Minor Bridge Design 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. 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 1 PURPOSE A-4 RFP: 16-6700 contract, and also indicate which items of work will be the responsibility of the CONSULTANT and/or the COUNTY. The CONSULTANT shall be aware that as a project is developed, certain modifications and/or improvements to the original concepts may be required. The CONSULTANT shall 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 RFP: 16-6700 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 repair/rehabilitate existing bridge number 030184 in Collier County, Florida. [CR -92 / San Marco Road over Marco Channel]. The primary objective of this project is to address/repair all deficiencies identified in the 2017-03-28 FDOT Bridge Inspection Report (BIR) [Inspection date: 2017-02-08] per all applicable codes, guidelines, regulations, permitting agency requirements, etcetera. Note navigational lighting deficiency repair work is excluded from the Scope of Services of this contract. The following additional documents/reports are available upon request and will be provided for information only. The information/recommendations provided in these documents/reports do not define the scope of services for this project/contact: • "Final Bridge Deck Assessment and Recommendation Report for the Stan Gober Memorial Bridge," developed by Cardno TBE (dated August 2014). • "Final Condition Assessment and Recommendation Report," dated December 2007. • FDOT Bridge Inspection Reports from previous years. The CONSULTANT shall communicate, coordinate and work with FDOT inspection personnel (or their representatives), as required, before, during and after any bridge inspections to be conducted on bridge number 030184 during this contract. As part of the contract base fee and Scope of Services defined herein, the CONSULTANT will conduct a full evaluation of the bridge to observe and report the condition of the complete structure and provide repair/rehabilitation recommendation options to be considered for inclusion in the Construction Contract Documents as approved by the COUNTY. All evaluations and recommendations relative to underwater conditions will be made on the basis of information available in the latest Underwater Inspection Report included as part of the 2017-03-28 FDOT Bridge Inspection Report, prior FDOT BIRs and previously developed bridge studies/reports/documentation, as applicable. No further underwater inspections will be performed as part of the Scope of Services for this contract. As part of the full evaluation of the bridge, the CONSULTANT will evaluate and provide recommendations for the channel. While channel repairs/improvements are not anticipated for this project, if determined necessary during the evaluation, the 2 PROJECT DESCRIPTION A-6 RFP: 16-6700 CONSULTANT shall provide additional services to incorporate channel repairs/improvements into the design at the request of the COUNTY. These services are considered Optional Services if requested by the County. Fees for these services are not included in the negotiated contract fees. If these services 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. As part of the base contract fee and Scope of Services, deficiencies identified during the full evaluation of the bridge that are similar in type to those identified in the FDOT BIR, but not noted therein, will be included in the repair/rehabilitation contract documents as approved by the COUNTY. Fees for bearing repairs are addressed in Section 13.54. If deficiencies are observed during the full evaluation of the bridge that are neither identified within, nor similar in type to, those identified in the FDOT BIR, the CONSULTANT shall contact the COUNTY immediately. All deficiencies and repair/rehabilitation recommendation options will be documented in a comprehensive bridge evaluation and recommendation report to be discussed during the Phase I meeting. The CONSULTANT will coordinate with the COUNTY at that time to determine an appropriate plan of action for each deficiency. The CONSULTANT shall also identify, evaluate and recommend potential upgrades/improvements that will extend the useful service life of the structure and mitigate future deterioration. The CONSULTANT shall incorporate all COUNTY approved mitigation features into the design. The project will begin just west of the Stan Gober Memorial Bridge (No. 030184) and end just to the east of the bridge. Additional project related environmental mitigation improvements outside of the contractual project limits may be identified during project development. The CONSULTANT shall provide additional services to incorporate these improvements into the design at the request of the COUNTY. These scope items 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. In general, the CONSULTANT will be required to obtain or produced all permits, studies and reports necessary to design the project and deliver the final deliverables. The CONSULTANT shall develop Maintenance of Traffic (MOT) plans as required for the project. Note: The negotiated contract fees and this Scope of Services do not include provisions for full depth deck replacement. If full depth deck replacement is 2 PROJECT DESCRIPTION A-7 V;ftm- 1*11I1] determined necessary and the associated design services 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. 2.1 Project General and Roadway (Activities 3, 4, and 5) Public Involvement: Please see Section 3.1 for details. Other Agency Presentations/Meetings: 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: Not applicable. Risk Assessment Workshop: Not applicable. Plan Type: The CONSULTANT shall provide all plans and details necessary for construction of the project described herein. The CONSULTANT is expected to follow all design criteria and processes provided in the latest version of the FDOT Plans Preparation Manual (PPM). Deviations from the criteria and processes provided in the PPM must be approved by the COUNTY in writing. Typical Section: Existing conditions to remain. The posted speed limit is: CR-92/San Marco Road - 45mph The desired design speed is: The intent of the project is to maintain or improve the existing roadway conditions. The CONSULTANT shall notify the COUNTY if any conditions are created by the proposed repairs that will alter the existing design speed or roadway conditions. Pavement Design: The CONSULTANT shall provide all pavement designs required for the project. Pavement Type Selection Report(s): As required. Cross Slope: The CONSULTANT shall evaluate any necessary modifications to cross slopes of existing pavement to be retained as part of this project, as required. Access Management Classification: To be coordinated with the COUNTY as 2 PROJECT DESCRIPTION A-8 RFP: 16-6700 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 Scope of Services. The CONSULTANT should review the project location to determine if a Design Variation or Exception is necessary to meet FDOT design standards. The CONSULTANT shall submit requests for Design Variations and/or Exceptions approval to the COUNTY as soon as possible to minimize potential schedule delays. The CONSULTANT shall coordinate these requests with the COUNTY's Project Manager. Back of Sidewalk Profiles: As required. 2.2 Drainage (Activities 6a and 6b) As required. 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-9 RFP: 16-6700 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) As required. Negotiated fee does not include Utility Coordination services for a full depth bridge deck replacement. 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 distribution of minutes/action items expedient follow-up on all unresolved coordination meetings, keeping and of all utility meetings, and ensuring issues. Distributing all plans, conflict matrixes and changes to affected utility owners and making sure this information is properly coordinated and documented. 2 PROJECT DESCRIPTION A-10 RFP: 16-6700 Identifying and coordinating the completion of any COUNTY or utility owner agreement that is required for reimbursement, or accommodation of the utility facilities associated with the project. Review and certify to the COUNTY's Project Manager that all Utility Work Schedules are correct and in accordance with the COUNTY's standards, policies, and procedures. 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 as defined herein. See Activity 8 for details. The CONSULTANT is responsible for all permit coordination and revisions necessary to obtain the required permits as defined herein. See Activity 8 for details. 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 for repair/rehabilitation and improvement of the bridge as defined herein. Please see section 2.1 for typical section requirements. Type of Bridge Structure Work: 2 PROJECT DESCRIPTION A-11 RFP: 16-6700 ■ Medium Span Concrete Retaining Walls: Not applicable. Noise Barrier Walls: Not applicable. Miscellaneous: The CONSULTANT shall provide all necessary design services for repair/rehabilitation and improvement of any miscellaneous structures as defined herein. 2.6 Signing and Pavement Markings (Activities 19 & 20) The CONSULTANT shall provide all design services and deliver construction documents for all signing and pavement markings required for the project. 2.7 Signalization (Activities 21 & 22) Intersections: Not applicable. Traffic Data Collection: Not applicable. Traffic Studies: Not applicable. Count Stations: Not applicable. Traffic Monitoring Sites: Not applicable. 2.8 Lighting (Activities 23 & 24): Not applicable. 2.9 Landscape Architecture (Activities 25 & 26): Not applicable. 2.10 Survey (Activity 27): Not applicable. 2.11 Photogrammetry (Activity 28): Not applicable. 2.12 Mapping (Activity 29): Not applicable. 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 and Construction Materials Testing (Activity 35): Not applicable. 2.18 Project Schedule 2 PROJECT DESCRIPTION A-12 RFP: 16-6700 Within ten (10) days after the Notice -To -Proceed, and prior to the CONSULTANT beginning work, the CONSULTANT shall provide a detailed project activity/event schedule for COUNTY and CONSULTANT scheduled activities required to meet the current COUNTY Production Date. The schedule shall be based upon the durations and schedule indicated in the CONSULTANT's solicitation proposal and the information provided herein. The CONSULTANT shall allow for up to a four (4) week review time for each phase submittal and any other submittals as appropriate. The schedule shall indicate all required submittals. The schedule shall include a Phase I submittal meeting to discuss the results of the observations and evaluations/tests conducted and the recommended rehabilitation options. The preferred rehabilitation options must be approved by the COUNTY prior to the CONSULTANT beginning development of the Phase II submittal documents. 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. All documents shall be developed and submitted in accordance with the latest edition of the FDOT Plans Preparation Manual unless otherwise directed by the COUNTY in writing. All documents shall be digitally sealed in accordance with the latest editions of the FDOT Plans Preparation Manual and FDOT CADD Manual unless otherwise directed by the COUNTY in writing. Each submittal shall include one (1) digital copy of all documents required for 2 PROJECT DESCRIPTION A-13 RFP: 16-6700 the submittal as defined herein. Method of delivery must be preapproved by the COUNTY. In addition to the delivery of the files produced during the course of project development, the COUNTY requires the inclusion of Engineering Data files (prepared by or for the CONSULTANT) for critical geometrics in the design. These can include the alignments, profiles, cross sections, surfaces, 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. The Consultant shall submit one (1) electronic copy of the draft comprehensive bridge evaluation and recommendation report four (4) weeks prior to the Phase I Meeting. This submittal shall also include, but not be limited to, the following: the Reinforced Concrete Corrosion and Deficiency Evaluation and Recommendation Report, the Asbestos Containing Materials (ACM) Survey results and associated supporting documentation, and all other applicable observations, tests, reports, assessments, etc. to be considered for inclusion in the development of Phase II submittal documents. Approximately two (2) weeks after the Phase I Meeting, the Consultant shall submit one (1) electronic copy of the final comprehensive bridge evaluation and recommendation report reflecting the final plan of action chosen to address each deficiency. 2.20 Provisions for Work All work shall be prepared with English units in accordance with the latest editions of standards and requirements utilized by the FDOT and the COUNTY which include, but are not limited to, publications such as: General o Title 29, Part 1910, Standard 1910.1001, Code of Federal Regulations (29 C.F.R. 1910.1001) — Asbestos Standard for Industry, U.S. Occupational Safety and Health Administration (OSHA) 0 29 C.F.R. 1926.1101 —Asbestos Standard for Construction, OSHA 0 40 C.F.R. 61, Subpart M - National Emission Standard for Hazardous Air Pollutants (NESHAP), Environmental Protection Agency (EPA) 0 40 C.F.R. 763, Subpart E — Asbestos -Containing Materials in Schools, EPA 0 40 C.F.R. 763, Subpart G — Asbestos Worker Protection, EPA o Americans with Disabilities Act (ADA) Standards for Accessible Design o AASHTO —A Policy on Design Standards Interstate System o AASHTO — Roadside Design Guide o AASHTO — Roadway Lighting Design Guide o AASHTO —A Policy for Geometric Design of Highways and Streets o AASHTO — Highway Safety Manual o Rule Chapter 5J-17, Florida Administrative Code (F.A.C.), Minimum 2 PROJECT DESCRIPTION A-14 RFP: 16-6700 Technical Standards for Professional Surveyors and Mappers o Chapter 469, Florida Statutes (F.S.) — Asbestos Abatement o Rule Chapter 62-257, F.A.C., Asbestos Program o Rule Chapter 62-302, F.A.C., Surface Water Quality Standards o Code of Federal Regulations (C.F.R.) o Florida Administrative Codes (F.A.C.) o Chapters 20, 120, 215, 455, Florida Statutes (F.S.) — Florida COUNTY of Business & Professional Regulations Rules o Florida COUNTY of Environmental Protection Rules o FDOT Basis of Estimates Manual o FDOT Computer Aided Design and Drafting (CADD) Manual o FDOT Design Standards o FDOT Flexible Pavement Design Manual o FDOT - Florida Roundabout Guide o FDOT Handbook for Preparation of Specifications Package o FDOT Instructions for Design Standards o FDOT Instructions for Structures Related Design Standards o FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways ("Florida Greenbook") o FDOT Materials Manual o FDOT Pavement Type Selection Manual o FDOT Plans Preparation Manual o FDOT Procedures and Policies o FDOT Project Development and Environmental Manual o FDOT Project Traffic Forecasting Handbook o FDOT Public Involvement Handbook o FDOT Rigid Pavement Design Manual o FDOT Standard Specifications for Road and Bridge Construction o FDOT Utility Accommodation Manual o Federal Highway Administration (FHWA) - Manual on Uniform Traffic Control Devices (MUTCD) o FHWA — National Cooperative Highway Research Program (NCHRP) Report 672, Roundabouts: An Informational Guide o FHWA Roadway Construction Noise Model (RCNM) and Guideline Handbook o Florida Fish and Wildlife Conservation Commission - Standard Manatee Construction Conditions 2005 o Florida Statutes (F.S.) o Florida's Level of Service Standards and Guidelines Manual for Planning o Model Guide Specifications — Asbestos Abatement and Management in Buildings, National Institute for Building Sciences (NIBS) o Quality Assurance Guidelines o Safety Standards o Any special instructions from the COUNTY Roadway 2 PROJECT DESCRIPTION A-15 RFP: 16-6700 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, COM DTPUB P1 6591.3C o Building Permit Drainage o FDOT Bridge Hydraulics Handbook o FDOT Culvert Handbook o FDOT Drainage Manual o FDOT Erosion and Sediment Control Manual o FDOT Exfiltration Handbook o FDOT Hydrology Handbook o FDOT Open Channel Handbook o FDOT Optional Pipe Materials Handbook o FDOT Storm Drain Handbook o FDOT Stormwater Management Facility Handbook o FDOT Temporary Drainage Handbook o FDOT Drainage Connection Permit Handbook o FDOT Bridge Scour Manual Survey and Mapping o All applicable Florida Statutes and Administrative Codes o Applicable Rules, Guidelines Codes and authorities of other Municipal, County, State and Federal Agencies. o FDOT Aerial Surveying Standards for Transportation Projects Topic 550-020-002 o FDOT Right of Way Mapping Handbook o FDOT Surveying Procedure Topic 550-030-101 o Florida COUNTY of Transportation Right of Way Procedures Manual o Florida COUNTY of Transportation Surveying Handbook o Right of Way Mapping Procedure 550-030-015 ■ Traffic Engineering and Operations and ITS o AASHTO - An Information Guide for Highway Lighting o AASHTO - Guide for Development of Bicycle Facilities o FHWA Standard Highway Signs Manual o FDOT Manual on Uniform Traffic Studies (MUTS) 2 PROJECT DESCRIPTION A-16 RFP: 16-6700 o FDOT Median Handbook o FDOT Traffic Engineering Manual o National Electric Safety Code o National Electrical Code ■ Florida's Turnpike Enterprise o Florida's Turnpike Plans Preparation and Practices Handbook (TPPPH) o Florida's Turnpike Lane Closure Policy o Florida's Turnpike Drainage Manual Supplement o Rigid Pavement Design Guide for Toll Locations with Electronic Toll Collection o Flexible Pavement Design Guide for Toll Locations with Electronic Toll Collection o Florida's Turnpike General Tolling Requirements (GTR) o Additional Florida's Turnpike Enterprise standards, guides, and policies for design and construction can be found on the FTE Design Website: http://design.floridasturnpike.com ■ Traffic Monitoring o American Institute of Steel Construction (AISC) Manual of Steel Construction, referred to as "AISC Specifications" o American National Standards Institute (ANSI) RP -8-00 Recommended Practice for Roadway Lighting o AASHTO AWS D1.1/ANSI Structural Welding Code — Steel o AASHTO D1.5/AWS D1.5 Bridge Welding Code o FHWA Traffic Detector Handbook o FDOT General Interest Roadway Data Procedure o FHWA Traffic Monitoring Guide o FDOT's Traffic/Polling Equipment Procedures ■ Structures o AASHTO Load and Resistance Factor Design (LRFD) Bridge Design Specifications and Interims o AASHTO LRFD Movable Highway Bridge Design Specifications and Interims o AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals, and Interims. o AASHTO/-AWS-D1. 5M/D1.5: An American National Standard Bridge Welding Code o AASHTO Guide Specifications for Structural Design of Sound Barriers o AASHTO Manual for Condition Evaluation and Load and Resistance Factor Rating (LRFR) of Highway Bridges o FDOT Bridge Load Rating Manual o FDOT Structures Manual o FDOT Structures Design Bulletins (available on FDOT Structures web site only) 2 PROJECT DESCRIPTION A-17 RFP: 16-6700 ■ Geotechnical o FHWA Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Specifications o Manual of Florida Sampling and Testing Methods o Soils and Foundation Handbook ■ Landscape Architecture o Florida COUNTY of Agriculture and Consumer Services Grades and Standards for Nursery Plants ■ Architectural o Building Codes o Florida Building Code: • Building • Fuel Gas • Mechanical • Plumbing • Existing Building o Florida Accessibility Code for Building Construction o Rule Chapter 60D, F.A.C., Division of Building Construction o Chapter 553, F.S. — Building Construction Standards o ANSI A117.1 2003 Accessible and Usable Building and Facilities o Titles II and III, Americans With Disabilities Act (ADA), Public Law 101- 336; and the ADA Accessibility Guidelines (ADAAG) ■ Architectural — Fire Codes and Rules o National Fire Protection Association (NFPA) - Life Safety Code o NFPA 70 - National Electrical Code o NFPA 101 -Life Safety Code o NFPA 10 - Standard for Portable Fire Extinguishers o NFPA 11 - Standard for Low -Expansion Foam Systems o NFPA 11A - Standard for High- and Medium -Expansion Foam Systems o NFPA 12 - Standard for Carbon Dioxide Extinguishing Systems o NFPA 13 - Installation of Sprinkler Systems o NFPA 30 - Flammable and Combustible Liquids Code o NFPA 54 - National Gas Fuel Code o NFPA 58 - LP -Gas Code o Florida Fire Prevention Code as adopted by the State Fire Marshal — Consult with the Florida State Fire Marshal's office for other frequently used codes. ■ Architectural — Extinguishing Systems o NFPA 10 - Fire Extinguishers o NFPA 13 - Sprinkler o NFPA 14 - Standpipe and Hose System 2 PROJECT DESCRIPTION A-18 RFP: 16-6700 o NFPA 17 - Dry Chemical o NFPA 20 - Centrifugal Fire Pump o NFPA 24 - Private Fire Service Mains o NFPA 200 - Standard on Clean Agent Fire Extinguishing Systems ■ Architectural — Detection and Fire Alarm Systems o NFPA 70 - Electrical Code o NFPA 72 - Standard for the Installation, Maintenance and Use of Local Protective Signaling Systems o NFPA 72E - Automatic Fire Detectors o NFPA 72G - Installation, Maintenance, and Use of Notification Appliances o NFPA 72H -Testing Procedures for Remote Station and Proprietary Systems o NFPA 74 - Household Fire Warning Equipment o NFPA 75 - Protection of Electronic Computer Equipment ■ Architectural — Mechanical Systems o NFPA 90A - Air Conditioning and Ventilating Systems o NFPA 92A - Smoke Control Systems o NFPA 96 - Removal of Smoke and Grease -Laden Vapors from Commercial Cooking Equipment o NFPA 204M - Smoke and Heating Venting ■ Architectural — Miscellaneous Systems o NFPA 45 - Laboratories Using Chemicals o NFPA 80 - Fire Doors and Windows o NFPA 88A - Parking Structures o NFPA 105- Smoke and Draft -control Door Assemblies o N FPA 110 - Emergency and Standby Power Systems o NFPA 220 - Types of Building Construction o NFPA 241 - Safeguard Construction, Alteration, and Operations o Rule Chapter 69A-47, F.A.C., Uniform Fire Safety For Elevators o Rule Chapter 69A-51, F.A.C., Boiler Safety ■ Architectural — Energy Conservation o Rule Chapter 60D-4, F.A.C., Rules For Construction and Leasing of State Buildings To Insure Energy Conservation o Section 255.255, F.S., Life -Cycle Costs ■ Architectural — Elevators o Rule Chapter 61 C-5, F.A.C., Florida Elevator Safety Code o ASME A-17.1, Safety Code for Elevators and Escalators o Architectural — Floodplain Management Criteria o Section 255.25, F.S., Approval Required Prior to Construction or Lease of Buildings o Rules of the Federal Emergency Management Agency (FEMA) 2 PROJECT DESCRIPTION A-19 RFP: 16-6700 ■ Architectural — Other o Rule Chapter 64E-6, F.A.C., Standards for On Site Sewage Disposal Systems (Septic Tanks) o Rule Chapter 62-600, F.A.C., Domestic Wastewater Facilities o Rule Chapter 62-761, F.A.C., Underground Storage Tank Systems o American Concrete Institute o American Institute of Architects - Architect's Handbook of Professional Practice o American Society for Testing and Materials - ASTM Standards o Brick Institute of America o DMS - Standards for Design of State Facilities o Florida Concrete Products Association o FDOT — ADA/Accessibility Procedure o FDOT — Building Code Compliance Procedure o FDOT — Design Build Procurement and Administration o LEED (Leadership in Energy and Environmental Design) Green Building Rating System o National Concrete Masonry Association o National Electrical Code o Portland Cement Association - Concrete Masonry Handbook o United State Green Building Council (USGBC) 2.21 Services to be Performed by the COUNTY when appropriate and /or available, the COUNTY will provide project data/services including: ■ General COUNTY guidelines to be used in the fulfillment of this contract. ■ Signatures on project related application forms. ■ Letters of authorization designating the CONSULTANT as an agent of the COUNTY. ■ 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-20 RFP: 16-6700 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 ensure that 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-21 RFP: 16-6700 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 Review: The COUNTY may contract with other consultants to perform Independent Peer Reviews. Supervision: The CONSULTANT shall supervise all technical design activities. Coordination: The CONSULTANT shall coordinate with all disciplines of the project 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-22 RFP: 16-6700 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 COUNTY shall be responsible for all news/press releases. 3.1.1 Community Awareness Plan: Not applicable. 3.1.2 Notifications: Not applicable. 3.1.3 Preparing Mailing Lists: Not applicable. 3.1.4 Median Modification Letters: Not applicable. 3.1.5 Driveway Modification Letters: Not applicable. 3.1.6 Newsletters: Not applicable. 3.1.7 Renderings and Fly-Throughs: Not applicable. 3.1.8 PowerPoint Presentations: Not applicable. 3.1.9 Public Meeting Preparations 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. 3.1.10 Public Meeting Attendance and Follow-up 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 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-23 1:7MMM- 1*L1I1] fee determination. 3.1.11 Other Agency Meetings: Not applicable. 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 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: Not applicable. 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. Staff hours for other 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-24 RFP: 16-6700 personnel attending Activity Technical Meetings are included in the meeting task for that specific Activity. 3.7 Plans Update: Not applicable. 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. Final As -Built Structure Documents Package(s): (As Requested by the County [i.e. Engineer]) 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. The consultant is responsible for assembling the Signed and Sealed As - Built Structure Document Package and certifying that each the package(s) accurately represents the as -built condition of the bridge(s). The As -Built Structure Documents Package(s) is/are 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. 2. Structure plans: shop drawings, and Signed and Sealed As -Built structure(s) plans. 3. For bridges traversing water, a Signed and Sealed Hydraulic analysis plan sheet. 4. Signed and Sealed As -Built load rating documents per FDOT guidelines, including but not limited to: a. As -Built load rating calculations 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-25 RFP: 16-6700 b. Input files c. Output files d. Load rating summary sheet(s) e. Signed and Sealed letter(s) stating that the as -bid load rating(s) represent the as -built condition(s). 5. Documentation of casting and stressing dates for all post - tensioned concrete components. 6. Documentation of precast beam cambers in the field at the time of deck placement. 7. All crack observations on the structure(s). 8. Engineer approved repairs due to Request for Corrections. 9. Materials test reports and inspections. 10. Any other documents relevant to the permanent as -built record for the structure(s). All Consultant contact with the Contractor shall be made through the Engineer's Construction Project Manager. The Consultant shall not contact the Contractor directly unless there is a possible immediate threat to public health and/or safely. The Engineer's Construction Project Manager must be contacted immediately thereafter. The Contractor will submit a Quality Control Plan to the Engineer for review and approval. The Quality Control Plan shall be based on the FDOT Specifications. The Contractor is responsible for having all sampling and testing on the project performed by FDOT certified personnel. The Consultant will be provided a copy of the Contractor's Quality Control Plan for review and approval. (For each bridge and appurtenances only.) The Consultant is responsible for confirming that all quality control testing and requirements of the approved Quality Control Plan have been executed and the results are satisfactory per the design requirements. The Consultant shall visit the construction site at key phases of the project to verify the as -built conditions of the bridge. This will require the Consultant to coordinate with the Engineer during construction and attend construction meetings as required or requested by the Engineer. The Consultant shall meet with the Engineer during the Quality Control submittal/review to establish the anticipated stages of construction that 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-26 RFP: 16-6700 site visits, by the Consultant, will be necessary to execute the scope of work defined herein. The Consultant must notify the Engineer of any design related issues as soon as possible. It is important that all significant changes made during construction be documented by the Consultant in the final as -built plans. The Consultant shall markup sheets requiring minor (non -engineering analysis) as -built changes and show those changes on the Final Signed and Sealed As - Built Signature Sheet(s). Major changes resulting in issuance of revised contract documents must also be included in the as -built package and recorded appropriately on the Final Signed and Sealed As -built Signature Sheet(s). Any changes proposed by the Contractor must be signed and sealed by the Contractor's EOR and approved by the Engineer. This may be a Cost Savings Initiative Proposal (CSIP) redesign or an original design of certain components including Shop Drawings. All original documents obtained by the Consultant will be turned over to the Engineer at the end of the project or upon request by the Engineer. All documents obtained for inclusion in the Final As -Built Structure Documents Package must be Quality Control reviewed by the Consultant to ensure correctness and legibility. The Consultant shall contact the Engineer if any deficiencies are identified. The Final As -Built Structure Documents Package Certification (s), the final as -built bridge plan set(s) and final as -built load rating(s) must be digitally signed and sealed by the Consultant. These items shall be included in the final delivery of the As -Built Structure Documents Package(s). The Consultant is expected to coordinate and communicate with the Engineer throughout the project and identify instances where the Consultant believes additional quality assurance testing is necessary to certify the Final As -Built Structure Documents Package(s). Quality assurance material testing will be the responsibility of the Engineer. If a need for additional quality assurance testing is identified, the Consultant must notify the Engineer as soon as possible to allow for evaluation of the request and scheduling of the necessary tests to avoid construction delays. 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 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-27 RFP: 16-6700 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 As requested by the COUNTY, the CONSULTANT shall assist the COUNTY during the construction bidding phase of the project which may include, but is 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-28 RFP: 16-6700 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: Not applicable. 4.2 Pavement Type Selection Report: Not applicable. 4.3 Pavement Design Package: Not applicable. 4.4 Cross -Slope Correction: Not applicable. 4.5 Horizontal/Vertical Master Design Files: Not applicable. 4.6 Access Management: Not applicable. 4.7 Roundabout Evaluation: Not applicable. 4.8 Roundabout Final Design Analysis: Not applicable. 4.9 Cross Section Design Files: Not applicable. 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 4 ROADWAY ANALYSIS A-29 RFP: 16-6700 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: Not applicable. 4.12 Design Variations and Exceptions: Not applicable. 4.13 Design Report: Not applicable. 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: Not applicable. 4.18 Field Reviews 4.19 Monitor Existing Structures: Not applicable. 4.20 Technical Meetings 4.21 Quality Assurance/Quality Control 4.22 Independent Peer Review: Not applicable. 4.23 Supervision 4.24 Coordination 4 ROADWAY ANALYSIS A-30 RFP: 16-6700 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: Not applicable. 5.2 Summary of Pay Items Including Quantity Input: Not applicable. 5.3 Typical Section Sheets: Not applicable. 5.4 General Notes/Pay Item Notes: Not applicable. 5.5 Summary of Quantities Sheets: Not applicable. 5.6 Project Layout: Not applicable. 5.7 Plan/Profile Sheet: Not applicable. 5.8 Profile Sheet: Not applicable. 5.9 Plan Sheet: Not applicable. 5.10 Special Profile: Not applicable. 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: Not applicable. 5.15 Special Details: Not applicable. 5.16 Cross -Section Pattern Sheet(s): Not applicable. 5.17 Roadway Soil Survey Sheet(s): Not applicable. 5.18 Cross Sections: Not applicable. 5.19 Temporary Traffic Control Plan Sheets 5.20 Temporary Traffic Control Cross Section Sheets: Not applicable. 5.21 Temporary Traffic Control Detail Sheets 5 ROADWAY PLANS A-31 RFP: 16-6700 5.22 Utility Adjustment Sheets: Not applicable. 5.23 Selective Clearing and Grubbing Sheet(s): Not applicable. 5.24 Project Network Control Sheet(s): Not applicable. 5.25 Environmental Detail Sheets: Not applicable. 5.26 Utility Verification Sheet(s) (SUE Data): Not applicable. 5.27 Quality Assurance/Quality Control 5.28 Supervision 5 ROADWAY PLANS A-32 RFP: 16-6700 6a DRAINAGE ANALYSIS 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. 6b DRAINAGE PLANS 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. 6 DRAINAGE A-33 RFP: 16-6700 7 UTILITIES The CONSULTANT shall identify utility facilities and secure agreements, utility work schedules, and plans from the Utility Agency Owners (UAO) ensuring all conflicts that exist between utility facilities and the COUNTY's construction project are addressed. The CONSULTANT shall certify all utility negotiations have been completed and that arrangements have been made for utility work to be undertaken. 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 Negotiated contract fee does not include Utility Coordination services for a full depth bridge deck replacement. 7.1 Utility Kickoff Meeting: Not applicable. 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 7.4 Exception Processing: Not applicable. 7.5 Preliminary Utility Meeting: Not applicable. 7.6 Individual/Field Meetings: Not applicable. 7.7 Collect and Review Plans and Data from UAO(s): Not applicable. 7.8 Subordination of Easements Coordination: Not applicable. 7.9 Utility Design Meeting: Not applicable. 7.10 Review Utility Markups & Work Schedules and Processing of Schedules & Agreements 7.11 Utility Coordination/Follow-up 7.12 Utility Constructability Review: Not applicable. 7.13 Additional Utility Services 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 7 UTILITIES A-34 RFP: 16-6700 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. 7.14 Processing Utility Work by Highway Contractor (UWHC): Not applicable. 7.15 Contract Plans to UAO(s) 7.16 Certification/Close-Out This includes hours for certifying to the COUNTY that the utility agency owners (UAOs) have been notified of the project and have been sent the 60% construction plans. Damaged utilities will also be included in the notification letters. The certification will include the disposition letters received from the UAOs. 7.17 Other Utilities 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. 7 UTILITIES A-35 RFP: 16-6700 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/Permitting Needs Assessment The CONSULTANT shall perform preliminary desk top project research and shall be responsible for regulatory agency coordination with the South Florida Water Management District (SFWMD), the U.S. Army Corps of Engineers (USACE), and the United States Coast Guard (USCG) to assure that design efforts are properly directed toward permit requirements. The CONSULTANT shall also review for any existing easements or other restrictions within the project boundaries. 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. This research will be documented in a Memorandum to File, and will include data collection maps and tele -conversation memoranda with agency representatives. It is anticipated that this basic level of coordination will result in either No Permit Required or Exemption determinations from each agency. It is assumed that only the research performed along with a project description will be required by agency representatives in order to make these determinations. Tasks 8.2, 8.3, 8.4 and 8.6, are considered Optional Services should agency personnel require additional information, data collection, or a formal submittal of project information in order to make their determination of level of permitting, or if the level of permitting required exceeds No Permit or Exemption. 8.2 Field Work Field Work 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. 8.2.1 Pond Site Alternatives: Not applicable. 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 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-36 RFP: 16-6700 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, as required: ■ 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 V=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 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 Agency Verification of Wetland Data 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 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 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-37 RFP: 16-6700 with applicable agencies. 8.4 Complete and Submit All Required Permit Applications Complete and Submit All Required Permit Applications 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 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: Not applicable. 8.6 Prepare USCG Permit Aids to Navigation This scope item is considered an Optional Service. 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. 8.7 Prepare Water Management District Right of Way Occupancy Permit: Not applicable. 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: Not applicable. 8.12 Other Environmental Permits 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 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-38 RFP: 16-6700 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. Environmental Clearances, Reevaluations and Technical Support 8.13 Technical Support to the COUNTY for Environmental Clearances and Re- evaluations: Not applicable. 8.14 Preparation of Environmental Clearances and Reevaluations: Not applicable. 8.15 Contamination Impact Analysis: Not applicable. 8.16 Asbestos Survey 8.16.1 The CONSULTANT shall secure the services of a Florida Licensed Asbestos Consultant to perform a comprehensive Asbestos Containing Materials (ACM) survey of all bridges on the project. The survey shall include sampling, testing and reporting on all suspect ACM. The CONSULTANT shall submit one (1) electronic copy of the ACM survey, and the required copies of any additional supporting documents, as a part of the Phase I comprehensive bridge evaluation and recommendations report submittal. 8.16.2 Additional ACM services beyond those identified in 8.16.1 are considered Optional Services 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. 8.17 Technical Meetings: (included in individual Task) 8.18 Quality Assurance/Quality Control: (included in individual Task) 8.19 Supervision: (included in individual Task) 8.20 Coordination: (included in individual Task) 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-39 RFP: 16-6700 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 2.20, Provisions for Work. Individual tasks identified in Sections 9 through 18 are defined in the Staff Hour Estimation Handbook, as applicable, and within the provision defined in Section 2.20 Provisions for Work. Contract documents shall display economical solutions for the given conditions. A Reinforced Concrete Corrosion and Deficiency Evaluation will be conducted by the CONSULTANT as part of this activity. Work includes, but is not limited to, field investigation, evaluation and sampling, material testing and results evaluation, and development of an Evaluation and Recommendation Report. Bridge items to be included in the evaluation and report include all structural reinforced concrete elements of the bridge excluding the piles. Report Testing and sampling includes but is not limited to: Deck 1. Electrical Continuity 2. Corrosion Potential Survey 3. Collection of Concrete Samples a. Chloride Concentration Profiles b. Petrography c. Carbonation depth testing — on all removed cores 4. Ground Penetrating Radar Survey Girders 1. Electrical Continuity 2. Corrosion Potential Survey 3. Collection of Concrete Samples a. Chloride Concentration Profiles b. Carbonation depth testing — on all removed cores Substructure 1. Electrical Continuity 2. Corrosion Potential Survey 3. Collection of Concrete Samples a. Chloride Concentration Profiles b. Petrography c. Carbonation depth testing — on all removed cores 4. Ground Penetrating Radar Survey The CONSULTANT shall submit one (1) electronic copy of the Reinforced Concrete Corrosion Evaluation and Deficiency Report as part of the Phase I comprehensive bridge evaluation and recommendation report submittal. All necessary material testing will be conducted by the CONSULTANT and one (1) electronic copy of resulting test reports shall be submitted as part of the Phase 1 9 STRUCTURES — SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS /_Q11 RFP: 16-6700 comprehensive bridge evaluation and recommendations report submittal. 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'h"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: Not applicable. 9.3 General Notes and Bid Item Notes 9.4 Miscellaneous Common Details: Not applicable. 9.5 Incorporate Report of Core Borings: Not applicable. 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: Not applicable. 9.14 Supervision 9.15 Coordination 9 STRUCTURES — SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS A-41 RFP: 16-6700 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT Not applicable. 10 STRUCTURES — BRIDGE DEVELOPMENT REPORT A-42 RFP: 16-6700 11 STRUCTURES - TEMPORARY BRIDGE Not applicable. 11 STRUCTURES —TEMPORARY BRIDGE A-43 RFP: 16-6700 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE Not applicable. 12 STRUCTURES — SHORT SPAN CONCRETE BRIDGE A-44 RFP: 16-6700 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE The CONSULTANT shall prepare repair/rehabilitation plans for Medium Span Concrete Bridge(s) at the location(s) specified in Section 2.5. General Layout Design and Plans 13.1 Overall Bridge Final Geometry: Not applicable. 13.2 Expansion/Contraction Analysis 13.3 General Plan and Elevation 13.4 Construction Staging 13.5 Approach Slab Plan and Details: Repair details. 13.6 Miscellaneous Details: Not applicable. End Bent Design and Plans 13.7 End Bent Geometry: Not applicable. 13.8 Wingwall Design and Geometry: Not applicable. 13.9 End Bent Structural Design: Not applicable. 13.10 End Bent Plan and Elevation: Not applicable. 13.11 End Bent Details: Repair details. Intermediate Bent Design and Plans 13.12 Bent Geometry: Not applicable. 13.13 Bent Stability Analysis: Not applicable. 13.14 Bent Structural Design: Not applicable. 13.15 Bent Plan and Elevation: Not applicable. 13.16 Bent Details: Repair details. Pier Design and Plans 13.17 Pier Geometry: Not applicable. 13.18 Pier Stability Analysis: Not applicable. 13 STRUCTURES — MEDIUM SPAN CONCRETE BRIDGE A-45 RFP: 16-6700 13.19 Pier Structural Design: Not applicable. 13.20 Pier Plan and Elevation: Not applicable. 13.21 Pier Details: Repair details. Miscellaneous Substructure Design and Plans 13.22 Foundation Layout: Not applicable. Superstructure Deck Design and Plans 13.23 Finish Grade Elevation (FGE) Calculation: Not applicable. 13.24 Finish Grade Elevations: Not applicable. 13.25 Bridge Deck Design: Not applicable. 13.26 Bridge Deck Reinforcing and Concrete Quantities: Not applicable. 13.27 Diaphragm Design: Not applicable. 13.28 Superstructure Plan: Not applicable. 13.29 Superstructure Section 13.30 Miscellaneous Superstructure Details: Repair details for all superstructure components and design of new bridge deck expansion joints. Reinforcing Bar Lists 13.31 Preparation of Reinforcing Bar List Continuous Concrete Girder Design 13.32 Section Properties: Not applicable. 13.33 Material Properties: Not applicable. 13.34 Construction Sequence: Not applicable. 13.35 Tendon Layouts: Not applicable. 13.36 Live Load Analysis: Not applicable. 13.37 Temperature Gradient: Not applicable. 13.38 Time Dependent Analysis: Not applicable. 13 STRUCTURES — MEDIUM SPAN CONCRETE BRIDGE A-46 RFP: 16-6700 13.39 Stress Summary: Not applicable. 13.40 Ultimate Moments: Not applicable. 13.41 Ultimate Shear: Not applicable. 13.42 Construction Loading: Not applicable. 13.43 Framing Plan: Not applicable. 13.44 Girder Elevation, including Grouting Plan and Vent Locations: Not applicable. 13.45 Girder Details: Not applicable. 13.46 Erection Sequence: Not applicable. 13.47 Splice Details: Not applicable. 13.48 Girder Deflections and Camber: Not applicable. Simple Span Concrete Design [Beam/diaphragm repair details are included in Item 13.30.1 13.49 Prestressed Beam: Not applicable. 13.50 Prestressed Beam Schedules: Not applicable. 13.51 Framing Plan: Not applicable. Beam Stability 13.52 Beam/Girder Stability: Not applicable. Bearing 13.53 Bearing Pad and Bearing Plate Design: Not applicable. 13.54 Bearing Pad and Bearing Plate Details As part of the contract base fee and Scope of Services, the CONSULTANT will conduct an evaluation of all bearings as part of the full evaluation of the bridge, observing and reporting their condition and providing repair/rehabilitation recommendation options to be considered for inclusion in the Construction Contract Documents as approved by the COUNTY. Observed deficiencies and recommendations will be discussed during the Phase I meeting. The CONSULTANT will coordinate with the COUNTY at that time to determine an appropriate plan of action to address all observed 13 STRUCTURES — MEDIUM SPAN CONCRETE BRIDGE A-47 RFP: 16-6700 deficiencies. The Optional Service fee provided in the contract for this scope item represents the fee necessary to provide all Construction Contract Documents required to repair, reset and secure one type of bearing. If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work. If work on additional bearing types is determined necessary and is requested by the County, associated 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. Load Rating 13.55 Load Ratings 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-48 RFP: 16-6700 14 STRUCTURES - STRUCTURAL STEEL BRIDGE Not applicable. 14 STRUCTURES — STRUCTURAL STEEL BRIDGE A-49 RFP: 16-6700 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE Not applicable. 15 STRUCTURES — SEGMENTAL CONCRETE BRIDGE A-50 RFP: 16-6700 16 STRUCTURES - MOVABLE SPAN Not applicable. 16 STRUCTURES — MOVABLE SPAN A-51 RFP: 16-6700 17 STRUCTURES - RETAINING WALLS Not applicable. 17 STRUCTURES — RETAINING WALLS A-52 RFP: 16-6700 18 STRUCTURES -MISCELLANEOUS The CONSULTANT shall prepare plans for Miscellaneous Structure(s) as specified in Section 2.5. 18.1 through 18.27: Not applicable. Special Structures 18.28 Fender System 18.29 Fender System Access: The CONSULTANT will develop all Construction Contract Documents required to provide for the removal of all access ladders and platforms referenced in the 2017-03-28 FDOT BIR (along with the removal of any associated hardware) and repair all residual exposed connection points. 18.30 Special Structures: Not applicable. 18.31 Other Structures: Not applicable. 18 STRUCTURES — MISCELLANEOUS A-53 RFP: 16-6700 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: Not applicable. 19.2 No Passing Zone Study: Not applicable. 19.3 Reference and Master Design File: Not applicable. 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: Not applicable. 19.8 Cost Estimate: Not applicable. 19.9 Technical Special Provisions: Not applicable. 19.10 Other Signing and Pavement Marking Analysis: Not applicable. 19.11 Field Reviews: Not applicable. 19.12 Technical Meetings: Not applicable. 19.13 Quality Assurance/Quality Control: Not applicable. 19.14 Independent Peer Review: Not applicable. 19.15 Supervision: Not applicable. 19.16 Coordination: Not applicable. 19 SIGNING AND PAVEMENT MARKING ANALYSIS A-54 RFP: 16-6700 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. Negotiated contract fee does not include Signing and Pavement Marking Plan Services for a full depth bridge deck replacement. 20.1 Key Sheet: Not applicable. 20.2 Summary of Pay Items: Not applicable. 20.3 Tabulation of Quantities 20.4 General Notes/Pay Item Notes 20.5 Project Layout: Not applicable. 20.6 Plan Sheet: Not applicable. 20.7 Typical Details: Not applicable. 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: Not applicable. 20.13 Interim Standards: Not applicable. 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. 20.15 Supervision 20 SIGNING AND PAVEMENT MARKING PLANS A-55 RFP: 16-6700 21 SIGNALIZATION ANALYSIS Not applicable. 21 SIGNALIZATION ANALYSIS A-56 RFP: 16-6700 22 SIGNALIZATION PLANS Not applicable. 22 SIGNALIZATION PLANS A-57 RFP: 16-6700 23 LIGHTING ANALYSIS Not applicable. 23 LIGHTING ANALYSIS A-58 RFP: 16-6700 24 LIGHTING PLANS Not applicable. 24 LIGHTING PLANS A-59 RFP: 16-6700 25 LANDSCAPE ARCHITECTURE ANALYSIS Not applicable. 25 LANDSCAPE ARCHITECTURE ANALYSIS .e] RFP: 16-6700 26 LANDSCAPE ARCHITECTURE PLANS Not applicable. 26 LANDSCAPE ARCHITECTURE PLANS A-61 RFP: 16-6700 27 SURVEY Not applicable. 27 SURVEY A-62 REP: 16-6700 28 PHOTOGRAMMETRY Not applicable. 28 PHOTOGRAMMETRY A-63 RFP: 16-6700 29 MAPPING Not applicable. 29 MAPPING A-64 RFP: 16-6700 30 TERRESTRIAL MOBILE UDAR Not applicable. 30 TERRESTRIAL MOBILE UDAR A-65 RFP: 16-6700 31 ARCHITECTURE DEVELOPMENT Not applicable. 31 ARCHITECTURE DEVELOPMENT A-66 RFP: 16-6700 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE Not applicable. 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE A-67 RFP: 16-6700 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS Not applicable. 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS A-68 RFP: 16-6700 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS Not applicable. 34 INTELLIGENT TRANSPORTATION SYSTEM PLANS A-69 RFP: 16-6700 35 GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING Not applicable. 35 GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING A-70 RFP: 16-6700 36 PROJECT REQUIREMENTS 36.1 Liaison Office The COUNTY and the CONSULTANT will designate a Liaison Office and a Project Manager who shall be the representative of their respective organizations for the Project. While it is expected the CONSULTANT shall seek and receive advice from various state, regional, and local agencies, the final direction on all matters of this project remain with the COUNTY's Project Manager. 36.2 Key Personnel The CONSULTANT's work shall be performed and directed by the key personnel identified in the proposal presentations by the CONSULTANT. Any changes in the indicated personnel shall be subject to review and approval by COUNTY. 36.3 Progress Reporting The CONSULTANT shall meet with the COUNTY as required and shall provide a written monthly progress report that describes the work performed on each task. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percent complete against actual work accomplished. 36.4 Correspondence Copies of all written correspondence between the CONSULTANT and any party pertaining specifically to this contract shall be provided to the COUNTY for their records within one (1) week of the receipt or mailing of said correspondence. 36.5 Professional Endorsement The CONSULTANT shall have a Licensed Professional Engineer in the State of Florida sign and seal all reports, documents, technical special provisions, and plans as required by FDOT and COUNTY standards. 36.6 Computer Automation The project will be developed utilizing Computer Aided Drafting and Design (CADD) systems. The FDOT makes available software to help assure quality and conformance with policy and procedures regarding CADD. It is the responsibility of the CONSULTANT to meet the requirements in the FDOT's CADD Manual. The CONSULTANT shall submit final documents and files as described therein or as amended by this Scope of Services. 36 PROJECT REQUIREMENTS A-71 RFP: 16-6700 36.7 Coordination with Other Consultants The CONSULTANT is to coordinate his work with any and all adjacent and integral consultants so as to effect complete and homogenous plans and specifications for the project(s) described herein. 36.8 Optional Services 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 36 PROJECT REQUIREMENTS A-72 RFP: 16-6700 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-73 SCHEDULE B BASIS OF COMPENSATION 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. In no event shall such Time and Materials compensation exceed the amounts set forth in the table below. Tasks/Item Description Lump Sum Time and Materials Not -To - Exceed 1 Phase I Submittal, Signed and Sealed Report $70,660.14 $ 2 60% Submittal $83,809.34 $ 3 100% Submittal $57,485.38 $ 4 Final Submittal $18,44 .11 $ 5 3.8 Post Design Services $ $23,040.00 6 Optional Service by NTP: 13.54 Bearing Pad and Bearing Plate Details $ 3 118.72 $ 7 Optional Service by NTP: 8.2 Field Work $5,860.00 $ 8 Optional Service by NTP: 8.3 Agency Verification of Wetland Data $1,702.50 $ 9 Optional Service by NTP: 8.4 Complete and Submit All Required Permit Applications $7,440.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total Lump Sum Fee $ 248,525.19 1,11 Total Time and Materials Fee $23,040.40 GRAND TOTAL FEE $271,565.59 Page 19 of 32 PSA Single Project Agreement 2017.010 Ver.1 B.2.2. ❑■ * Time and Material Fees: The fees noted in Section B.2.1. shall constitute the amounts to be paid to CONSULTANT for the performance of the Basic Services. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT's personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment 1 to this Schedule B. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by the COUNTY, regarding CONSULTANT's Direct Labor Costs incurred at the time of billing, to be reviewed and approved by the COUNTY. There shall be no overtime pay without the COUNTY's prior written approval. B.2.2.1. Notwithstanding anything herein to the contrary, in no event may CONSULTANT's monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task(s) limits by the percentage the COUNTY has determined CONSULTANT has completed such task as of that particular monthly billing. B.2.3. ❑■ * Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. There shall be no overtime pay without the COUNTY's prior written approval. B.2.3.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. Page 20 of 32 PSA Single Project Agreement 2017.010 Ver.l 3. SCHEDULE OF PAYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. Page 21 of 32 PSA Single Project Agreement 2017.010 Vert B.3.4.1.6. Other items on request and approved in writing by the COUNTY. 8.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. 8.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 22 of 32 PSA Single Project Agreement 2017.010 Ver.l SCHEDULE B — ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Principal $206.00 Senior Project Manager $172.00 Project Manager $147.00 Senior Engineer $157.00 Engineer $123.00 Senior Inspector $96.00 Inspector $76.00 Senior Planner $139.00 Planner $110.00 Senior Designer $114.00 Designer $94.00 Environmental Specialist $109.00 Senior Environmental Specialist $134.00 Scientist/Geologist $93.00 Senior Scientist/Geologist $118.00 Marine Biolo ist/H dro eolo ist $110.00 Senior Marine Biolo ist/H dro eolo ist $138.00 Senior GIS Specialist $139.00 GIS Specialist $102.00 Clerical/Administrative $62.00 Senior Technician $85.00 Technician $72.00 Surveyor and Mapper $120.00 CADD Technician $81.00 Survey Crew - 2 Man $130.00 Survey Crew - 3 Man $161.00 Surve Crew - 4 Man $189.00 Senior Architect $154.00 Architect $121.00 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 via an Amendment upon mutual agreement in advance and in writing by the parties. ❑ *Grant Funded: The above hourly rates are for purposes of providing estimate(s), as required by the grantor agency. Page 23 of 32 PSA Single Project Agreement 2017.010 Ver.l SCHEDULE C PROJECT MILESTONE SCHEDULE Task/Item Description Cumulative Number of Calendar Days For Completion from Date of Notice to Proceed for Services under this Areement 1 Phase I Submittal, Signed and Sealed Report 90 2 60% Submittal 150 3 100% Submittal 300 4 Final Submittal 360 5 3.8 Post Design Services TBD 6 Optional Service by NTP: 13.54 Bearing Pad and Bearing Plate Details TBD 7 Optional Service by NTP: 8.2 Field Work TBD 8 Optional Service by NTP: 8.3 Agency Verification of Wetland Data TBD 9 Optional Service by NTP: 8.4 Complete and Submit All Required Permit Applications TBD Page 24 of 32 PSA Single Project Agreement 2017.010 Ver.l SCHEDULE D INSURANCE COVERAGE 1. The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT's sole responsibility. 2. The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. 3. Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the COUNTY or as specified in this Agreement, whichever is longer. 4. Certificates of insurance acceptable to the COUNTY shall be filed with the COUNTY within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to the COUNTY, on a timely basis, if requested by the COUNTY. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the COUNTY. CONSULTANT shall also notify the COUNTY, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 5. All insurance coverages of the CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project. 6. The acceptance by the COUNTY of any Certificate of Insurance does not constitute approval or agreement by the COUNTY that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. 7. CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the COUNTY. Page 25 of 32 PSA Single Project Agreement 2017.010 Ver.l 8. Should at any time the CONSULTANT not maintain the insurance coverages required herein, the COUNTY may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse the COUNTY for such costs within thirty (30) days after demand, the COUNTY has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between the COUNTY and CONSULTANT. The COUNTY shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the COUNTY to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. 9. If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the COUNTY, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the COUNTY with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and the COUNTY may terminate the Agreement for cause. 10. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY. Required by this Agreement? FE -1 Yes ❑ No Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability - The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. The insurance company shall waive all claims rights against the COUNTY and the policy shall be so endorsed. 11. United States Longshoreman's and Harbor Worker's Act coverage shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes 9 No 12. Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes FE -1 No 13. COMMERCIAL GENERAL LIABILITY. Required by this Agreement? ❑■ Yes ❑ No A. Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Page 26 of 32 PSA Single Project Agreement 2017.010 Ver.1 Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the COUNTY of the work under this Agreement. Limits of Liability shall not be less than the following: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate. B. The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self-insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. 14. 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. 15. 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. Required by this Agreement? ❑ Yes 01 No 16. 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. Required by this Agreement? ❑ Yes FM -1 No 17. AUTOMOBILE LIABILITY INSURANCE. Required by this Agreement? FE -1 Yes ❑ No Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -The ownership. Page 27 of 32 PSA Single Project Agreement 2017.010 Ver.] 18. TECHNOLOGY ERRORS AND OMISSIONS INSURANCE. Required by this Agreement? ❑ Yes ❑ No Technology Errors and Omissions Insurance: Coverage shall have minimum limits of $ Per Occurrence. 19. CYBER INSURANCE. Required by this Agreement? ❑ Yes FN� No Cyber Insurance: Coverage shall have minimum limits of $ Per Occurrence. 20. UMBRELLA LIABILITY. A. 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. B. 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. 21. PROFESSIONAL LIABILITY INSURANCE. Required by this Agreement? ❑■ Yes ❑ No A. Professional Liability: Shall be maintained by the CONSULTANT to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recovery against COUNTY as to any claims under this insurance. Such insurance shall have limits of not less than $1,000,000 each claim and aggregate. B. Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the COUNTY. C. The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the COUNTY. D. The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or the COUNTY, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to the COUNTY of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify the COUNTY by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event Page 28 of 32 PSA Single Project Agreement 2017.010 Vent of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by the COUNTY. 22. VALUABLE PAPERS INSURANCE. In the sole discretion of the COUNTY, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. 23. PROJECT PROFESSIONAL LIABILITY. A. If the COUNTY notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with the COUNTY and the COUNTY's insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT's professional liability policy. If no credit is available from CONSULTANT's current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to the COUNTY. Should no credit accrue to the COUNTY, the COUNTY and CONSULTANT, agree to negotiate in good faith a credit on behalf of the COUNTY for the provision of project -specific professional liability insurance policy in consideration for a reduction in CONSULTANT's self-insured retention and the risk of uninsured or underinsured consultants. B. The CONSULTANT agrees to provide the following information when requested by the COUNTY or the COUNTY's Project Manager: 1. The date the professional liability insurance renews. 2. Current policy limits. 3. Current deductibles/self-insured retention. 4. Current underwriter. 5. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. 6. Cost of professional insurance as a percent of revenue. 7. Affirmation that the design firm will complete a timely project errors and omissions application. C. If the COUNTY elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and the COUNTY will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D Page 29 of 32 PSA Single Project Agreement 2017.010 Ver.1 ❑ This schedule is not applicable. SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, (company's name) hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning " "project is accurate, complete and current as of the time of contracting. TITLE: DATE: Page 30 of 32 PSA Single Project Agreement 2017.010 Ver.l SCHEDULEF KEY PERSONNEL Name Personnel Category ` Percentage of Time Doug Stoker, PE Principal 5% Ananda Kelley, PE Project Engineer 10% Christopher Gamache, PE Senior Engineer 20% Rebecca Carreno, PE Engineer 10% Poo a Farahbakhsh, EI Engineer Intern 20% Duy Nguyen, EI Engineer Intern 10% Al Morales Technician 20% Rose Burt Clerical 5% Page 31 of 32 PSA Single Project Agreement 2017.010 Ver.l Other: SCHEDULE G (Description) ❑ following this page (pages through _) FE -1 this schedule is not applicable Page 32 of 32 PSA Single Project Agreement 2017.010 Ver.I