Loading...
Agenda 05/24/2011 Item #16A 55/24/2011 Item 16.A.5. EXECUTIVE SUMMARY Recommendation for Board approval of the short -list of design professionals pursuant to RFP #11 -5639 and to enter into negotiations between Collier County and TYLIN International, Inc., for "Design & Related Services for the Replacement of CR29 Bridge ( #030161) over Chokoloskee Bay" Project No. 66066 OBJECTIVE: To obtain professional design and related services for the replacement of CR29 Bridge #030161 over Chokoloskee Bay. CONSIDERATIONS: The purpose of Project No. 66066 is to improve the serviceability of the Chokoloskee Bay Bridge connecting Chokoloskee Island to Everglades City along CR 29 /Copeland Avenue. The existing bridge was built in 1955. The 2009 Bridge Inspection Report rated this bridge as functionally obsolete with a Sufficiency Rating of 46 and a Health Index of 65.84. In 2007 a Condition Assessment Study was completed which recommended that the Bridge needed to be replaced. In 2009 minor repairs were done to improve the structural deficiencies that were identified in the 2009 Bridge inspection report and the 2007 Condition Assessment Recommendation Report. However, the bridge continues to experience rapid deterioration to the seawalls. The recently installed articulated concrete block mats to protect the embankments at the bridge, began to slump creating a hole behind the north seawall. The County investigated the condition of the seawalls for stability and scour impacts and the findings are documented in a final report published March 30, 2011. The investigation found that there are voids in the seawall joints at several locations below the water line. Sediment is leaking through these gaps causing the embankment slope to slump. These structural failures are as a result of scour caused from tidal influences. After our repairs, the most recent FDOT Bridge Inspection Report dated January 1, 2011, showed that the bridge is still not meeting the minimum standards for health and safety. This bridge has a history of being damaged from storm surges and has the potential of being lost during a significant storm event. Further, the bridge connects Chokoloskee Island with the mainland and in an emergency this is the only evacuation route by land. The Transportation Engineering Department (TE) requested proposals from qualified firms to provide professional design and related services for the replacement of the Chokoloskee Bay Bridge #030161. These services include, but are not limited to, design engineering, permitting and permitting services, specification submittal, project management, bidding support services, and post construction services. Ten (10) letters of interest were received. On March 14th 2011, a selection committee short- listed the four (4) top ranked firms for evaluation of their technical proposal. On April 27th, 2011, the selection committee by consensus ranked the four firms as follows: 1. TYLIN International, Inc. 2. Stanley Consultants, Inc. Packet Page -280- 5/24/2011 Item 16.A.5. 3. American Consulting Engineers of Florida, LLC 4. Cardno TBE /PBS &J Joint Venture Partner FISCAL IMPACT: There is no fiscal impact related to this action. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for Board approval —SRT. RECOMMENDATION: Approve the short-list of RFP # 11 -5639 so that negotiations can begin with the top -ranked firm. Following negotiations, this matter will be brought back to the Board to seek approval of a contract with selected design consultant. PREPARED BY: Marlene Messam, Sr. Project Manager, Transportation Engineering Department. Attachments: (1) Scoring Sheets Packet Page -281- COLLIER COUNTY Board of County Commissioners Item Number: 16.A.5. 5/24/2011 Item 16.A.5. Item Summary: Recommendation for Board approval of the short-list of design professionals pursuant to RFP #11 -5639 and to enter into negotiations between Collier County and TYLIN International, Inc., for "Design & Related Services for the Replacement of CR29 Bridge ( #030161) over Chokoloskee Bay" Project No. 66066 Meeting Date: 5/24/2011 Prepared By Name: MessamMarlene Title: Project Manager, Senior,Transportation Engineering & Construction Management 4/28/2011 12:10:48 PM Submitted by Title: Project Manager, Senior,Transportation Engineering & Construction Management Name: MessamMarlene 4/28/2011 12:10:50 PM Approved By Name: PutaansuuGary Title: Project Manager, Principal,Transportation Engineer Date: 5/9/2011 9:24:06 AM Name: BetancurNatali Title: Executive Secretary,Transportation Engineering & Construction Management Date: 5/10/2011 9:10:47 AM Name: TaylorLisa Title: Management /Budget Analyst,Transportation Administr Date: 5/10/2011 9:22:27 AM Name: AhmadJay Title: Director - Transportation Engineering,Transportation Engineering & Construction Management Date: 5/10/20119:54:22 AM Packet Page -282- 5/24/2011 Item 16.A.5. Name: CummingsRhonda Title: Contracts Specialist,Purchasing & General Services Date: 5/11/20119:38:15 AM Name: CarnellSteve Title: Director - Purchasing/General Services,Purchasing Date: 5/11/20112:05:01 PM Name: TeachScott Title: Deputy County Attomey,County Attorney Date: 5/12/2011 7:57:51 AM Name: FederNorman Title: Administrator - Growth Management Div,Transportati Date: 5/12/20112:58:46 PM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 5/13/20118:33:30 AM Name: TeachScott Title: Deputy County Attomey,County Attorney Date: 5/13/20112:21:46 PM Name: KlatzkowJeff Title: County Attorney, Date: 5/13/20114:02:32 PM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 5/16/2011 11:47:46 AM Name: KlatzkowJeff Title: County Attorney, Date: 5/16/2011 1:11:49 PM Name: IsacksonMark Title: Director -Corp Financial and Mgmt Svs,CMO Date: 5/17/20116:09:41 PM Packet Page -283- d E _ E cm N VC Y N U. M r a W w Packet Page -284- 5/24/2011 Item 16.A.5. «f M IV LO CO ti CD O O i Ml �9 O N Ch d 4 Cn CO ti r 3 5 w2 , J O L . o U N Co O ° U) +, E W c N 16 i Z rn Q � _ 2 � c c°tS- - o o ca o c N (1) CL C c o N a W c ' .. U m m o c U c o to cI-U;W o c `o U) N c c Gi fl c d) W Cc O r-I Qj 0o m CO V N N O CO O N M V IV CD 1- to `- T Q (' I r r P L/ V C I_ r- O to •- N N N M M M NU') O 1- dip t I, a ��'', yi{'t �IS�j It II f ry r 'u G pl `3,N I �i4 MA Y RIM 4f n ffi &, gS`�Y A : Aii yy N 1 e � 5 A 3 � �� F link, I i� �° �R�, Ii'1i J'N• d V 'fir ,�^ to', :�, Qi E i W 1! :Q lilt ij11 f i v U� 1 f RC ,: Al 0 z- u) P 9! ""° a Fu I i a Q L Ca �If_ (��d �, � � �"[• � S I n � FIT K, a13is1 wF i �3 I•.. , �i x'.k, "III 3� e'ww,..F N � �'. '' ^^ rl:. W� a l +M3 uii v O„ I 4 $ C fA.11A �. i7, cc CL * CO" •� '..� " ii Qi § ! CD CD Y Dii j ilR Lill Hari 4i 4 II Co d Y N U O Q Y O a U L w U U E o LL ai m C c a M :% O E R� C 00 L O iii ... U N Z cB C U C orj •v .: _� p M '� °� O3 C O N N D- .0 p C C N N O L CD cF-UW `oao� c W c U Q J-0 .N CU C O w C Cn a �-- H QI- UtA-5 S(DD -Se Packet Page -284- 5/24/2011 Item 16.A.5. «f M IV LO CO ti CD O O i Ml �9 O N Ch d 4 Cn CO ti r 3 5 w2 , J O L . o U N Co O ° U) +, E W c N 16 i Z rn Q � _ 2 � c c°tS- - o o ca o c N (1) CL C c o N a W c ' .. U m m o c U c o to cI-U;W o c `o U) N c c Gi fl c d) W Cc O r-I Qj 0o m d w d Z m •� U) E CD OC O M d C CO U. Packet Page -285 - 5/24/2011 Item 16.A.5. T N1'0:1ERICR N N N N 7 C C 0 xs .;�: c to M C = M C CL Co 0 o U m U c Ca 0 c J C N 1— c4 Q V O cs L., ,C N cc C m N Q N rn C Z M L 2 M .w r O 0. 00 m a M W ^� N r d 0 0 0 e-1 � v e- e- e- Q. In In d d N m w m O � d 0 Y to O O o E Y o s W- CJ � L H N ;E G1 m Q, L m� O v 3 !pi_ � O O cc u CL '° °r w tM CD C � O � m G (�~ a V- w+ Y � H Packet Page -285 - 5/24/2011 Item 16.A.5. T N1'0:1ERICR N N N N 7 C C 0 xs .;�: c to M C = M C CL Co 0 o U m U c Ca 0 c J C N 1— c4 Q V O cs L., ,C N cc C m N Q N rn C Z M L 2 M .w r O 0. 00 m a M v N r 0 0 0 0 0 T- e- e- e- In In 45 O m Q, L m� i 3 !pi_ r O cc u tM WT A F W "! � 4 MN.� Y Y F Ai AR- wf CY M O � C tM d Y p Ahm al IRIS IzIS . �. m w � 3 O O O C O E C C c' � E 55 m ca c z C otS g U LU o c� E m c � U c c F¢- P- < 0 0 1 1 Packet Page -285 - 5/24/2011 Item 16.A.5. T N1'0:1ERICR N N N N 7 C C 0 xs .;�: c to M C = M C CL Co 0 o U m U c Ca 0 c J C N 1— c4 Q V O cs L., ,C N cc C m N Q N rn C Z M L 2 M .w r O 0. 00 m a a) CL M CL v = m O m n. y o v F9 3 v O �a c N w v N oa w C tr w+ a � H d odUU'ao CL o y N v 0 t"1 v V C O 0 •O a °a CL CL a m R Z 0 0 0 0 0 0 0 0 O O n L7 0 0) C c Y 3 C 0 L t3) 05 O C 0 M Co C C 06 _o Q) L U W c c M a� C N 0 -a C E m 0 Packet Page -286- C U d E L U V N (Q M L ° d N m c H � a /V1 O fti OT 1p O O CL E x 0 a �. CM 0 > y Y d L m d o N W E of E U w o E .M F- IL M U 0 w m oti to 0 O d C O r' N U cn •- o "a a m LL �. a m U = w P V1 v = m O m n. y o v F9 3 v O �a c N w v N oa w C tr w+ a � H d odUU'ao CL o y N v 0 t"1 v V C O 0 •O a °a CL CL a m R Z 0 0 0 0 0 0 0 0 O O n L7 0 V co a) Y C � �cC m L L O E a� a) O E oa U C t0 C N O C U � a) N > m o > �> C C O a) 0 o (D -v O m Y E � O ` U m � L _ E CL a) m E m a3 0 n U C Y O L O A m o � N O C O •> Q C O cQ W C w ii M 0 Q "D 0 C d3 > 5/24/2011 Item 16.A.5. 0 U m N N N 4k C1 C Y C f6 N W L O1 L N c 0 is E c N C N N E U .c a a c m 'o CL CM M 0 CL 0 a od aci c U Y c � N .O C) E E 0 U N G w c 0 CL 0 U N C N d a E CD E E 0 U CL a a O! 0 c C 0 t3) 05 C 0 M Co C C 06 O U W c c M O C N J 0 -a E m n Packet Page -286- V co a) Y C � �cC m L L O E a� a) O E oa U C t0 C N O C U � a) N > m o > �> C C O a) 0 o (D -v O m Y E � O ` U m � L _ E CL a) m E m a3 0 n U C Y O L O A m o � N O C O •> Q C O cQ W C w ii M 0 Q "D 0 C d3 > 5/24/2011 Item 16.A.5. 0 U m N N N 4k C1 C Y C f6 N W L O1 L N c 0 is E c N C N N E U .c a a c m 'o CL CM M 0 CL 0 a od aci c U Y c � N .O C) E E 0 U N G w c 0 CL 0 U N C N d a E CD E E 0 U CL a a O! 0 `m CL M CL rn c O Z L c O O a) .a a) Co d tl O IL w 0 r O tM n. c N N Co c �aaea y /�Y �� V o Q N dCyO a CL v N O CO) r.r .O o a O a s CL Q d M z LO CO 00 CO OD O 0 lqT C) CO ti N ti N 0) �W N Cj 0 d c a� C U Y d E s U 0 V ca a) O O C in N .... N c c D a Co M 0 C Ca as N a Q in Co 0 E .` to of = C _J a) CD m � Q ( Packet Page -287- Co x E a0+ O— 0 Q 0 M 0 ac O -a *. c V > P C N N c d 0 O' 0i O aa) ) p N E a)E =_(D U) '' n 0 N L V a W E O1 N N C CD U IL 0 > 4) M �tS ca 0 .0 d c IM t5 3 N O T- d a) a) V p U) �o E > -a a L G. 4) U _ n d tl O IL w 0 r O tM n. c N N Co c �aaea y /�Y �� V o Q N dCyO a CL v N O CO) r.r .O o a O a s CL Q d M z LO CO 00 CO OD O 0 lqT C) CO ti N ti N 0) �W L U a� U C O f`a N E o E c E N L 0 O a E c E O U C M C N O C L) O a) � NC �a > C c N U � C i O a� a .E -v O c a) Y E O U CD L E E a E m O C. U c c o -L +• O CL) 3 � c o �E y C -D a c 0 C M N 0 O d c W > 5/24/2011 Item 16.A.5. O U N N M N C Y C l0 N d t O1 L y C 2 l0 C m X E a a r c Co rn eo 0 a 0 CL N Cj d c � o, >`- Y c C 0 7 C) d C in N .... d � c D a Co M 0 C Ca U m in Co 0 E c U of = C _J a) CD Q ( Packet Page -287- L U a� U C O f`a N E o E c E N L 0 O a E c E O U C M C N O C L) O a) � NC �a > C c N U � C i O a� a .E -v O c a) Y E O U CD L E E a E m O C. U c c o -L +• O CL) 3 � c o �E y C -D a c 0 C M N 0 O d c W > 5/24/2011 Item 16.A.5. O U N N M N C Y C l0 N d t O1 L y C 2 l0 C m X E a a r c Co rn eo 0 a 0 CL N Cj d � o, >`- Y C d d � EL m E m E E 0 U N CL P N c ca c 2) U) 8 N C O1 N N [4 a E m E d d z E E U n d CL m CL o� c_ 0 f°— A n 5/24/2011 Item 16.A.5. N N C Y C d r t C) O o d � c o c i0 iE 0 Q Ja- O � Eco O Q a = '� Co C a t E € Urn O d •o • .c Co Q, c c o � O 3 a q N O N .a L 0 W 0 O .. � c N N tM C C N 3 O lE C ea •O CL E c 0 Co > o CM m o a m 2 a) o d V Cu O 0 N ed V v t0 O _d V C U •o a CD �Clao CL o N N O .-. IM U O C CO •� O L in C M CL C� 'q m 0 Y C v d a N o o �' t •-• V C o M. M EX -a a °a Q. .. IM O O %- V O C. Q c .a c 5/24/2011 Item 16.A.5. N N C Y C d r t C) O o o c o �, iE 0 s U Eco O Q '� a t E € Urn Y C • N c C ,O a q N L 0 W 0 c N N N 3 E c m o a m 2 a) o o E N ed V v W r H a E E a CD E E O N U O E C CO 'O N U CL C� o M c M z = m O �- c tM o C U O O O c O O C C O p C y 0 0 0 O O O CO a T cn W U c c 0) o Q! M U m V > j _ C4 fo� > Y >� v, O = C d d '2 C J f¢- 'OQ �` d V = ~ > at �U C C r �- O U) > ID E o v M �� - O c wm = 0 � O ca E .00 N 0 CL V m o c n _ y r °n °' m L. c c o Q V y H a) - E o m - w _ o o E a �, y Eco O Q a t E Urn N • N C ` O a E N c N E m N 3 m o a m '= o o ed V v W r H a E E m m e E E c 7 0 :r N U O E C CO 'O U CL C� o M C z = m O �- O O O 7 a C r 0 O C C m O N O O O O C CO T cn W U c c 0) U j _ L v, d d '2 C J f¢- 'OQ V = ~ Q (Packet Page -288- U) > �� - 00000000 r— --!r? C a� .� o Y � r.. L 0a° EE y p N N Cz �W M T Y• v O EC13 O M C c cc Y r� E O cc N �O C OEM O 0 E Ca r. v C W N , 3 O N d D cry O E CD .Q O > O U O Co E E C C C 0 CD CD Ui O > N Q Q v i d U - E � Q: E ad o V O O Vw d C W O C. U) C3 CO v CC C aro CM ^ Co a ... C E 'i O w m C7: v lot d O x Co V W .c .• d N O a •0 as �O R l $ U Z a E ° :2 a e. 00000000 r— --!r? C a� .� o 5/24/2011 Item 16.A.5. t n U m _U N zw C Y C cc LN L EE y p N N to N O EC13 O c cc E C OEM O 0 E r. v V , d D cry O E m O > O U O E E C m CD - E � Q: a o cfno a _ m CO v a O C C C E a U) d E O c = '0 O a a R l Q U Z a u` C O C (iiiii y 7 e. CL O U C O C a cY C O -O C C O Co O _ Co i 3N C � C OW C CO O d in *. vi 3 h4 U CO O >r Qi z_ > U) LL a L d = td C Y f` ; z a) Q. Q O) C Y O t c O 0 N L a �y v rn t4 Co CO c a N N V ^ y C dd 0 N v /may � N a v oif ^ d � 3 v c d � o N N O M v Z ) •� U C 0- ° a0 M Q a 0 M Z 0 L7 �C N H OI c C E 0 .L C ' •o v c C U _C C 0 CL C L rn V c M � cca~U i C (U J a 0 Q r- Packet m y 1`6 W d d C c O N O V a N E i� m rn N a N O � N Q O O o G. O E -% 'a IM O O > C Li .N E a E N y Q CD E E t Z E c E y a) H 0 c� a 0 W R E O H U CL M otS Co d to L C U y r (D - o -0 a 0) u. = a w U = w P CO L a �y v rn t4 Co CO c a N N V ^ y C dd 0 N v /may � N a v oif ^ d � 3 v c d � o N N O M v Z ) •� U C 0- ° a0 M Q a 0 M Z 0 L7 �C N H OI c C E �\ z--� f �� C ' •o v c U) m N _C C 0 CL C rn UW c M � cca~U i C (U J E cc 9 O Q r- Packet Page -290- O 6 cc O . C O t O M � C > N { O > w. > i a) r-. {O U i C a) F O U N Ci (D CO C2 M Q 0) C Y 3 c 0 V) C O Q C O v N ca O c N 5/24/2011 Item 16.A.5. V d N_ N W C Y C W N N L Of L N 0 Co a) CL M EL 0 0 G H OI c E �\ z--� f �� C CL v c m N C 0 CL C rn 7 f0 N O a 0 —_ N U T a od N C Y (p C 1`6 W d � L E N E N a N N O o CL N C o N C Li .N a E 4) E E E U n h a) CL M EL 0 0 G 5/24/2011 Item 16.A.5. Request for Letter of Interest (LOI) — Step 1 Request for Proposal (RFP) — Step 2 In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. r , COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS LOI /RFP # 11 -5639 (Electronic Submittal Required) "Design & Related Services for the Replacement of CR 29 Bridge ( #030161) over Chokoloskee Bay" Project Number: 66066 Brenda Brilhart, Purchasing Agent Brendaerilhart@colliergov.net, Email Address (239) 252 -8446, Telephone Number (239) 252 -6697, FAX Number This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Pumhas iN Cgpa€ ml • 3301 Tammmi Tram East - Naptes, Florida 34112 • www,coWer9ov.neVpurdhasing LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -291- Table of Contents Section LegalNotice ........................................................ ............................... Exhibit I: Scope of Work, Specifications and Response Format ................ Exhibit Ik General LOI /RFP Instructions ................. ............................... Exhibit III: Collier County Purchase Order Terms and Conditions .............. Exhibit IV: Additional Terms and Conditions for LOI /RFP ...................... Attachment 1: Vendor Checklist ............................. ............................... Attachment 2: Conflict of Interest Affidavit .............. ............................... Attachment 3: Vendor Qualification Form ................. ............................... Attachment 4: Vendor Declaration Form ................... ............................... Attachment 5: Immigration Affidavit Certification ...... ............................... LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -292- 5/24/2011 Item 16.A.5. Page 3 4 N 13 17 24 25 27 29 30 2 5/24/2011 Item 16.A.5. Attachment 6: Insurance Requirements ................... ............................... 31 Attachment 7: Vendor's Non - Response Statement .... ............................... 32 Exhibit A: Scope of Services LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -293- 33 �Ji -�I III - 1mi � �° • Legal Notice 5/24/2011 Item 16.A.5. Pursuant to approval by the County Manager, Letter of Interest (LOI) - Step One to provide professional design and related services for the Replacement of CR 29 Bridge #030161 over Chokoloskee Bay will be received until 3:00 p.m., Naples local time, on January 31, 2011 at the Purchasing Department, Purchasing Building "G ", Collier County Government Complex, 3301 Tamiami Trail East, Naples, Florida 34112. For shortlisted firms only, Step Two, Request for Technical Proposal will be due by 3:00 p.m, on March 7, 2011. LOI /RFP # 11 -5639 "Design & Related Services for the Replacement of the CR 29 Bridge ( #030161) over Chokoloskee Bay" Services to be provided shall include, but not be limited to the following: The Transportation Engineering Department, is seeking the professional services of a qualified firm to provide consulting services for Design & Related Services to the Replacement of CR 29 Bridge ( #030161) over Chokoloskee Bay. The services shall include, but not be limited to the "Scope of Services" as described in the attachment. This is a two -step solicitation: first step is to receive letters of interest and have a committee short-list to a maximum of four (4) firms; and then those short- listed firms will submit a full -blown proposal and will be invited to do presentations. A non - mandatory pre - proposal conference will be held on January 24, 2011, commencing promptly at 10:00 a.m., and will be held in the Purchasing Department Conference Room, 3301 Tamiami Trail East, Building "G ", Naples, Florida 34112. If this pre - proposal conference is denoted as "mandatory", prospective proposers must be present in order to submit a proposal response. All statements shall be made upon the official proposal form which must be obtained only on the Collier County Purchasing Department E- Procurement website: www.colliergov.net /bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Stephen Y. Carnell, C.P.M. Purchasing & General Services Director This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net /purchasing and in the Lobby of Purchasing Building "G ", Collier County Government Center on January 17, 2011. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -294- 4 5/24/2011 Item 16.A.5. Exhibit I Scope of Work, Specifications and Response Format As requested by the Collier County Transportation Engineering (TECM) Department (hereinafter, the "Division or Department "), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County ") has issued this Letter of Interest (LOI), Step 1 and Request for Proposal (hereinafter, "RFP ") step 2 with the intent of obtaining proposals from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. 1. Brief Description of Purchase: The professional services will include, but not be limited to, design engineering, permitting and permitting services, specification submittal, project management, bidding support services, and post construction services. The scope of these services is to include those required for the proper administration of all phases of the design as well as post design. 2. Background: The purpose is to improve the serviceability of the Chokoloskee Bay Bridge connecting Chokoloskee Island to Everglades City along CR 29 /Copeland Ave. The existing bridge was built in 1955 and the 2009 Bridge Inspection Report rated this bridge as functionally obsolete with a Sufficiency Rating of 46 and a Health Index of 65.84. In 2007 a Condition Assessment Study was completed which recommended that the Bridge needed to be replaced by 2022. In 2009 minor repairs were done to improve the structural deficiencies that were identified in the 2009 Bridge inspection report and the 2007 Condition Assessment Recommendation Report. However, the bridge continues to experience rapid deterioration to the seawalls due to scour cause from tidal influence. The County plans to construct the improvements beginning in FY 2014 with funding through the Bridge Program. The anticipated contract term shall be for a period not to exceed Thirty -six (36) months. An award, if made, will be made to the best overall proposer(s) whose proposal is most advantageous to the County, taking into consideration the evaluation factors set forth in this solicitation. The County will not use any other factors or criteria in the evaluation of the proposals received. The Firm(s) submitting as the Prime Contractor at a minimum must be pre - qualified through FDOT in the following work groups: 3.2 — Major Highway Design 4.1.1— Miscellaneous Structures 4.2.1- Major Bridge Design - Concrete 4.2.2 — Major Bridge Design — Steel 5.4 — Bridge Load Rating 7.1— Signing, Pavement Marking & Channelization The firm (s) submitting as a subcontractor to the Prime at a minimum must be prequalified through FDOT in the following work groups to provide that service: 8.1— Control Survey LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -295- 5/24/2011 Item 16.A.5. 8.2 - Design, Right of Way, & Const. Survey 8.4 — Right of Way Mapping 9.1- Soil Exploration 9.2 - Geotechnical Classification Lab Testing 9.4.1 —Standard Foundation Studies 9.4.2 — Non - Redundant Drilled Shaft Bridge Foundation Studies 10.1— Roadway Construction Engineering Inspection 10.5.1— Major Bridge CEI - Concrete 3. Projected Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the LOI /RFP process. STEP ONE January 17, 2011 Posting of Request for Letters of Interest January 24, 2011 Pre - Proposal Conference (10:00 a.m.) January 27, 2011 Deadline for submission of written questions prior to submittal January 31, 2011 Letters of Interest due electronically — Shortlist to four firms STEP TWO March 7, 2011 Technical Proposals due by 3:00 p.m. local time March 28, 2011 Presentations/ Oral Interviews & Final Ranking April 11, 2011 Scoping Meeting April 18, 2011 Negotiation Meeting May 17, 2011 Anticipated Award Date (BCC Meeting) TBD Anticipated Execution Date 4. Response Format The Vendor understands and agrees to abide by all of the LOI /RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -296- 2 5/24/2011 Item 16.A.5. the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this LOI /RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non - responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in the LOI /RFP. All proposals should be presented as described in the L01 /RFP in PDF or Microsoft Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. Exhibit II General LOI /RFP Instructions 1. Questions Direct questions related to this LOI /RFP to the Collier County Purchasing Department E- Procurement website:www.colliergov.net/bid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department E- Procurement website. For general questions, please call the referenced Purchasing Agent noted on the cover page. 2. Pre - Proposal Conference The purpose of the pre - proposal conference is to allow an open forum for discussion and questioning with County staff regarding the LOI /RFP with all prospective Vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the LOI /RFP. Only written responses to written questions will be considered official, and will be included as part of the LOI /RFP as an addendum. All prospective Vendors are strongly encouraged to attend, as, this will usually be the only pre - proposal conference for this solicitation. If this pre - proposal conference is denoted as "mandatory ", prospective Vendors must be present in order to submit a proposal response. 3. Compliance with the LOI /RFP Proposals must be in strict compliance with this LOI /RFP. Failure to comply with all provisions of the L01 /RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the LOI /RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the LOI /RFP, to immediately notify the Purchasing Agent, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Purchasing Agent will make modifications by issuing a written revision and will give written notice to all parties who have received this LOI /RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this LOI /RFP, nor for the presentation of its proposal and /or participation in any discussions, negotiations, or, if applicable, any protest procedures. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -297- 5/24/2011 Item 16.A.5. 6. Delivery of Proposals All proposals are to be delivered before 3:00 p.m., Naples local time, on or before: LOI - January 31, 2011 (submitted electronically) RFP — Technical Proposal — March 7, 2011 (for shortlisted firms only) Collier County Board of County Commissioners Purchasing Department 3301 Tamiami Trail East, Bldg. "G" Naples, Florida 34112 Attn: Brenda Brilhart, Purchasing Agent The County shall not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and /or time indicated, or to an incorrect address by Vendor's personnel or by the Vendor's outside carrier. However, the Purchasing /General Services Director, or designee, shall reserve the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which shall include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. For Step Two: Vendors must submit at least seven (7) paper copies with one (1) clearly labeled "Master," and one (1) copy of the proposal submitted on a CD -ROM in PDF or Microsoft Word format is mandatory. List the Proposal Number on the outside of the box or envelope and note "Request for Proposal enclosed." 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 87 -25, and Collier County Resolution Number 2006- 268 establishing and adopting the Collier County Purchasing Policy. The County may, as it deems necessary, conduct discussions with qualified Vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: 1. The County Manager shall appoint one (1) Selection Committees to review the Letters of Interest and Technical Proposals submitted. The Selection Committee shall short—list the four top ranked LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -298- 5/24/2011 Item 16.A.5. firms for evaluation of their technical proposals. The Selection Committee shall evaluate the Technical Proposals and conduct the oral interviews (if necessary). 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Purchasing Agent and Project Manager shall review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published LOl /RFP. 4. Meetings shall be open to the public and the Purchasing Agent shall publicly post prior notice of such meeting in the lobby of the Purchasing Building at least one (1) day in advance of all such meetings. 5. The committee members shall review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Purchasing Agent will post a notice announcing the date, time and place of the first committee meeting. Said notice shall be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Purchasing Agent shall also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings. 7. The committee will compile individual rankings, based on the evaluation criteria as stated herein, for each proposal to determine committee recommendations. The committee may at their discretion, schedule presentations or demonstrations from the top- ranked firm(s), make site visits, and obtain guidance from third party subject matter experts. The final recommendation will be decided based on review of scores and consensus of committee. 8. Negotiations shall begin with the top- ranked firm(s) in accordance with Florida Statute 287.055. 9. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. The County reserves the right to withdraw this LOI /RFP at any time and for any reason, and to issue such clarifications, modifications, and /or amendments as it may deem appropriate. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances shall not be considered. 10. References The County reserves the right to contact any and all references to obtain, without limitation, ratings for the following performance indicators: • On a scale of 1 -10, with 1 being very dissatisfied and ten exceeding your every expectation, how satisfied were you with the firm's performance? • What specifically did you like about their approach? • What do you believe were shortcomings or that they could have done better? • Did they meet your schedule requirements? • How were their communications? Were you always kept in the loop? LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -299- 5/24/2011 Item 16.A.5. • How responsive were they in addressing problems with the project? • How was the quality /experience /personality of their personnel? • Would you use this firm again? • Additional comments A uniform sample of references will be checked for each Vendor. Vendors will be scored on a scale of 1 to 10, with 10 being the highest possible score. This score will also be used in determining the score to be given to the "past performance" evaluation factor for each proposal. STEP ONE Letters of Interests cannot exceed Four (4) pages in length and must, at a minimum, should include the following: • Project Name and Solicitation Number • Consultants' name and address • Proposed responsible office for consultant • Contact person, phone number and Internet E -Mail Address. • Project Team Staffing and relevant experience to this type of project for both the prime and any proposed sub- consultant(s) • Experience of proposed staff • Proposed Management structure for project administration. • Proposed Approach to Task Based Project Structure. • Quality Assurance /Quality Control Process /Plan • Attached Exhibits should be limited to a maximum of two (2) 8" x 11" pages (This is separate from the Four (4) page limitation). LETTER OF INTEREST GRADING CRITERIA POINTS 1. Project Understanding 30 2 Experience of Firm 25 3. Expertise of Designated Staff 25 4. Previous Performance on Similar Job 20 TOTAL POSSIBLE POINTS 100 In a maximum of four (4) pages express your interest in the project, state qualifications to do the work, identify the Consultant Project Manager, the lead roadway and structural design engineer and other specific team members, and recount any information on the project team that may be useful or informative to the County. Specifically the Consultant must demonstrate understanding of regulations concerning bays, coastal wetlands, wildlife habitats and the need for a strategic maintenance of traffic plan for construction of the bridge. The consultant must also demonstrate innovative ideas such as Accelerate Bridge Construction Techniques. Include the mailing and email addresses and the phone number of the primary contact person for this consultant selection process in the letter of interest. STEP TWO (Only the Shortlisted Firms Resulting From Step One Will Be Invited to Provide Technical Proposals) LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -300- 10 5/24/2011 Item 16.A.5. TECHNICAL PROPOSAL GRADING CRITERIA POINTS 1. Approach to Project 30 2. Schedule and Approach to Quality Control 20 3. Staffing Quantity and Availability 20 4. Staffing Quality (Resumes) 20 5. References 10 TOTAL POSSIBLE POINTS 100 The items listed below shall be the evaluation criteria for the Technical proposals and must be reflected in each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a proposer to include all listed items may result in the rejection of its proposal. Tab I: Proiect Approach. (30 points, 8 pages maximum; note: Only 2 of the 8 pages can be 11 X 17 formats) The proposal will be assessed -1 point for each additional page over the described limit. Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s), and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Proposer's certification that the Proposer will accept any awards made to him as a result of said submission of the terms contained therein. The Proposer shall include a description of how the design of the project will be approached. The proposal will include options to be considered and the issues to be resolved. The Proposer will present concepts demonstrating their ability to develop cost effective solutions through innovative design such as Accelerated Bridge Construction techniques. It will specifically address how the design team will approach permitting and maintenance of traffic during construction. It will demonstrate which type of construction contracting methods can speed up the construction. Tab II: Proiect Schedule and Quality Control. (20 points, 4 pages maximum; note: Only 1 page of the 4 pages can be 11 X 17 formats) The proposal will be assessed -1 point for each additional page over the described limit. The Proposer shall include a project schedule to demonstrate their ability to deliver this project. The schedule will show the Design Team that is proposed for assignment to this project. It will provide the names of key team members, so that it ties to the expertise listed under TAB III, and the strength of the Design Team can be analyzed. The schedule will provide for 30 %, 60 %, 90% and 100% phases. The ERP permit and all required permits must be demonstrated by 100% plan submittal. The schedule will also provide for submittal of final right of way plans in at the 60% Design Phase. Tab III: Staffink, Quantity and Availability. (20 points, 3 pages maximum) The proposal will be assessed -1 point for each additional page over the described limit. The Proposer shall have a minimum of five (5) years acceptable Design experience with projects of similar size and scope. The Proposer shall describe experience, including tasks performed, and furnish at least five (5) similar project references with contacts, title, telephone numbers and mailing addresses. The Proposer shall furnish the names of three (3) public entities within the contiguous United States with whom the Consultant has acceptably contracted for similar work within the past five (5) years. The Proposer shall furnish a list of references, contacts and titles, telephone numbers, name of agency, and mailing addresses. These three (3) references may be included as part of the five (5) references under TAB V. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -301- 11 5/24/2011 Item 16.A.5. Provide information that documents your firm and subcontractors' qualifications to produce the required outcomes, including its ability, capacity, skill, and financial strength, and number of years of experience in providing the required services. Also describe the various team members' successful experience in working with one another on previous projects. In this tab, include: • The staffing plan showing key elements of the organizational structure and percentages of staff availability for both the Prime Consultant and sub- consultant(s). • In the project references, the assigned consultant project manager's role in at least two of the projects. • The office where the assigned project manager will be located. Tab IV: Staffine Quality. (20 points, 5 pages maximum) The proposal will be assessed -1 point for each additional page over the described limit. Provide a narrative describing the role of and introducing key individuals in your firm's organization who will be assigned to the County Project. The Proposer shall demonstrate working relationships among key personnel on the proposed team. Resumes of proposed staff; each resume cannot exceed one (1) page in length. Furthermore, all individuals identified as Key Personnel in the LOI shall remain on the Consultant's Team for the Technical Proposal and for the duration of the procurement process and the contract. If extraordinary circumstances require a personnel change, it must be submitted in writing to the County's Project Manager, who will determine whether to authorize the change. Unauthorized changes to the Consultant's Team at any time during the procurement process may result in elimination of the Consultant's Team from further consideration. The Proposer shall show the capability to provide minimum management personnel as follows: • Project Manager with a minimum of five (5) years experience in Consultant design and at least three (3) of the five shall be related to either major or complex bridge design. The senior designers shall have a minimum of three (3) years experience in similar project supervision. The Proposer shall show the capability to provide all the necessary equipment and material for project support and execution. Attach resumes of all managers, supervisors, and other contract team members who will be involved in the management of the total package of services, as well as the delivery of specific services. The same should be done for any sub - consultants. !f sub - consultants are being utilized, letters of intent from stated sub - consultants must be included with proposal submission. (Does not count in the total number of pages.) Tab V: References. (10 points, 2 pages maximum) The proposal will be assessed -1 point for each additional page over the described limit. Provide at least five (5) project references (with contacts, title, telephone numbers and mailing addresses) where Bridge Replacement over a major waterway was done. Provide a description of the project and the role of the firm and key individuals in performing services. The County reserves the right to contact any and all references to obtain, with limitation, ratings for the following performance indicators includes: • On a scale of 1 -10, with 1 being very dissatisfied and ten exceeding your every expectation, how satisfied were you with the firm's performance? • What specifically did you like about their approach? LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -302- 12 5/24/2011 Item 16.A.5. • What do you believe were shortcomings or that they could have done better? • Did they meet your schedule requirements? • How were their communications? Were you always kept in the loop? • How responsive were they in addressing problems with the project? • How was the quality /experience /personality of their personnel? (Specifically the project manager ?) • Would you use this firm again? A uniform sample of references will be checked for each Proposer. Proposers will be scored on a scale of 1 to 10, with 10 being the highest possible score. This score will also be used in determining the score to be given to the "past performance" evaluation factor for each proposal. Customer Listing: Provide a listing of all previous customers during the past three (3) years for all work of similar size and scope. The services provided to these clients should have characteristics as similar as possible to those requested in this LOI. Information provided for each client shall include the following: (Failure to provide complete and accurate client information, as specified here, may result in the disqualification of your proposal.) • Client name, address, and current telephone number. • Description of services provided. • Time period of the project or contract. • Client's contact reference name and current telephone number. Tab VI: Required Form Submittals (Acceptance of Conditions) Indicate any exceptions to the general terms and conditions of the LOI, and to insurance requirements or any other requirements listed in the LOI. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. • Proposal Checklist • Conflict of Interest Affidavit • Proposals Qualification Form • Declaration Statement • Insurance Requirements Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. This information will be based on information provided by the Vendor, subject to verification at the County's option. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 11. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re- solicit for proposals, if desired, and upon recommendation and justification by Collier LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -303- 13 5/24/2011 Item 16.A.5. County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re- advertise using the same or revised documentation, at its sole discretion. Exhibit 111 Collier County Purchase Order Terms and Conditions 1. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and /or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. LOI /RFP: 11 -5639 CCNA Revised June 09 No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY'S acceptance or payment for any delivery of goods and /or services, or any similar act by VENDOR. 3. Inspection All goods and /or services delivered hereunder shall be received subject to the COUNTY'S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. Packet Page -304- 14 All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR'S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and /or services provided early in the term of the Purchase Order are non - conforming or otherwise rejected by the COUNTY. 4. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remains with VENDOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and /or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from LOI /RFP: 11 -5639 CCNA Revised June 09 5/24/2011 Item 16.A.5. the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act ". 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and /or services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and /or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and /or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any Packet Page -305- A, security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and /or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and /or services to be provided hereunder. 11. Warranty of Non - Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which LOI /RFP: 11 -5639 CCNA Revised June 09 5/24/2011 Item 16.A.5. arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and /or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non - infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non - exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and Packet Page -306- 16 substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and /or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of Exhibit IV 5/24/2011 Item 16.A.5. this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and /or Conditions that are most favorable to the County and /or provide the greatest protection to the County shall govern. Additional Terms and Conditions for LOI /RFP LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -307- 17 5/24/2011 Item 16.A.5. 1. Contract Term The contract term, if an award(s) is /are made is intended to be a maximum of thirty six (36) months. Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on the contract anniversary date, in writing, to the Purchasing Director. Price adjustments are dependent upon budget availability and program manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 2. Insurance (The specific insurance requirements for this solicitation are identified in Attachment 6 Insurance) By signing the Attachment 6 Insurance and Bonding Requirements included in this LOI /RFP, Vendor acknowledges these conditions include Insurance Requirements. Vendor also understands that the evidence of required insurance and bonding may be required within five (5) business days following notification of its offer being accepted; otherwise, the County may rescind its acceptance of the Vendor's proposal. 3. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 4. Additional Items and /or Services During the contract term, Collier County reserves the right to add related items and /or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 5. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor's facilities /project site during and after each work assignment the Vendor is performing. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts /agreements, approved by the Board of County Commissioners (BCC). The selected Vendor shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and /or service agreements or other documents provided by the Vendor. 7. Work Orders Subject to Best Value Offer on Fixed Term Contracts The County reserves the right to order such services from selected firms as may be required during said period, but does not guarantee any minimum or maximum services to be ordered during the period specified from any given firm. Work Order service assignments shall be at the sole discretion of the County. Work order assignments for CCNA contracts shall be made in accordance with the Best Value Offer (BVO) procedure as approved by the BCC on February 10, 2009. The contracts are classified as fixed -term Countywide Agreements for various and miscellaneous design and related services which will be utilized on an as- needed basis. Assignments shall be implemented with Work Orders subject to a maximum of $200,000 per Work Order and with a maximum yearly contract amount of $750,000 per firm. Work Order assignments in excess of LOf /RFP: 11 -5639 CCNA Revised June 09 Packet Page -308- 18 5/24/2011 Item 16.A.5. $200,000 shall be approved by the Board of County Commissioners. Should any project that is active on a work order extend past the contract termination date, that work order shall be active and extended as necessary until completion of such project. 8. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners ATTN: Accounts Payable PO Box 413016 Naples, Florida 34112 Collier County, in its sole discretion, will determine the method of payment for goods and /or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. Collier County cautions vendors to consider both methods of payment when determining pricing as no additional surcharges or fees will be considered (per Rules for VISA Merchants and MasterCard Merchant Rules). The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests shall be submitted to the Project Manager on a monthly basis by the Vendor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices must be submitted within the fiscal year the work was performed. (County's fiscal year is October 1- September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and /or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 9. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any 19 LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -309- 5/24/2011 Item 16.A.5. Vendor to submit the required documentation may be grounds to deem Vendor non - responsive. A Vendor, with an office within Collier County is also required to have an occupational license. If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252 -2431, 252 -2432 or 252 -2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252 -2477. 10. Principals /Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is /are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 11. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 12. Termination Should the Vendor be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non - performance. 12. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 13. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this LOI /RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub - consultant to any other firm submitting underthe same LOI /RFP. If a legal entity is not submitting as a primary or as part of a partnership orjoint venture as a primary, that legal entity may act as a sub - consultant to any other firm or firms submitting under the same LOI /RFP. All submittals in violation of this requirement will be deemed non - responsive and rejected from further consideration. In addition, consultants that have participated and /or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 14. Protest Procedures Any actual or prospective Vendor to a Request for Proposal, who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director rior to the due date for acceptance 20 LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -310- 5/24/2011 Item 16.A.5. of proposals. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the final published date for the acceptance of the Request for Proposals. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 15. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 16. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this LOI /RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 17. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, LOI /RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. 18. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The E- Verify program, operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (LOI /RFP) including professional services and construction. Exceptions to the program: • Commodity based procurement where no services are provided. • In exceptional cases, the Purchasing Department may waive the requirement. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -311- 21 5/24/2011 Item 16.A.5. Vendors are required to enroll in the E- Verify program within thirty (30) calendar days of contract award, and use E- Verify within thirty (30) calendar days thereafter to verify employment eligibility of their employees assigned to the contract at the time of enrollment in E- Verify. Additionally, vendors shall require all subcontracted vendors to flow down the requirement to use E- Verify to subcontractors. If the vendor is already enrolled in E- Verify, they must use E- Verify within thirty (30) calendar days of contract award to verify employment eligibility of their employees assigned to the contract. Following this initial period they must initiate verification of all new hires of the Vendor and of all employees newly assigned to the contract within three (3) business days of their date of hire or date of assignment to the contract. Vendors shall be required to provide the Collier County Purchasing Department an executed affidavit vowing they shall comply with the E- Verify Program for each service /project. The affidavit is attached to the solicitation documents. If the bidder /Vendor does not comply, they may be deemed non- responsive. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http: / /www.dhs.gov /E- Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, that any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. LOURFP: 11 -5639 CCNA Revised June 09 Packet Page -312- `1A 5/24/2011 Item 16.A.5. Attachment 1 Collier County Board of County Commissioners Purchasing Department Vendor Check List THIS SHEET MUST BE SIGNED IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All information as requested in the Vendor's Qualification Form is included. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Board of County Commissioners Purchasing Department, Building "G" 3301 Tamiami Trail, East / Naples, Florida 34112 Attn: Brenda Brilhart, Purchasing Agent ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER - DELIVERED PROPOSALS MUST HAVE THE LOI /RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: Address: City, State, Zip: LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -313- 23 Telephone: Email: Representative Signature: Representative Name: LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -314- 5/24/2011 Item 16.A.5. Date 24 5/24/2011 Item 16.A.5. Attachment 2 Conflict of Interest Affidavit By the signature below, the firm (employees, officers and /or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and /or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and /or agents) agrees to immediately notify in writing the Purchasing /General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and /or project duration. Firm: Signature and Date: Print Name Title of Signatory State of County of SUBSCRIBED AND SWON to before me this day of 20 , by who is personally known to me to be the for the Firm, OR who produced the following identification LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -315- 25 Notary Public My Commission Expires LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -316- 5/24/2011 Item 16.A.5. 26 Attachment 3 Vendor Qualification Form Project 5/24/2011 Item 16.A.5. Complete Contract Dollar Amount LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -317- 5/24/2011 Item 16.A.5. ❑ Yes (if yes, provide explanation) ❑ No ❑ Yes (if pending or outstanding by or against your firm, submit details on separate sheet) ❑ No List all lawsuits that have been filed by or against your firm in the last five (5) years: Bank(s) Maintaining Account(s): Surety/ Underwriter (if required): Pursuant to information for prospective Vendors for the above - mentioned proposed project, the undersigned is submitting the information as required with the understanding that it is only to assist in determining the LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -318- 28 5/24/2011 Item 16.A.5. qualifications of the organization to perform the type and magnitude of work intended, and further, guarantee the truth and accuracy of all statements herein made. We will accept your determination of qualifications without prejudice. Name of Organization: By: Title: Attested by: Title Date: LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -319- 29 Attachment 4 Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 5/24/2011 Item 16.A.5. RE: LOI /RFP NO. 11 -5639 - "Design & Related Services for the Replacement of CR29 Bridge ( #030161) over Chokoloskee Bay" Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed by LOI /RFP # 11 -5639. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 200_ in the County of , in the State of Firm's Legal Name: Address: City, State, Zip Code: Telephone: FAX: Check on of the following: ❑ Sole Proprietorship ❑ Corporation or P. A. State of ❑ Limited Partnership ❑ General Partnership LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -320- 30 Signature by: (Typed and written) Title: LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -321- 5/24/2011 Item 16.A.5. 31 Additional Contact Information Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -322- 5/24/2011 Item 16.A.5. 32 Email: LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -323- 5/24/2011 Item 16.A.5. 33 5/2412011 Item 16.A.5. Attachment 5 LOI /RFP #:11-5639 Title: "Design & Related Services for the Replacement of CR 29 Bridge ( #030161) over Chokoloskee Bay" This Affidavit is required and should be signed, notarized by an authorized principle of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Failure to include this Affidavit with proposal will delay in the consideration and reviewing of vendor's proposals and could result in the vendor's proposal being deemed non - responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to abide by Collier County Employment Eligibility Verification System requirements regarding this solicitation. Company Name Print Name Signature State of County of Title Date The foregoing instrument was signed and acknowledged before me this day of , 20___, by (Print or Type Name) (Type of Identification and Number) Notary Public Signature LOI /RFP: 11 -5639 CCNA Revised June 09 who has produced as identification. Packet Page -324- 34 5/24/2011 Item 16.A.5. Printed Name of Notary Public Notary Commission Number /Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Collier County reserves the right, at any time, to request supporting documentation as evidence of the vendor's compliance with this sworn affidavit. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -325- 35 Attachment 6 Collier County Florida Insurance and Bonding Requirements 5/24/2011 Item 16.A.5. 1. ® worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. ® Employer's Liability ® Commercial General Liability (Occurrence Form) patterned after the current ISO form $1,000.000 single limit per occurrence Bodily Injury and Property Damage $2,000,000 single limit per occurrence 4. ® Indemnification To the maximum extent permitted by Florida law, the Vendor/ Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Vendor /Consultant or anyone employed or utilized by the Vendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. 4. ® Automobile Liability 5. ® Other LOI /RFP: 11 -5639 CCNA Revised June 09 $ 1,000.000 Each Occurrence; Owned /Non- owned /Hired; Automobile Included ® Professional Liability Packet Page -326- $ 2,000,000 Per Occurrence 36 5/24/2011 Item 16.A.5. 6. ❑ Proposal bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -327- 37 5/24/2011 Item 16.A.5. 7. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® Collier County Board of County Commissioners shall be named as the Certificate Holder and the certificate must read "For any and all work performed on behalf of Collier County. NOTE: The "Certificate" should read as follows: • For any and all work performed on behalf of Collier County. • Collier County Board of County Commissioners, Naples, Florida No County Division, Department or individual name should appear on the Certificate. 11. ® Thirty (30) Days Cancellation Notice required. 12. ® The Certificate must state the LOI /RFP Number and Title. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of LOI /RFP. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -328- 38 Name of Firm Vendor Signature Print Name Insurance Agency Agent Name LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -329- 5/24/2011 Item 16.A.5. Date Telephone Number 39 5/24/2011 Item 16.A.5. Attachment 7 Vendor's Non - Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this LOI /RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Purchasing Department, 3301 Tamiami Trail East, Naples, Florida 34112. We are not responding to this LOI /RFP for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications /scope of work. ❑ Specifications /scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other Reasons: LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -330- 40 Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -331- Date 5/24/2011 Item 16.A.5. 41 MUTO-31W., ME ADVERTISEMENT LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -332- 5/24/2011 Item 16.A.5. JANUARY 17, 2010 42 5/24/2011 Item 16.A.5. Table of Contents 1 PURPOSE 45 2 PROJECT DESCRIPTION 46 3 PROJECT COMMON and GENERAL TASKS 58 4 ROADWAY ANALYSIS 61 5 ROADWAY PLANS 62 6 DRAINAGE ANALYSIS 64 7 UTILITIES 65 8 ENVIRONMENTAL PERMITS 68 9 STRUCTURES-SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS 70 10STRUCTURES- BRIDGE DEVELOPMENT REPORT 71 11-STRUCTURES - TEMPORARY BRIDGE 72 12STRUCTURES - SHORT SPAN CONCRETE BRIDGE 72 13STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE 73 14STRUCTURES - STRUCTURAL STEEL BRIDGE and tasks 14.1 -14.60 are not applicable for this project. 75 15STRUCTURES - SEGMENTAL CONCRETE BRIDGE and Tasks 15.1 -15.77 are not applicable for this project. 75 16STRUCTURES - MOVABLE SPAN and tasks 16.1 - 16.102 are not applicable for this project. 75 17STRUCTURES - RETAINING WALL and Tasks 17.1 -17.21 are not applicable for this project. 75 18STRUCTURES — MISCELLANEOUS and tasks 18.1 -18.22 are not applicable for this project. 75 19SIGNING AND PAVEMENT MARKING ANALYSIS 75 20SIGNING AND PAVEMENT MARKING PLANS 76 21SIGNALIZATION ANALYSIS and tasks 21.1— 21.19 are not applicable forthis project. 76 22SIGNALIZATION PLANS and tasks 22.1— 22.18 are not applicable for this project. 76 23 LIGHTING ANALYSIS and tasks 23.1—are not applicable for this project. 76 24 LIGHTING PLANS and tasks 21.1— 24.14 are not applicable for this project. 76 25 LANDSCAPE ARCHITECTURE ANALYSIS and Tasks 25.1— 25.14 are not included for this project 76 26 LANDSCAPE ARCHITECTURE PLANS and Tasks 26.1— 26.15 are not included for this project. 76 27SURVEY77 28PHOTOGRAMMETRY and tasks 28.1 -28.19 are not applicable for this project 78 29MAPPING 78 30GEOTECHNICAL78 31ARCHITECTURE DEVELOPMENT and tasks 31.1— 31.139 are not applicable for this project. 78 43 LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -333- 5/24/2011 Item 16.A.5. 32 NOISE IMPACT DESIGN ASSESSMENT and tasks 32.1— 31.11 are not applicable for this project. 79 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS and tasks 33.1-33.21 are not applicable for this project. 79 341NTELLIGENT TRANSPORTATION SYSTEMS PLANS and tasks 34.1— 34.20 are not applicable for this project. 79 35 PROJECT REQUIREMENTS 79 36 INVOICING LIMITS 80 LOIlRFP: 11 -5639 CCNA Revised June 09 Packet Page -334- 44 5/24/2011 Item 16.A.5. SCOPE OF SERVICES O. CONSULTING BRIDGE DESIGN AND HIGHWIX This Exhibit forms and integral part of the agreement between Collier County Board of Commissioners (hereinafter referred to as the COUNTY) and - - - - - -- -leave blank until CONSULTANT is selected - - - - -- (hereinafter referred to as the CONSULTANT) relative to the transportation facility described as follows: Financial Project ID: 66066.3 County Location.: Section 23, Township 53 South, and Range 29 East Description: CR 29 (Copeland Avenue) over Chokoloskee Bay Bridge No.: 030161 1 PURPOSE The purpose of this Exhibit is to describe the scope of work and the responsibilities of the CONSULTANT and the COUNTY in connection with the design preparation of a complete set of construction contract plans and special provisions, if necessary, for: Improvements to the transportation facility described herein Major work mix include: BRIDGE REPLACEMENT Major work groups include: 3.2, 4.2.1, 4.2.2 & 8.2 Minor work groups include: 4.1.1, 5.4, 7.1, 8.1, 8.4, 9.1, 9.2, 9.4.1 & 9.4.2, 10.1, 10.5.1 The general objective is for the CONSULTANT to prepare a set of plans to be used by the contractor to build the project, and by the COUNTY to ensure the project is built as designed and to specifications. Elements of work shall include, but may not be limited to: roadways, structures, geotechnical activities, surveys, drainage, signing and pavement markings, utility relocation, maintenance of traffic, cost estimates, environmental permits, quantity computation books, and all necessary incidental items for a complete project. The Scope of Services establishes which items of work described in the Florida Department of Transportation (FDOT) Plans Preparation Manual, Collier County Land Development Code and other pertinent manuals to accomplish the work are specifically included in this contract, and also which of the items of work will be the responsibility of the CONSULTANT or the COUNTY All plans and design documents are to be prepared with Standard English values in accordance with all applicable FDOT manuals and guidelines. The CONSULTANT shall be aware that as a project is developed, certain modifications and /or improvements to the original recommendation may be required. The CONSULTANT is to incorporate these refinements into the design and will consider this effort to be an anticipated and integral part of the work. This will not be a basis for any supplemental fee request(s). 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 good contract file system that can be turned over to the COUNTY at the close of the project. It shall be the CONSULTANT's responsibility to utilize the very best engineering judgment, practices, and principles possible during the prosecution of the work commissioned under this contract. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -335- 45 5/24/2011 Item 16.A.5. The COUNTY will provide contract administration, management services, and technical reviews of all work associated with the development and preparation of the contract plans. The COUNTY will provide job - specific information and /or functions as outlined in this contract. 2 PROJECT DESCRIPTION The CONSULTANT shall investigate the status of the project and become familiar with concepts and commitments (typical sections, alignments, as- builts, reports, etc.) developed from prior projects. The following documents are available: A Final Condition Assessment and Recommendation Report dated December 2007, Construction Bid Package for bridge repairs completed in 2009, As- Builts dated July 29, 2010 and, the most current Bridge Inspection Report. The principle intent of this project is to replace the existing functionally obsolete bridge (030161) 5.4 miles south of US41 on CR 29 (Copeland Avenue) over the Chokoloskee Bay in Collier County, Florida. The roadway approaches should be resurfaced /reconstructed as appropriate, but as a minimum to the extent of the new guardrail. The existing bridge has been identified as scour susceptible and was constructed in 1955. At the project location, the existing roadway south of the bridge is 32' wide with 12' unpaved shoulders and 40' wide north of the bridge with varying unpaved shoulders. The existing bridge typical section consists of two 12' lanes with no shoulder. A concrete curb on each side separates the traffic lanes from 3' sidewalks. The railing on the bridge is composed of concrete post and beam rails. The existing capacity (2 lanes) shall remain the same for the new bridge. The posted speed limit on CR 29 is 35 mph. An appropriate design speed will need to be determined during design. Evaluate constructing an onsite temporary diversion to either side of the existing bridge. Based on the research, the existing maintained rights -of -way appear to be approximately 200' total. The official county maintained rights -of -way will need to be determined for this project. Right -of -way acquisition maybe anticipated in the form of Temporary Construction Easements in order to construct a temporary bridge and transitions. The onsite temporary diversion will likely require temporary construction easement. A 12" diameter waterline is attached to the eastside of the bridge. There is an underground forcemain adjacent to the west side of the bridge. Utility relocation is anticipated with this project. Project limits will be adjusted during the design based on the new bridge length and roadway approaches. The overall anticipated project length is 0.152 miles. The CONSULTANT shall incorporate the following into the design of this facility: 2.1 Roadway (Activities 3.0, 4.0, and 5.0) Plan Type: The CONSULTANT shall provide roadway plans, structures plans, and any other plan type required for the project. This will also include miscellaneous details to construct the project. The CONSULTANT shall develop and sign and seal the plans in accordance with Chapter 19 of the Florida Department of Transportation, Plans Preparation Manual, Volume 1, January 1, 2010 Revision. Public Involvement: The project will include Public Meetings. See Section 3.1 for specific requirements. Joint Project Agreements: There have been NO JPAs identified as this time. Typical Sections: The new roadway typical sections will be determined by the PPM requirements for the design speed and traffic volumes. Bridge Typical Sections: The new bridge section shall include 12' lanes with minimum shoulder widths per PPM requirements for the design speed and traffic volumes and as developed in the Bridge Development Report. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -336- 46 5/24/2011 Item 16.A.5. Right- of -Way: Right -of -way acquisition and establishing existing maintained R/W will be required. Existing R/W lines, including stations and offset distances at breaks, will be shown on all plan sheets. Pavement Design: The CONSULTANT will provide the Pavement Design for the project. Traffic Control Plans: The CONSULTANT shall provide a Temporary Traffic control Plans, Level II. Traffic Control Plans (TCP) will be required for this project. The FDOT Design Standards, 600 series, should be utilized for all work being performed on or adjacent to existing roadways. A reduction in the number of lanes may require that a lane closure analysis be performed by the CONSULTANT. See Section 4.6 for further guidance. Temporary Drainage: The CONSULTANT is responsible for any temporary drainage design necessary for the project. Variations /Exceptions: There are no known Design Variations or Exceptions required at this time. The consultant should review the location for a functional design that will meet FDOT design standards and make a determination whether a Design Variation or Exception is appropriate. Other conditions may be identified during design that may warrant design variations or exceptions. The CONSULTANT is to submit the requests for variations and Exceptions to the COUNTY as early as possible for approval in order to minimize potential schedule delays. The CONSULTANT will coordinate with the County's Project Manager to obtain this approval. Post Design Services: Provide necessary plan revisions; participate in construction meetings; participate in field reviews; respond to requests for information (RFI); evaluate proposed revisions; review shop drawings; coordinate with adjacent developments; revise plan drawings; SFWMD certifications. Post design services are included in this Scope of Services. 2.2 Drainage (Activity 6.0) The CONSULTANT shall develop hydraulic requirements for the new structure and any other treatment requirements. All existing drainage structures shall be shown on the construction plans and should be inspected for scour, erosion, structural integrity and accumulation of sediments if necessary. Treatments should be discussed with the Design Project Manager before being added to the construction plans. The stormwater system will be designed to meet the permitting requirements of all permitting agencies. Stormwater system design will consider best management practices, open system, closed system, lateral ditches, exfiltration, etc., or a combination thereof, within or outside the existing right -of -way. 2.3 Utility Coordination (Activity 7.0) The CONSULTANT will be responsible for coordinating and identifying all utilities in the corridor during the survey phase by calling Sunshine State One -Call of Florida (SSOCOF) and shall coordinate with each company to verify that all existing utilities are designated in the field prior to completing the topographic survey. The CONSULTANT will be responsible for showing areas that may be affected by construction. The CONSULTANT will evaluate utilities for potential impacts and prepare a Utility Conflict Matrix and Utility Adjustment Plans as directed by Section 7.0 of this document. The Consultant is to review the Utility Work Schedules and assure that they are compatible with the plans. 2.4 Environmental Permits (Activity 8.0) The CONSULTANT shall coordinate with appropriate agencies for all necessary permits, including, but not limited to, South Florida Water Management District, Department of Environmental Protection, United States Coast Guard and US Army Corps of Engineers. The CONSULTANT shall be responsible for the LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -337- 47 5/24/2011 Item 16.A.5. identification, coordination and applications for all permits necessary to construct this project. All application and processing fees associated with said permit(s) and activities shall be paid for by the COUNTY. The COUNTY will direct use of mitigation bank. 25 Structures (Activities 9.0 —18.0) The new typical section shall include 12' lanes with appropriate shoulder widths per AASHTO and PPM requirements. Type of Bridge Structure Work: BDR • Temporary Bridge • Short Span Concrete • Medium Span Concrete • Retaining Wall: Not anticipated. • Miscellaneous: Not anticipated 2.6 Signing and Pavement Markings (Activity 19.0 & 20.0) The CONSULTANT shall be responsible for the design, details, and quantities associated with signing and pavement markings for this project. The CONSULTANT shall evaluate the existing signage to determine the need for additional signs, correcting redundant or conflicting signage, and the replacement of damaged signs. 2.7 Signals (Not applicable to this project) 2.8 Lighting (Not applicable to this project) 2.9 Landscape Architecture (Not applicable to this project) 2.10 Survey (Activity 27.0) Design Survey: Design survey will be conducted by the CONSULTANT in accordance with Section 27.0 of this document. Subsurface Utility: The CONSULTANT will provide any subsurface utility excavations that are required for this project. Right of Way Survey: Right -of -way and defining the official county maintained right -of -way will be required for the project. The CONSULTANT will be responsible for the Right -of -Way Survey. 2.11 Photogrammetry (Not applicable to this project) 2.12 Mapping (Activity 29.0) Control Survey Map: The CONSULTANT will be responsible for the control survey maps. Right of Way Maps: The CONSULTANT will provide the right -of -way maps and a Technical Memorandum Right of Way Acquisition Report for this project. 2.13 Geotechnical (Activity 30.0) Pavement Evaluation (including coring, testing, and preparing the report) will be provided as directed in Section 30.20 of this Scope of Services. The CONSULTANT will be responsible for the Pavement Design. The CONSULTANT shall be responsible for any necessary geotechnical activities associated for this project. If necessary, the Consultant will collect appropriate samples for Limerock Bearing Ratio (LBR) testing. 2.14 Archaeological Surveys (Not applicable to this project) LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -338- 48 5/24/2011 Item 16.A.5. 2.15 Noise Analysis (Not applicable to this project) 2.16 Intelligent Transportation Systems (Not applicable to this project) 2.17 Project Schedule Within ten (10) days after the Notice -To- Proceed, and prior to the CONSULTANT beginning work, the CONSULTANT shall provide a detailed project activity /event schedule with actual dates and Scope of service activity /event numbers for COUNTY and CONSULTANT scheduled activities required to meet the current COUNTY Production Date. The schedule shall be based upon the durations and schedule negotiated during the project staff hour negotiations process. The CONSULTANT shall allow for a three (3) week review time for each phase review and other submittals as appropriate. The schedule shall indicate, at a minimum, proposed dates for Phase I, II, III, and IV plans and all other appropriate milestones and required submittals. All fees and price proposals are to be based on the negotiated schedule of 18 months for final plans production. However, the contract deadline is 36 months from the Notice to Proceed. 2.18 Submittals The CONSULTANT shall provide hard copies of the required plans and documents as identified in the Scope or made known by the COUNTYs Design Project Manager. The anticipated printing and submittal requirements for the project include the listed items below; however, this list of items may not be all inclusive on project needs. This tabulation will be used for estimating purposes. The COUNTY's Design Project Manager will determine the specific number of phase review submittals and submittal requirements for the project. It is the CONSULTANT'S responsibility to independently and continually QC their plans and other deliverables. The CONSULTANT should regularly communicate with the COUNTYs Design Project Manager to discuss and resolve issues or solicit opinions from those within designated areas of expertise. It is also the responsibility of the CONSULTANT to adhere to all COUNTY and FDOT standards, policies, procedures, guidelines, etc. Constant communication between the COUNTY's Design Project Manager and the CONSULTANT is vital in the overall success of the project. The CONSULTANT will be required to provide written monthly progress reports (preferably electronic via email) documenting actions taken, actions to be taken, status of project schedule, and contacts with the COUNTY or FDOT (the FDOT or COUNTY employee contacted, the issue, and the resolution), and the status of the plans. Following the Notice -to- Proceed, the CONSULTANT will begin the plans production process including making the necessary contacts with the COUNTY and attending field reviews as required by this Scope of Services. PRIOR TO PHASE I SUBMITTAL: Quality Control Plan: The CONSULTANT shall submit their Quality Control Plan that will be used during the design of this project to the COUNTY for reference. As a minimum, the QC plan shall include the details of all plan review processes to be utilized and sufficient file documentation to show that the QC plan has been followed. Alignment Submittals: Centerline /Baseline of Survey alignment submittals shall be submitted to the County's Design Project Manager for approval and the Prime CONSULTANT. The Prime CONSULTANT shall wait for approval from the County's Design Project Manager before utilizing the alignment for Design purposes. Survey Submittals: The Survey Subconsultant shall transmit their submittals to the Prime Consultant. The Survey Subconsultant shall copy the COUNTY's Design Project Manager on all submittal correspondence. These survey submittals are to be made prior to the phase I, II, III, and IV plans submittals. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -339- 49 5/24/2011 Item 16.A.5. Miscellaneous Design/ Production Document Submittals: The CONSULTANT shall submit to the COUNTY for review, and receive concurrence for, the Initial Project Schedule, the Typical Section Package, Design Variances and /or Exceptions (if applicable), etc. and other documents as required by the Scope of Services. Phase I: The CONSULTANT shall submit two (2) copies of the Phase Submittal CD /DVD and three (3) hard copies of the submittal components to the COUNTY's Design Project Manager for distribution. The Phase Submittal CD /DVD will include ONLY the submittal components (not the entire project directory and files). The CD /DVD will include all construction plans in one (1) *.PDF file. In addition, *.PDF files of the project Design Documentation and any other submittal document will be included on the Phase Submittal CD /DVD. The CONSULTANT must have the QC marked -up plans available for the COUNTY's review upon request. The CONSULTANT shall submit five (5) hard copies of the approved Bridge Development Report and five (5) hard copies of the approved Bridge Hydraulic Report. Electronic copies of these documents should be included on the Phase Submittal CD /DVD. Phase II: Prior to the Phase II submittal, the Prime CONSULTANTS shall provide the Survey SUBCONSULTANTS with the plans and allow time for a review to check the survey/ construction layout, alignments, control information, curve data, layout information, etc. The CONSULTANT shall submit two (2) copies of the Phase Submittal CD /DVD and three (3) hard copies of the submittal components to the COUNTY's Design Project Manager for distribution. The Phase Submittal CD /DVD will include ONLY the submittal components (not the entire project directory and files). The CD /DVD will include all construction plans components (roadway, signing & pavement marking, signalization, etc.) combined into one (1) *.PDF file. In addition, *.PDF files of the project Design Documentation, and any other submittal document will be included on the Phase Submittal CD /DVD. The CONSULTANT must have the QC marked -up plans available for the COUNTY's review upon request. The CONSULTANT shall submit plans to each of the affected local government(s) designated contact for a two week review. See Section 3.1 of this document for details regarding Local Government Involvement. The CONSULTANT shall submit a hard copy of the Plans for a Constructability Phase Review. If the need for a Technical Special Provisions has been identified at this phase, the CONSULTANT shall submit one (1) hard copy for COUNTY's review. An electronic copy of this document should be included on the Phase Submittal CD /DVD. The CONSULTANT shall submit one (1) hard copy of a completed Design Plans Phase Review coversheet (PPM Vol. 1, exhibit 24 -B) along with a hard copy set of the comments and responses from the previous phase submittal for concurrence by the County's Project Manager. The CONSULTANT shall submit five (5) hard copies of the approved Bridge Development Report and five (5) hard copies of the approved Bridge Hydraulics Report. Electronic copies of these documents should be included on the Phase Submittal CD /DVD. Phase III: The CONSULTANT shall submit two (2) copies of the Phase Submittal CD /DVD, five (5) hard copies of the plans, three (3) hard copies of the Computation Book and one (1) hard copy of the Design Documentation Book to the COUNTY's Design Project Manager for distribution. The Phase Submittal CD /DVD will include ONLY the submittal components (not the entire project directory and files). The CD /DVD will include all construction plans components (roadway, signing & pavement marking, signalization, etc.) combined into one (1) *.PDF file. In addition, *.PDF files of the project Computation Book, Design Documentation Book, CONSULTANT Cost Estimate, and any other submittal document will be included on the Phase Submittal CD /DVD. The CONSULTANT must have the QC marked -up plans available for the COUNTY's review upon request. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -340- 50 5/24/2011 Item 16.A.5. In addition, a hard copy of the CONSULTANT's construction contract time estimate shall be submitted to the COUNTY's Design Project Manager (including utility schedules and a dependent time memo) for the COUNTY's review of the project contract time. On a Lump Sum project where a comp book is not prepared, the CONSULTANT shall submit an estimate of pay items and quantities. The CONSULTANT shall submit one (1) hard copy of a completed Design Plans Phase Review coversheet (PPM Vol. 1, exhibit 24 -13) along with a hard copy set of the comments and responses from the previous phase submittal for concurrence by the County's Project Manager. The CONSULTANT shall also submit a hard copy of any Technical Special Provisions and /or incentive /disincentive cost analysis as required by the Specification package. Electronic copies of these documents should be included on the Phase Submittal CD /DVD. The CONSULTANT shall submit three (3) hard copies of the Geotechnical Reports. An electronic copy should be included on the Phase Submittal CD /DVD. Phase IV: The CONSULTANT shall submit two (2) copies of the Phase Submittal CD /DVD, five (5) hard copies of the plans, three (3) hard copies of the Computation Book and one (1) hard copy of the Design Documentation Book to the COUNTY's Design Project Manager for distribution. The Phase Submittal CD /DVD will include all plans set components (roadway, signing & pavement marking, signalization, etc.) combined into one (1) *.PDF file. In addition, *.PDF files of the project Computation Book, Design Documentation Book, CONSULTANT Cost Estimate, and any other submittal document will be included on the Phase Submittal CD /DVD. The CONSULTANT must have the QC marked -up plans available for the COUNTY's review upon request. The CONSULTANT shall submit plans to each of the affected local government(s) designated contact for a two week review. See Section 3.1 of this document for details regarding Local Government Involvement. The CONSULTANT must have the QC marked -up plans available for the COUNTY's review upon request. The CONSULTANT shall submit one (1) hard copy of a completed Design Plans Phase Review coversheet (PPM Vol. 1, exhibit 24 -B) along with a hard copy set of the comments and responses from the previous phase submittal for concurrence by the District Project Management Engineer. The CONSULTANT shall submit three (3) hard copies of the Geotechnical Reports (if prepared by the CONSULTANT). An electronic copy should be included on the Phase Submittal CD /DVD. If bridge structures are included in the project: the CONSULTANT shall submit two (2) signed and sealed load ratings and one (1) copy. Electronic copies should be included on the Phase Submittal CD /DVD. Final Submittal: Based on the schedule for plans production, the Final Submittal will either occur immediately upon addressing Phase IV comments. If changes are made to the plans after the Phase IV review that affect the payitems or quantities, the CONSULTANT must submit revised copies of the affected plan sheets and payitems and quantity sheets The CONSULTANT shall submit the following to the Design Project Manager • Two (2) Electronic Delivery CD /DVDs, labeled accordingly • Two (2) hard copies of Final Submittal Package (signed by the EOR) 2.20 Provisions for Work LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -341- 51 5/24/2011 Item 16.A.5. All maps, plans and designs are to be prepared with English units in accordance with all applicable current Collier County and FDOT manuals, memorandums, guidelines, and other documents (if applicable) listed below. General Florida Statutes Florida Administrative Codes Florida Department of Transportation Project Development and Environmental Manual Florida Department of Transportation Plans Preparation Manual Florida Department of Transportation Standard Specifications for Road and Bridge Construction Florida Department of Transportation Handbook for Preparation of Specifications Package Florida Department of Transportation Design Standards for Design, Construction, Maintenance, and Utility Operations on the State Highway System Manual of Uniform Minimum Standards for Design, Construction, and Maintenance for Streets and Highways Bicycle Facilities Planning and Design Manual, Rev. Ed. 1982 CADD Production Criteria Handbook CADD Manual Florida's Level of Service Standards and Guidelines Manual for Planning Equivalent Single Axle Load Guidelines Design Traffic Procedure K- Factor Estimation Process Project Traffic Forecasting Guidelines Florida Department of Transportation Basis of Estimates Manual Quality Assurance Guidelines Safety Standards Rule 61G17 -6, F.A.C., Minimum Technical Standards for Professional Surveyors and Mappers Department of Environmental Protection Rules Governing Mean High Water and Jurisdictional Line Surveys Any special instructions from the COUNTY Utility Accommodations Guidelines Policy for Geometric Design of Highways and Streets Florida Department of Transportation Materials Manual Americans with Disabilities Act Accessibility Guidelines (ADAAG) 40 CFR, Part 61, Subpart M - National Emission Standard for Hazardous Air Pollutants (NESHAP), Environmental Protection Agency (EPA) 40 CFR, Part 763, Subpart E — Asbestos- Containing Materials in Schools, EPA 40 CFR, Part 763, Subpart G — Asbestos Worker Protection, EPA LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -342- 52 5/24/2011 Item 16.A.5. 29 CFR, Part 1910.1101— Asbestos Standard for Industry, U.S. Occupational Safety and Health Administration (OSHA) 29 CFR, Part 1926, 1101— Asbestos Standard for Construction, OSHA Ch. 62257, F.A.C. —Asbestos Program, Florida Department of Environmental Protection (DEP) Ch. 469, F.S. — Asbestos Abatement, Florida Department of Business and Professional Regulation (DBPR) Model Guide Specifications — Asbestos Abatement and Management in Buildings, National Institute for Building Sciences (NIBS) Permits Chapter 373, F.S. Bridge Permit Application Guide, COMDT PUB P16591.36 Building Permit Drainage Drainage Manual Drainage Handbooks Storm Drain Optional Pipe Materials Stormwater Management Facility Cross Drain Erosion and Sediment Control Hydrology Temporary Drainage Handbook Survey Location Survey Manual Highway Field Survey Specifications Automated Survey Data Gathering Outline Specifications for Aerial Surveys and Photogrammetry for Transportation Projects Standards for Consultant - Submitted G.P.S. Static Control Projects EFB User Guide Chapter 472, F.S. Chapter 177, F.S. FDEP Bureau of Surveying and Mapping Traffic Operation Manuals American Disabilities Act AASHTO - Guide for Development of Bicycle Facilities Federal Highway Administration Standard Highway Signs Manual Florida Department of Transportation Traffic Engineering Manual LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -343- 53 5/24/2011 Item 16.A.5. Florida Department of Transportation Manual on Uniform Traffic Studies (MUTS) National Electrical Code National Electric Safety Code Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) Minimum Specifications for Traffic Control Signal Devices Florida Department of Transportation - Florida Roundabout Guide FHWA - Roundabouts: An Informational Guide Florida Department of Transportation Median Handbook AASHTO - An Information Guide for Highway Lighting Mapping Right -of -Way Mapping Florida Department of Transportation Right -of -Way Handbook Florida Department of Transportation Right -of -Way Manual Structures AASHTO Standard Specifications for Highway Bridges and Interims (for curved steel bridges and pedestrian bridges only) AASHTO LRFD Bridge Specifications and Interims AASHTO LRFD Movable Highway Bridge Design Specifications and Interims AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals, dated 1994 AASHTO LRFD Guide Specifications for Steel Curved Girder Bridges AASHTO Guide Specifications for Horizontally Curved Highway Bridges AASHTO /- AWS -D1. 5M/D1.5: An American National Standard Bridge Welding Code AASHTO Guide Specifications for Design of Pedestrian Bridges AASHTO Guide Specifications for Structural Design of Sound Barriers Florida Department of Transportation Structures Design Guidelines Florida Department of Transportation Structures Detailing Manual Florida Department of Transportation Structures Standard and Semi - Standard Drawings Florida Department of Transportation Structures Design Office Temporary Design Bulletins (available on Florida Department of Transportation Structures web site only) Florida Department of Transportation Preferred Details (available on Florida Department of Transportation Structures web site only) Florida Department of Transportation - New Directions for Florida Post - Tensioned Bridges Volumes 1 -5 Florida Department of Transportation Bridge Load Rating Permitting and Posting Manual Geotechnical Soils and Foundation Handbook LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -344- 54 5/24/2011 Item 16.A.5. Manual of Florida Sampling and Testing Methods Landscape Architecture Florida Highway Landscape Guide Architectural Building Codes Florida Building Code Accessibility for Persons with Disabilities Florida Accessibility Code for Building Construction Chapter 13D -1, FAC Section 255.21 and Chapter 553, Part V, F.S. ANSI A117.1 -1986 Titles II and III, Americans With Disabilities Act (ADA), Public Law 101 -336; and the ADA Accessibility Guidelines (ADAAG) Fire Codes and Rules NFPA 70 -1990 National Electrical Code NFPA 101 -1997 Life Safety Code NFPA 10 -1998 Standard for Portable Fire Extinguishers NFPA 11 -1999 Standard for Low - Expansion Foam Systems NFPA 11A -1998 Standard for High- and Medium - Expansion Foam Systems NFPA 12 -1998 Standard for Carbon Dioxide Extinguishing Systems NFPA 13 -1996 Installation of Sprinkler Systems NFPA 30 -1996 Flammable and Combustible Liquids Code NFPA 54 -1996 National Gas Fuel Code NFPA 58 -1998 LP -Gas Code 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. Energy Conservation Rule 13D -10, FAC, Rules for Construction and Leases of State -Owned Buildings to Ensure Energy Conservation Section 255.251, F.S., Florida Energy Conservation Act of 1974 Section 255.255, F.S., Life -Cycle Costs Glass Chapter 553, F.S., Part III, Glass Elevators Chapter 7C -5, Florida Elevator Code Chapter 399, F.S., Elevators LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -345- 55 5/24/2011 Item 16.A.5. Flood Plain Management Criteria Section 255.25, F.S., Approval Required Prior to Construction or Lease of Buildings Rules of the Federal Emergency Management Agency (FEMA) Extinguishing Systems NFPA 10 Fire Extinguishers NFPA 13 Sprinklers NFPA 14 Standpipe and Hose System NFPA 17 Dry Chemical NFPA 20 Centrifugal Fire Pump NFPA 24 Private Fire Service Mains NFPA 200 Standards on Clean Agent Fire Extinguishing Systems Detection and Fire Alarm Systems NFPA 70 Electrical Codes NFPA 72 Standards for the Installation, Maintenance and Use of Local Protective Signaling Systems NFPA 72E Automatic Fire Detectors NFPA 72H Testing Procedures for Remote Station and Proprietary Systems NFPA 72G Installations, Maintenance, and Use of Notification Appliances NFPA 74 Household Fire Warning Equipment NFPA 75 Protection of Electronic Computer Equipment Mechanical Systems NFPA 90A Air Conditioning and Ventilating Systems NFPA 92A Smoke Control Systems NFPA 96 Removal of Smoke and Grease -Laden Vapors from Commercial Cooking Equipment NFPA 204M Smoke and Heating Venting Miscellaneous Systems NFPA 45 Laboratories Using Chemicals NFPA 80 Fire Doors and Windows NFPA 88A Parking Structures NFPA 105 Smoke and Draft - Control Door Assemblies NFPA 110 Emergency and Standby Power Systems NFPA 220 Types of Building Construction NFPA 241 Safeguard Construction, Alteration, and Operations SFM F.A.C. 4A -47 Elevators SFM 4A -51 Boilers Other LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -346- 56 5/24/2011 Item 16.A.5. Chapter 1OD -6 FAC On Site Sewage Disposal Systems (Septic Tanks) Chapter 17 -6.070 FAC Wastewater Facilities (Treatment Plants) Chapter 17 -761 FAC Underground Storage Tank Rules These documents are revised periodically by the responsible agencies and adopted by authorities having jurisdiction on building projects. The design consultant and the project manager are advised to obtain applicable versions of these documents from the responsible agency prior to use. American Concrete Institute American Institute of Architects - Architect's Handbook of Professional Practice American Society for Testing and Materials - ASTM Standards Southern Building Code Congress International - Standard Building Codes Brick Institute of America DMS - Standards for Design of State Facilities Florida Concrete Products Association Florida Department of Transportation - Standard Specifications for Road and Bridge Construction Florida Department of Transportation - Plans Preparation Manual Florida Department of Transportation - Roadway and Traffic Design Standards Florida Department of Transportation - Structures Design Guidelines Florida Department of Transportation - Structures Detailing Manual Florida Department of Transportation - Structures Standard Drawings Florida Department of Transportation - ADA /Accessibility Procedure Florida Department of Transportation - Fixed Capital Outlay Program Florida Department of Transportation - Building Code Compliance Procedure Florida Department of Transportation - Asbestos Management Program Procedure Florida Department of Transportation — Design Build Procurement and Administration National Concrete Masonry Association National Electrical Code (current edition) National Fire Protection Association - Life Safety Code (current edition) Portland Cement Association - Concrete Masonry Handbook South Florida Building Code 2.22 Services to be performed by the COUNTY: When appropriate, the COUNTY will provide those services and materials as set forth below. 1. Provide general guidelines of the COUNTY to be used in the fulfillment of this contract. 2. Provide the appropriate signatures on application forms. 3. Provide the appropriate letters of authorization designating the CONSULTANT as an agent of the COUNTY. 4. Provide all fees associated with permit submittals. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -347- AA 5/24/2011 Item 16.A.5. 5. Provide reviews of project plans during the various stages of plan development within schedule. 6. Provide all future information that may come to the COUNTY during the term of the CONSULTANT'S Agreement. 7. Provide Project data currently on file. 8. Provide COUNTY standards - LDC, specifications and review services. 9. Provide all available information in the possession of the COUNTY pertaining to utility companies whose facilities may be affected by the proposed construction. 10. Provide rights of entry authorization for COUNTY properties within the project limits. 11. Provide completed front -end construction document sections required for bidding and construction, where different then OWNER documents. 3 PROJECT COMMON aiid GENERAL TASKS Project General Tasks are applicable to the project as a whole and are described in Sections 3.1 through 3.6 of this Scope of Services. Project Common Tasks are applicable to most activities of the project included in this Scope of Work as identified in Sections 4 through 34.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. At the Phase I through Phase IV plan submittals. Technical Special Provisions: The CONSULTANT shall provide Technical Special Provisions for all items of work not covered by the FDOT Standard Specifications for Road and Bridge Construction and recurring special provisions. Standard Specifications, recurring special provisions and supplemental specifications should not be modified unless absolutely necessary to control project specific requirements. The first nine sections of the standard specifications, recurring special provisions and supplemental specifications shall not be modified without written approval of the COUNTY. All modifications to other sections must be justified to the OWNER to be included in the project's specifications package as Technical Special Provisions. The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment. These provisions shall be submitted on 8 -1/2 "x11" sheets and shall not have holes punched or be bound in any way that would create a problem for high volume reproduction. Technical Special Provisions will be developed using Microsoft Word (.doc). Furnishing electronic copy in a format other than Microsoft Word or Adobe Acrobat (.pdf) will be considered Additional Services. Field Reviews: Includes all trips required to obtain necessary data for all elements of the project identified in this scope of work. Technical Meetings: Includes meetings with the COUNTY and /or other Agency staff, between disciplines and sub - consultants, such as access management meetings, pavement design meetings, local governments, progress review meetings (phase review), and miscellaneous meetings. Quality Assurance /Quality Control: It is the intention of the COUNTY that the design CONSULTANT is held responsible for their work, including plans review. Detailed checking of the CONSULTANT plans or assisting in designing portions of the project for the CONSULTANT is not the intent of having external design consultants. The purpose of Consultant Plan Reviews is that the CONSULTANT'S plans follow applicable plan preparation procedures outlined in the FDOT Plans Preparation Manual, that county, state and federal design criteria are followed and that the CONSULTANT submittals are complete. 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 58 LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -348- 5/24/2011 Item 16.A.5. documentation prepared as 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 the project. The CONSULTANT shall submit a quality control plan for approval within 20 (twenty) calendar days of the written Notice to Proceed. A marked up set of prints from a Quality Control Review indicating the reviewers for each component (structures, roadway, drainage, geotechnical, signing and marking, survey, etc.) and a written resolution of comments on a point -by -point basis will be required, if requested by the County's Design Project Manager. The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall, through all stages of design and project construction, without additional compensation, correct all errors or deficiencies in the designs, maps, drawings, specifications and /or other services furnished by the CONSULTANT under this contract. Independent Peer Review: Independent Peer Reviews will be a requirement of this contract. Supervision: Includes all efforts required to supervise all technical design activities. Coordination: Includes all efforts to coordinate with all disciplines of the project to produce a final set of construction documents. 3.1 Public Involvement Public involvement is an important aspect of the project development process. Public involvement includes communicating to all interested persons, groups, and government organizations information regarding the development of the project. Property owners adjacent to project shall be kept informed about the project. Up to three (3) Public Informational Meetings will be held on this project, one after each design phase, with the last being a Construction Kick -off Meeting. In addition, the CONSULTANT and COUNTY staff will meet with civic groups and others on an individual basis, as needed, to discuss the project. The CONSULTANT shall anticipate participation in up to six (6) additional meetings for this purpose with minimal COUNTY involvement. This work is included in the Scope of Services. Meeting locations are to be provided by the COUNTY. The purpose of the Public Meetings is to present to the public the results of the detailed design for the project and receive comments on the proposed design. The CONSULTANT shall prepare and /or provide: Prepare graphics and displays as directed by the COUNTY's Design Project Manager, including all necessary displays, maps, handouts, etc. Meeting equipment set -up and teardown. The COUNTY shall be responsible for the following: • Script or agenda for the presentation. • Legal and /or display advertisements. The COUNTY will pay the cost of publishing. • Draft letters for notification of elected and appointed officials. • Two Press /News releases, for notification purposes. One ten (10) days prior to the meeting and one the day before the meeting. • Any press release or advertisement will indicate that the meeting format will be informal allowing the public to come and go. • All graphics, media releases, and general (mass) public announcements for property owners and business operators, will be prepared by the COUNTY with the assistance of the CONSULTANT. 3.2 Joint Project Agreements (Not applicable to this project) LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -349- 59 5/24/2011 Item 16.A.5. 3.3 Specifications Package Preparation The CONSULTANT shall prepare and provide a complete specifications package, including applicable Technical Special Provisions, for all items and areas of work. The CONSULTANT will provide the necessary workbook and electronic files, in Microsoft Word 2003 (or later) format, for proper completion of the specifications preparation task. The actual work effort may entail utilization of the supplied electronic files and inclusion of new files issued as mandatory special provisions or supplemental specifications. Furnishing electronic copy in a format other than Microsoft Word or Adobe Acrobat (.pdf) will be considered Additional Services. The specification package shall be based on the current edition of FDOT's Standard Specifications for Road and Bridge Construction as modified by COUNTY'S specification requirements. The specification package may include Special Provisions or Supplemental Specifications as directed by the COUNTY. The COUNTY will provide the completed front -end contract document sections. The FDOT Standard Specifications, Special Provision or Supplemental Specifications may not be modified unless absolutely necessary to control project specific requirements. Proposed modifications to these listed documents shall be coordinated with the COUNTY, prior to inclusion in the final project specifications package. Proposed Technical Special Provisions will be submitted to the COUNTY for initial review at the time of the Phase III plan review submission to the COUNTY. All comments will be returned to the CONSULTANT for correction and resolution. The specification package must be submitted for initial review to the Project Manager at least 30 days prior to the contract package due date. This submittal does not require signing and sealing. Submittal material shall consist of the following items: Electronic version (Microsoft Word 2003 or later) of the specifications package. The cover page of the Final submittal shall be signed, dated and sealed in accordance with applicable Florida Statutes. The submittal materials shall consist of the same as those submitted for the initial review by the COUNTY. 3.4 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 SUB - CONSULTANT agreements, etc. 3.5 Value Engineering (Multi - Discipline Team) Review (Not applicable to this project) 3.6 Prime Consultant Project Manager Meetings Includes only the CONSULTANT Project Manager Staff hours for phase review, progress review, all technical meetings, and other coordination activities, including any travel time. Meetings required for each Activity are included in the meetings section for that specific Activity. 3.7 Coordination Meetings Prior to printing of the review plans at each of the 30 %, 60% (internal submittal) and 100% design stages, an advanced discussion of the project will take place at a Coordination Meeting. The CONSULTANT will provide COUNTY with review "progress" copies of the plans drawings (if requested by the COUNTY) two weeks in advance of the coordination meeting. The meeting will be conducted to provide input into the 60 LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -350- 5/24/2011 Item 16.A.5. design prior to printing it for full review. The CONSULTANT will present the project to COUNTY Staff and a discussion will 'take place on what are understood to be the key issues. The goals of the meeting are to provide a common understanding of the project; institute change, if needed; and to provide a coordinated effort at the public presentations. 4 ROADWAY ANALYSIS The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 4.1 Typical Section Package The CONSULTANT shall provide an approved signed and sealed Typical Section Package to be submitted to the COUNTY for review and concurrence prior to the Phase I plans submittal date. The COUNTY shall approve the Typical Section Package prior to proceeding with the 60% design. 4.2 Pavement Design Package The CONSULTANT shall provide a Pavement Design Package prior to the Phase I plans submittal date. The COUNTY shall approve the Pavement Design prior to proceeding with the 60% design. 4.3 Access Management (Not applicable to this project) 4.4 Horizontal /Vertical Master Design Files The CONSULTANT shall design the geometrics using the design standards that are most appropriate with proper consideration given to the design traffic volumes, design speed, capacity and levels of service, functional classification, adjacent land use, design consistency and driver expectancy, aesthetics, pedestrian and bicycle concerns, ADA requirements, elder road user policy, access management and scope of work. 4.5 Cross Section Design Files The CONSULTANT shall establish and develop cross section design files in accordance with the FDOT CADD manual. 4.6 Traffic Control Analysis The CONSULTANT shall design a safe and effective Conceptual Traffic Control Phasing Plan to move vehicular and pedestrian traffic during all phases of construction. The design shall include construction phasing, routing, signing and pavement markings. 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. This will be the responsibility of the Contractor and will be noted in the Contract Documents. The design shall include construction phasing of roadways to accommodate the construction or relocation of utilities. The CONSULTANT shall investigate the need for temporary bridges, and the use of materials such as sheet piling in the analysis. The Conceptual Traffic Control Plan shall be prepared by the CONSULTANT'S staff certified by the FDOT. 4.7 Master TCP Design Files The CONSULTANT shall prepare Conceptual Traffic Control Plans to be utilized by the Contractor as a reference for Bidding Purposes. The Contractor will be responsible for providing a full Traffic Control Plan per FDOT Standards, Signed and Sealed by a Florida Professional Engineer. 4.8 Design Variations and Exceptions. The CONSULTANT will be required to prepare Design Variations as required for design of the project. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -351- 61 5/24/2011 Item 16.A.5. 4.9 Design Report The CONSULTANT shall prepare all applicable report(s) as listed in the Project Description section of this scope which include a bridge hydraulics report, and a soils report. The CONSULTANT shall submit to the COUNTY design notes, data, and calculations to document the design conclusions reached during the development of the contract plans. The design notes, data, and computations shall be recorded on size 8 -1/2 "x11" sheets, fully titled, numbered, dated, indexed and signed by the designer and the checker. Computer output forms and other oversized sheets shall be folded to 8 -1/2 "x11" size. The data shall be in a hardback folder for submittal to the COUNTY. 4.10 Computation Book and Quantities The CONSULTANT shall prepare the Computation Book per the FDOT Basis of Estimate Manual and pay item structure, and provide various summaries of quantities sheets. This includes all efforts required to develop the Computation Book and the supporting documentation, including estimated construction days when required. 4.11 Cost Estimate The CONSULTANT shall prepare the Engineer's Estimate of Probable Cost and provide with the 30% submittal. The Engineer's Estimate of Probable Cost shall be adjusted at each submittal to be maintained until final submittal. 4.12 Technical Special Provisions 4.13 Field Reviews 4.14 Technical Meetings 4.15 Quality Assurance /Quality Control 4.16 Independent Peer Review 4.17 Supervision 4.18 Coordination 5 ROADWAY P[.ANS The CONSULTANT shall prepare Roadway, Drainage, Traffic Control, Utility Adjustment Sheets, plan sheets, notes, and details as shown in Table 2 - Anticipated Plan Sheets. 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 Sheets 5.2 Summary of Pay Items Sheets (Including Quantity Input) 5.3 Drainage Map Sheets (Not applicable to this project) 5.4 Interchange Drainage Map (Not applicable to this project) 5.5 Typical Section Sheets 5.6 General Notes /Pay Item Notes Sheets 5.7 Summary of Quantities Sheets 5.8 Box Culvert Data Sheets (Not applicable to this project) 5.9 Bridge Hydraulics Recommendation Sheets LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -352- 62 5/24/2011 Item 16.A.5. 5.10 Summary of Drainage Structures Sheets 5.11 Optional Pipe /Culvert Material Sheet 5.12 Project Layout Sheets (Not applicable to this project) 5.13 Plan /Profile Sheets 5.14 Profile Sheet (Not applicable to this project) 5.15 Plan Sheets 5.16 Special Profile Sheets 5.17 Back of Sidewalk Profile Sheet (Not applicable to this project) 5.18 Interchange Layout Sheet (Not applicable to this project) 5.19 Ramp Terminal Details (Plan View) (Not applicable to this project) 5.20 Intersection Layout Details Sheets (Not applicable to this project) 5.21 Miscellaneous Detail Sheets 5.22 Drainage Structure Sheets (Per Structure) 5.23 Miscellaneous Drainage Detail Sheets 5.24 Lateral Ditch Plan /Profile Sheets (Not applicable to this project) 5.25 Lateral Ditch Cross Sections Sheets (Not applicable to this project) 5.26 Retention /Detention Ponds Detail Sheets (Not applicable to this project) 5.27 Retention /Detention Ponds Cross Sections Sheets (Not applicable to this project) 5.28 Cross - Section Pattern Sheet (Not applicable to this project) 5.29 Roadway Soil Survey Sheets 5.30 Cross Sections Sheets 5.31 Conceptual Traffic Control Plan Sheets 5.32 Traffic Control Cross Section Sheets 5.33 Traffic Control Detail Sheets 5.34 Utility Adjustment Sheets 5.35 Selective Clearing and Grubbing Sheets) 5.36 Erosion Control Plan Sheets 5.37 SWPPP Sheets 5.38 Project Control Network Sheet 5.39 Interim Standards Sheets 5.40 Utility Verification Sheet (SUE Data) Sheets (Not applicable to this project) 5.41 Quality Assurance /Quality Control 5.42 Supervision LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -353- 63 5/24/2011 Item 16.A.5. 6 DRAINAGE ANALYSIS The CONSULTANT shall analyze and document Drainage Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The CONSULTANT shall be responsible for designing a drainage and stormwater management system. All design work shall comply with the requirements of the appropriate regulatory agencies and the FDOT Drainage Manual. The CONSULTANT has the responsibility for determining the need, appropriate locations, and sizes for water management facilities, and drainage outfalls. In the areas of poor drainage, significant addition of impervious surface, or inadequacy of sufficient downstream conveyance, the CONSULTANT shall address the requirements of Ch. 14 -86 F.A.C. Alternate detention facilities shall be conceptually designed, costed and presented to the COUNTY for consideration. Detention facilities to be considered include open basins, underground pipes or vaults, and french drains. The COUNTY will decide on the Alternate to be used. The CONSULTANT must coordinate fully with the appropriate permitting agencies and the COUNTY's staff. The CONSULTANT work will include the engineering analyses for any or all of the following: 6.1 Determine Base Clearance Water Elevation Analyze, determine, and document high water elevations which will be used to set roadway profile grade. Determine surface water elevations at cross drains, floodplains, outfalls and adjacent stormwater ponds. Determine groundwater elevations at intervals between the above mentioned surface waters. 6.2 Pond Siting Analysis and Report (Not applicable to this project) 6.3 Design of Cross Drains Analyze the hydraulic design of cross drains to be replaced. Document the design as required. Determine and provide flood data as required. 6.4 Design of Roadway Dry Detention Areas Design roadside dry detention areas. This includes determining ditch cross sections, grades, selecting suitable channel lining, designing the side drain pipes, and documentation. 6.5 Design of Outfalls (Not applicable to this project) 6.6 Design of Stormwater Management Facility (Offsite Pond) (Not applicable to this project) 6.7 Design of Stormwater Management Facility (Roadside Ditches as Linear Pond) Design stormwater management facilities to meet requirements for stormwater quality treatment and attenuation. Develop proposed layout (shape, contours, slopes, etc.), perform routing calculations, and design the outlet control structure. 6.8 Design of Flood Plain Compensation Area (Not applicable to this project) 6.9 Design of Storm Drains (Not applicable to this project) 6.10 Optional Culvert Material Perform Optional pipe material analysis based on corrosion analysis. 6.11 French Drain Design (Not applicable to this project) 6.12 Drainage Wells (Not applicable to this project) 6.13 Drainage Design Documentation Report Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and decisions, except the Bridge Hydraulics Report. 64 LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -354- 5/24/2011 Item 16.A.5. 6.14 Bridge Hydraulic Report Calculate hydrology, hydraulics, scour, and deck drainage. Prepare report and the information for the Bridge Hydraulics Recommendation Sheet. 6.15 Cost Estimate 6.16 Technical Special Provisions The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment. These provisions shall be submitted on 8- 1/2 "x11" sheets and shall not have holes punched or be bound in any way that would create a problem for high volume reproduction. 6.17 Field Reviews 6.18 Technical Meetings 6.19 Quality Assurance /Quality Control 6.20 Independent Peer Review (Not applicable to this project) 6.21 Supervision 6.22 Coordination 7 UTILITIES The CONSULTANT shall identify existing /proposed utility facilities, obtain plans and information from the Utility Agency Owners (UAO), secure agreements, utility work schedules, and coordinate relocations /adjustments of existing/proposed utilities to certify that no conflicts exist between existing/proposed utility facilities and the roadway improvement construction project. 7.1 Kickoff Meeting Prior to any contact with the UAO(s), the CONSULTANT shall meet with the COUNTY and the Collier County Utility Department to receive guidance, as may be required, to assure that all necessary coordination will be accomplished in accordance with COUNTY procedures. CONSULTANT shall bring a copy of the design project work schedule reflecting utility activities. 7.2 Identify Existing/Proposed UAO(s) The CONSULTANT will identify all utilities in the corridor during the survey phase by calling Sunshine One - Call of Florida (SSOCOF) and shall coordinate with each company to verify that all existing utilities are designated in the field prior to completing the topographic survey. As -built documentation shall be requested from each UAO for verification of complete designation, and a review will be made to ensure that field designation data is included on the Phase I plans. Proper identification of design coordination contact information shall be made during this activity. 7.3 Make Utility Contacts First Contact: Send letters and two sets of plans to each utility. Includes contact by phone for meeting coordination. Request type, size, location, easements, cost for compensable relocation, and justification for any utility exceptions. Include the meeting schedule (if applicable) and the design schedule. Include typical meeting agenda. Second Contact: At a minimum of four (4) weeks prior to the meeting, the CONSULTANT shall transmit two (2) complete sets of 60% plans to each UAO having facilities located within the project limits, and one (1) set each to the COUNTY /OWNER Offices. 7.4 Exception Coordination (Not applicable for this project) LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -355- 65 5/24/2011 Item 16.A.5. 7.5 Preliminary Utility Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a preliminary utility meeting with all identified UAO(s) for the purpose of presenting the project, review the current design schedule, evaluate the utility information collected, provide follow -up information on compensable interest requests, discuss the utility work by highway contractor option with each utility, and discuss any future design issues that may impact utilities. This is also an opportunity for the UAO(s) to present proposed facilities. The CONSULTANT shall keep accurate minutes and distribute a copy to all attendees. 7.6 Individual /Field Meetings The CONSULTANT shall meet with each LIAO separately throughout the project design duration to provide guidance in the interpretation of plans, review changes to the plans and schedules, optional clearing and grubbing work, and assist in the development of the UAO(s) plans and work schedules. The CONSULTANT is responsible for motivating the UAO to complete and return the necessary documents after each Utility Contact or Meeting. 7.7 Collect and Review Plans and Data from UAO(s) CONSULTANT shall make determinations ( Compensable Interest, Easements, Coordinate, Analyze); ensure information (utility type, material and size) is sent to the designer for inclusion in the plans; and coordinate programming of funds. 7.8 Subordination of Easements Coordination (Not applicable for this project) 7.9 Utility Design Meeting At a minimum of three (3) weeks prior to the meeting, the CONSULTANT shall transmit two (2) complete sets of the 60% plans to each UAO having facilities located within the project limits, and one set to the COUNTY Offices. The CONSULTANT shall schedule (time and place), notify participants, and conduct a Utility meeting with all UAO(s) that are identified. The CONSULTANT shall be prepared to discuss drainage, traffic signalization, maintenance of traffic (construction phasing), review the current design schedule and letting date, evaluate the utility information collected, provide follow -up information on compensable interest requests, discuss the utility work by highway contractor option with each utility, discuss any future design issues that may impact utilities, etc., to the extent that they may have an effect on existing or proposed utility facilities with particular emphasis on drainage and maintenance of traffic with each UAO. The intent of this meeting shall be to identify and resolve conflicts between utilities and proposed construction prior to completion of the plans, including utility adjustment details. Also recommend resolution between known utility conflicts with proposed construction plans as practical. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees. 7.10 Review Utility Markups and Work Schedules and Processing of Schedules and Agreements Review utility marked up plans individually as they are received for content and coordinate review with the designer. Send color markups and schedules to the appropriate COUNTY office(s) for review and comment if required by the COUNTY. 7.11 Utility Coordination /Follow -up The CONSULTANT shall review FDOT standards, policies, procedures, and design criteria that are followed concerning utility coordination. The FDOT standards, policies, procedures, and design criteria are contained in the current adopted Design Standards, Standard Specifications for Road and Bridge Construction, Rule 14- 46.001 (Utility Accommodation Manual), Utility User's Guide, and any Supplemental Specification, Provision, or Agreement attached to this Contract. 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 66 LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -356- 5/24/2011 Item 16.A.5. as the Utility Coordination Manager. The Utility Coordination Manager shall be required to satisfactorily demonstrate to the COUNTY /OWNER that they have the following knowledge, skills, and expertise: A minimum of 4 years of experience performing utility coordination in accordance with FDOT, FHWA, and ASHTO standards, policies, and procedures. A thorough knowledge of the FDOT plans production process and District utility coordination practices. A thorough knowledge of OWNER agreements, standards, policies, and procedures. The Utility Coordination Manager shall be responsible for, but not limited to, the following: Making sure Utility Coordination and design is conducted in accordance to the FDOT, FHWA, and ASHTO standards, policies, procedures, and design criteria. Assisting the engineer of record in identifying all existing utilities and coordinating any new installations. Scheduling and performing utility coordination meetings, keeping and distribution of minutes /action items of all utility meetings, and ensuring expedient follow -up on all unresolved issues. Distributing all plans, conflict matrixes and changes to affected utility owners and making sure this information is properly coordinated. 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. Assisting the Engineer of Record with resolving utility conflicts. Review and notify the COUNTY that all Utility Work Schedules are correct and in accordance with the FDOT's standards, policies, and procedures. Prepare, review and process all utility related reimbursable issues inclusive of betterment and salvage determination. The CONSULTANT'S utility coordination work shall be preformed and directed by the identified Utility Coordination Manager that was identified and approved by the COUNTY. Any proposed change, of the approved Utility Coordination Manager, shall be subject to review and approval by the COUNTY prior to any change being made in this contract. 7.12 Utility Constructability Review Review utility schedules against construction contract time, and phasing for compatibility. Coordinate with construction office. 7.13 Additional Utility Services CONSULTANT will prepare a utility conflict matrix based upon information supplied by the UAO(s). Coordinate underground locate requirements with SUE staff. 7.14 Processing Utility Work by Highway Contractor (UWHC) (Not applicable for this project) 7.15 Contract Plans to UAO(s) This includes transmittal of the contract plans as processed for letting. 7.16 Certification /Close -Out This includes hours for transmitting utility files to the COUNTY /Collier County Utility Department and preparation of the Utility Certification Letter. The CONSULTANT shall certify to the appropriate COUNTY representatives the following: All utility negotiations (Full execution of each agreement, approved Utility Work Schedules, technical LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -357- 67 5/24/2011 Item 16.A.5. special provisions written, etc.) have been completed with arrangements made for utility work to be undertaken and completed as required for proper coordination with the physical construction schedule. OR An on -site inspection was made and no utility work will be involved. OR Plans were sent to the Utility Companies /Agencies and no utility work is required. 8 ENVIRONMEWAL PERMIT'S The CONSULTANT shall notify the COUNTY's Design Project Manager, and other appropriate personnel in advance of all scheduled meetings with the regulatory agencies to allow a Collier County representative to attend. The CONSULTANT shall copy the COUNTY's Design Project Manager on all permit related correspondence and meetings. 8.1 Preliminary Project Research The CONSULTANT shall perform preliminary project research and shall be responsible for early identification of and coordination with the appropriate regulatory agencies to assure that design efforts are properly directed toward permit requirements. 8.2 Complete Permit Involvement Form The CONSULTANT shall document permit involvement in coordination with the COUNTY's Design Project Manager. To be done upon completion of preliminary project research. 8.3 Establish Wetland Jurisdictional Lines The CONSULTANT shall collect all data and information necessary to determine the boundaries of wetlands and surface waters defined by the rules or regulations of each agency processing or reviewing a permit. It is the intent of the COUNTY to "preserve the quality of our environment." In keeping with this goal, the, COUNTY requires that the Consultant Designers meet the following environmental agency permit requirements: In general, MECHANICAL clearing and grubbing (construction activities) or VEHICULAR intrusion in jurisdictional wetlands requires a Dredge and Fill permit from the State and Federal permitting agencies for permanent or temporary impacts to wetlands. It is the COUNTY's intent to document impacts within the Limits of Construction (LOC) plus a "buffer zone" of 5 feet outside each LOC line. If the right of way line is within 5 feet of the LOC, then the impact is to the right of way line. The CONSULTANT is responsible for identifying if the footprint for construction of the project, as well as wetland impacts, can fit within the right of way. The CONSULTANT is to stake or flag the State and Federal jurisdictional lines. A registered surveyor will be required to survey these jurisdictional lines. The consultant must remove all stakes or flags after the environmental permits are approved. The contractor is to be provided, in the plans, survey points to delineate or flag the wetlands that are NOT TO BE IMPACTED. It is the contractor's responsibility to flag or stake these areas prior to construction beginning and maintain them throughout construction. The CONSULTANT will identify this responsibility of the contractor clearly in the plans. The plans shall clearly show the jurisdictional lines(s). The jurisdictional areas that are impacted shall be clearly designated and noted "Construction activities allowed." Jurisdictional areas that are not to be LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -358- 68 5/24/2011 Item 16.A.5. impacted and are to remain undisturbed throughout construction should be clearly designated and noted "Construction activities not allowed." The CONSULTANT shall include a section in the roadway component set of plans to reflect the items above. This section shall also include a Tabulation Sheet or Block defining the undisturbed wetlands by x, y coordinates or station and offsets. The disturbed wetlands shall also be tabulated in square feet (or acres) indicating the area impacted. This section shall include any general or project specific environmental notes. In areas where no wetland impacts are anticipated, the plans will clearly show the "Safe Upland Line " ". Areas outside this line shall be labeled or noted "Construction Activities Not Allowed ". "According to the US Army Corps of Engineers, a Safe Upland is any area that does not qualify as a wetland because the associated hydrologic regime is not sufficiently wet to elicit development of vegetation, soils, and /or hydrologic characteristics associated with wetlands. The Consultant /Designer shall locate this line in a manner that allows the Contractor to reproduce this line in the field — station and offset, or state plan coordinates. 8.4 Agency Verification of Wetland Data The CONSULTANT shall be responsible for verification of wetland data identified in Section 8.3 and coordinating regulatory agency field reviews, including finalization of wetland assessments with applicable agencies. 8.5 Complete and Submit All Required Permit Applications The CONSULTANT and the County's design Project Manager will have a Pre - Application meeting with the permitting agencies for the project before preparing a permit packages as identified in the Project Description section 2.4. 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. 8.6 The CONSULTANT shall prepare Dredge and Fill Sketches to meet the permitting agency criteria. 8.7 Prepare USCG Permit Sketches per Agency Criteria The CONSULTANT shall prepare USGS Permit Sketches to meet the permitting agency criteria. 8.8 The CONSULTANT shall prepare Easement Sketches to meet the permitting agency criteria. 8.9 The CONSULTANT shall prepare Right -of -Way Occupancy Sketches. 8.10 Prepare Coastal Construction Control Line (CCCL) Permit Sketches per Agency Criteria 8.11 Temporary clearing permit (To be supplied by COUNTY) 8.12 Mitigation Coordination and Meetings The CONSULTANT shall coordinate with the COUNTY's Design Project Manager prior to approaching any environmental permitting or reviewing agencies. The COUNTY and CONSULTANT will agree on a mitigation course of action. CONSULTANT will then be responsible for coordinating the proposed mitigation plan with the environmental agencies. 8.13 Mitigation Design If wetland impacts cannot be avoided, the CONSULTANT shall prepare a mitigation plan to be included as a part of the Environmental Resource or Wetlands Resource Permit applications. This scope of work and fee assumes mitigation banking. LOURFP: 11 -5639 CCNA Revised June 09 Packet Page -359- 69 5/24/2011 Item 16.A.5. Prior to the development of alternatives, the CONSULTANT shall meet with the COUNTY to determine the COUNTY's policies in proposing mitigation. The CONSULTANT shall proceed in the development of a mitigation plan based upon the general guidelines provided by the COUNTY. The CONSULTANT will be directed by the COUNTY to investigate the following methods of mitigation: Payment to DEP /WMD per acre of wetlands impacted as defined in CH 373.4137 FS. Monetary participation in offsite regional mitigation plans. Monetary participation in a private mitigation bank. 8.14 Environmental Clearances The CONSULTANT shall provide engineering support for the COUNTY to obtain clearances for all changes to the project after the construction is completed. These changes include but are not limited to project site, mitigation sites identified, land use or environmental changes, and significant design changes. 8.15 Technical Meetings At the Pre - construction Conference, the FOR must be prepared to discuss the Erosion Control Plan, including environmentally sensitive areas, and known risk, proposed avoidance measures, and the special requirements listed in the permit for this project. Payment for attending the Pre - construction Conference will be made through Post Design Services, to be negotiated post - Letting. 8.16 Quality Assurance /Quality Control 8.17 Supervision 8.18 Coordination 9 S'i"Rf)C1'URES- SUMMARY AND MISCELLAN)sOUS "TASKS AND DRAWINGS The CONSULTANT shall analyze and design all structures in accordance with applicable provisions as defined in Section 2.20, Provisions for Work. Contract documents shall display economical solutions for the given conditions. The CONSULTANT shall provide Design Documentation to the COUNTY with each submittal consisting of structural design calculations and other supporting documentation developed during the development of the plans. The design calculations submitted shall adequately address the complete design of all structural elements. These calculations shall be neatly and logically presented on 8 -1/2 "'x11" paper (where possible) and all sheets shall be numbered. The final design calculations shall be signed and sealed by a Florida registered 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 Index of Drawings 9.2 Project Layout (Not applicable for this project) 9.3 General Notes and Bid Item Notes 9.4 Incorporate Florida Department of Transportation Standards 9.5 Incorporate Report of Core Borings 9.6 Existing Bridge Plans 9.7 Computation Book and Quantities 9.8 Cost Estimate LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -360- 70 5/24/2011 Item 16.A.5. 9.9 Technical Special Provisions 9.10 Field Reviews 9.11 Technical Meetings 9.12 Quality Assurance /Quality Control 9.13 Independent Peer Review 9.14 Supervision 9.15 Coordination 10 STRUCTURES- BRIDGE DEVELOPMENT REPORT The Consultant shall prepare a Bridge Development Report (BDR). The BDR shall be submitted as part of the Phase I Roadway Submittal, General Requirements. General Requirements: 10.1 Bridge Geometry 10.2 Ship Impact Data Collection (Not applicable for this project) 10.3 Ship Impact Criteria (Not applicable for this project) Superstructure Alternatives: 10.4 Short-Span Concrete 10.5 Medium -Span Concrete 10.6 Long Span Concrete (Not applicable for this project) 10.7 Structural Steel (Not applicable for this project) Foundation and Substructure Alternatives: 10.8 Pier /Bent Types 10.9 Shallow Foundations (Not applicable for this project) 10.10 Deep Foundations Movable Span and Tasks 10.11- 10.23 are not applicable for this project. Other BDR Issues: 10.24 Aesthetics (Not applicable for this project) 10.25 TCP /Staged Construction Requirements 10.26 Constructability Requirements 10.27 Abutment Slope /Wall Evaluation 10.28 Quantity and Cost Estimates 10.29 Quantity and Cost Estimates - Movable Span (Not applicable for this project) 10.30 Wall Type Justification (Not applicable for this project) Report Preparation: 10.31 Exhibits LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -361- 71 5/24/2011 Item 16.A.5. 10.32 Exhibits -Movable Span (Not applicable for this project) 10.33 Report Preparation 10.34 Report Preparation -Movable Span (Not applicable for this project) 10.35 BDR Submittal Package Preliminary Plans and tasks 10.36 -10.48 are not applicable for this project. 11 STRUCTURES - TEMPORARY BRIDGE The CONSULTANT shall prepare plans for Temporary Bridge(s) at the location(s) specified in Section 2.5. The CONSULTANT shall contact FDOT Maintenance Central Office to determine the type and availability of temporary bridge components before deciding on the temporary bridge type to be used. General Layout Design and Plans 11.1 Overall Bridge Final Geometry 11.2 General Plan and Elevation 11.3 Miscellaneous Details End Bent Design and Plans 11.4 End Bent Structural Design 11.5 End Bent Details Intermediate End Bent Design and Plans 11.6 Intermediate Bent Structural Design 11.7 Intermediate Bent Details Miscellaneous Substructure Design and Plans 11.8 Foundation Layout 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE The CONSULTANT shall prepare plans for Short Span Concrete Bridge(s) at the location(s) specified in Section 2.5. General Layout Design and Plans 12.1 Overall Bridge Final Geometry 12.2 Expansion /Contraction Analysis 12.3 General Plan and Elevation 12.4 Construction Staging 12.5 Approach Slab Plan and Details 12.6 Miscellaneous Details End Bent Design and Plans 12.7 End Bent Geometry 12.8 End Bent Structural Design 12.9 End Bent Plan and Elevation LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -362- 72 5/24/2011 Item 16.A.5. 12.10 End Bent Details Intermediate End Bent Design and Plans 12.11 Bent Geometry 12.12 Bent Stability Analysis 12.13 Bent Structural Design 12.14 Bent Plan and Elevation 12.15 Bent Details Miscellaneous Substructure Design and Plans 12.16 Foundation Layout Superstructure Design and Plans 12.17 Finish Grade Elevation Calculation 12.18 Finish Grade Elevations Cast -In -Place Slab Bridges 12.19 Bridge Deck Design 12.20 Superstructure Plan 12.21 Superstructure Sections and Details Prestressed Slab Unit Bridges 12.22 Prestressed Slab Unit Design 12.23 Prestressed Slab Unit Layout 12.24 Prestressed Slab Unit Details and Schedule 12.25 Deck Topping Reinforcing Layout 12.26 Superstructure Sections and Details Reinforcing Bar Lists 12.27 Preparation of Reinforcing Bar List Load Rating 12.28 Load Ratings 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE The CONSULTANT shall prepare plans for Medium Span Concrete Bridge(s) at the location(s) specified in Section 2.5. General Layout Design and Plans: 13.1 Overall Bridge Final Geometry 13.2 Expansion /Contraction Analysis 13.3 General Plan and Elevation 13.4 Construction Staging LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -363- 73 5/24/2011 Item 16.A.5. 13.5 Approach Slab Plan and Details 13.6 Miscellaneous Details End Bent Design and Plans: 13.7 End Bent Geometry 13.8 Wingwall Design and Geometry 13.9 End Bent Structural Design 13.10 End Bent Plan and Elevation 13.11 End Bent Details Intermediate End Bent Design and Plans: 13.12 Bent Geometry 13.13 Bent Stability Analysis 13.14 Bent Structural Design 13.15 Bent Plan and Elevation 13.16 Bent Details Pier Design and Plans and Tasks 13.17 -13.21 are not applicable for this project. Miscellaneous Substructure Design and Plans: 13.22 Foundation Layout 13.23 Fender System (Not applicable for this project) Superstructure Deck Design and Plans: 13.24 Finish Grade Elevation (FGE) Calculation 13.25 Finish Grade Elevations 13.26 Bridge Deck Design 13.27 Bridge Deck Reinforcing and Concrete Quantities 13.28 Diaphragm Design /Jacking Loads 13.29 Superstructure Plan 13.30 Superstructure Section 13.31 Miscellaneous Superstructure Details Reinforcing Bar Lists: Reinforcing Bar List Continuous Concrete Girder Design and Tasks 13.33 - 13.48 are not applicable for this project. Simple Span Concrete Design: 13.49 Pre - stressed Beam 13.50 Pre - stressed Beam Schedules 13.51 Framing Plan Load Rating: LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -364- 74 5/24/2011 Item 16.A.5. 13.53 Load Ratings 14 STRUCTURES - STRUCTURAL STEEL BRIDGE and tasks 14.1 - 1.4.60 are not applicable for this project. is STRUCTURES - SEGMENTAL CONCRETE BRIDGE and Tasks 1.5.1.- 15.77 are not applicable for this project. 16 STRUCTURES - MOVABLE SPAN and tasks 16.1 - 16.102 are not applicable for this project. 17 STRUCTURES - RETAINING WALL and Tasks 17.1 - 1.7.21 are not applicable for this project. 19 STRUCTURES - MISCELLANEOUS and tasks 18.1 - 18.22 are not applicable for this project. 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 to this project) 19.2 No Passing Zone Study (Not applicable for this project) 19.3 Reference and Master Design File The CONSULTANT shall prepare the Signing & Marking Design file to include all necessary design elements and all associated reference files. 19.4 Multi-Post Sign Support Calculations The CONSULTANT shall determine the appropriate column size from the FDOT Multi-Post Sign Program(s). 19.5 Sign Panel Design Analysis Establish sign layout, letter size and series for non-standard signs. 19.6 Sign Lighting/Electrical Calculations (Not applicable for this project) 19.7 Quantities Includes all work required to determine the quantities of each plan sheet. 19.8 Computation Book 19.9 Cost Estimates 19.10 Technical Special Provisions 19.11 Other Signing and Pavement Marking (Not applicable for this project) 19.12 Field Reviews LOI/RFP: 11-5639 CCNA Revised June 09 Packet Page -365- 75 5/24/2011 Item 16.A.5. 19.13 Technical Meetings 19.14 Quality Assurance /Quality Control 19.15 Independent Peer Review (Not applicable to this project) 19.16 Supervision 19.17 Coordination 20 SIGNING AND PAVEMENT MARKING PLANS The CONSULTANT shall prepare a set of Signing and Pavement Marking Plans in accordance with the Plans Preparation Manual that includes the following. 20.1 Key Sheet (N /A) 20.2 Summary of Pay Items (N /A, quantities shown on the roadway summary of pay item sheets) 20.3 Tabulation of Quantities 20.4 General Notes /Pay Item Notes 20.5 Project Layout (Not applicable for this project) 20.6 Plan Sheets 20.7 Typical Details 20.8 Guide Sign Work Sheet(s) 20.9 Traffic Monitoring Site (Not applicable for this project) 20.10 Cross Sections (Not applicable for this project) 20.11 Special Service Point Details (Not applicable for this project) 20.12 Special Details 20.13 Interim Standards 20.14 Quality Assurance /Quality Control 20.15 Supervision 21. SI G NA LT ZATI 0 N ANALYSIS acrd tasks 21..1. - 21.19 ar°e n at appiica le for this p r reject. 22 SIG tALI ATION PLANS and tasks 22.1. - 22.18 are not applicable for this project. 2,31 LIGHTING r",A . LLA'SlS and tasks 23.1 :rr,e not applica bib for this project. 24, LIGHTING PLANS and tasks 21.1 24A4. are not. applicable for .Iris r ; rt P , �g 11AND;z €.. 1 ECANAL V'S 1S and Tasks .,., a m;..1 4 s' re- rroG rtic1ite<< fo r thtS 6 LAN SCAI'E AflCHIT C CURE PLANS a nd Tarsks 26.1 - 26.15 are not included for this project. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -366- 76 5/24/2011 Item 16.A.5. 27 SURVEY The CONSULTANT shall perform survey tasks in accordance with all applicable statutes, manuals, guidelines, standards, handbooks, procedures, and current design memoranda. The survey CONSULTANT shall perform all survey services necessary to prepare the plans for the subject project. Survey work shall be accomplished in accordance with the COUNTYs Surveying procedure and special instructions below. 27.1 Horizontal Project Network Control (HPNC) 27.2 Vertical Project Network Control (VPNC) 27.3 Alignment and /or Existing Right of Way Lines 27.4 Aerial Targets (Not applicable for this project) 27.5 Reference Points 27.6 Topography /DTM (3D) 27.7 Planimetric (2D) 27.8 Roadway Cross Sections /Profiles 27.9 Side Street Surveys (Not applicable for this project) 27.10 Underground Utilities 27.11 Outfall Survey (Not applicable for this project) 27.12 Drainage Survey 27.13 Bridge Survey 27.14 Channel Survey 27.15 Pond Site Survey (Not applicable for this project) 27.16 Mitigation Survey (Not applicable for this project) 27.17 Jurisdiction Line Survey 27.18 Geotechnical Support 27.19 Sectional /Grant Survey 27.20 Subdivision Location (Not applicable for this project) 27.21 Maintained R/W 27.22 Boundary Survey 27.23 Water Boundary Survey 27.24 Right of Way Staking 27.25 Right of Way Monumentation 27.26 Line Cutting 27.27 Work Zone Safety 27.28 Miscellaneous Surveys 27.29 Supplemental Surveys 27.29 Supplemental Surveys (Not applicable for this project) 77 LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -367- 5/24/2011 Item 16.A.5. 27.30 Document Research 27.31 Field Review 27.32 Technical Meetings 27.33 Quality Control /Quality Assurance 27.34 Supervision 27.35 Coordination 28 PHOTOGRAMME'rRY and tasks 28.1 - 28.19 are not applicable for this (project 29 MAPPING The CONSULTANT will be responsible for the preparation of control survey maps, right of way maps, maintenance maps, sketches and legal descriptions and Reports as required for this project in accordance with all applicable Manuals, Procedures, Handbooks, and Florida Statutes. All maps, surveys and legal descriptions will be prepared under the direction of a Florida Professional Surveyor and Mapper (PSM) to Collier County size and format requirements utilizing approved software, and will be designed to provide a high degree of uniformity and maximum readability. The CONSULTANT will submit maps, legal descriptions, quality assurance check prints, checklists, electronic media files and any other documents as required for this project to the COUNTY for review at beginning at the 60% Phase submittal. 30 GEC }'I'E,C:HNIC:AL The CONSULTANT shall, for the project, be responsible for a complete geotechnical investigation. All work performed by the CONSULTANT shall be in accordance with the FDOT Soils and Foundations Handbook as directed by the COUNTY. Prior to beginning each phase of investigation and after the Notice to Proceed is given, the CONSULTANT shall submit an investigation plan for approval by the COUNTY and meet with the COUNTY representative to review the project scope and requirements. The investigation plan shall include, but not be limited to, the proposed boring locations and depths, and all existing geotechnical information from available sources to generally describe the surface and subsurface conditions of the project site. Additional meetings may be required to plan any additional field efforts, review plans, resolve plans /report comments, resolve responses to comments, and /or any other meetings necessary to facilitate the project. The CONSULTANT shall notify the COUNTY in adequate time to schedule a representative to attend all related meetings and field activities. The CONSULTANT shall be responsible for coordination of all geotechnical related fieldwork activities. The CONSULTANT shall retain all samples until acceptance of final plans. Rock cores shall be retained as directed by the COUNTY. 31 ARCHITECTURE E DE 'ELOPME i.I, and tasks 31.1 — 31.1139 applicable for this project. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -368- 78 5/24/2011 Item 16.A.5. 32 NCIISE IMPACT° DESIGN ASSESSMENT' a.nd tasks 32.1 - 31.11 are not applicable for this project. 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS and tasks 33.1 - 33.21 are not applicable for this project. 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS and tasks 34.1- 34.20 are not applicable for this project. 35 PROJECT REQUIREMENTS 35.1 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 Design Project Manager. 35.2 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. 35.3 Progress Reporting The CONSULTANT shall meet with the COUNTY as required and shall provide a written progress and schedule status reports that describe the work performed on each task. Progress and schedule status reports shall be delivered to the COUNTY concurrently with the monthly invoice. The Design 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. 35.4 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. 35.5 Professional Endorsement The CONSULTANT shall have a Registered Professional Engineer in the State of Florida sign and seal all reports, documents, and plans as required by FDOT standards. 35.6 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 will submit final documents and files as described therein or as amended by this Scope of Services. The Engineer of Record must certify that the electronic plans and documents for the project meet the requirements of the FDOT's CADD Manual. 35.7 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. 79 LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -369- 5/24/2011 Item 16.A.5. 35.8 Optional Services At the COUNTY's option, the CONSULTANT may be requested to provide optional services. The fee for these services shall be negotiated in accordance with the terms detailed in Exhibit B, Method of Compensation, for a fair, competitive and reasonable cost, considering the scope and complexity of the project(s). Additional services may be authorized by Letter of Authorization or change order in accordance with the Standard Consultant Agreement. The additional services may include Construction Assistance, Review of Shop Drawings, and Final Bridge Load Rating; providing CADD drawings for Final "As- Built" conditions, or other Services as required. 36 INVOICING LIMITS Payment for the work accomplished will be in accordance with Method of Compensation of this contract. Invoices shall be submitted in a format prescribed by the COUNTY. The COUNTY Project Manager and the CONSULTANT shall monitor the cumulative invoiced billings to insure the reasonableness of the billings compared to the project schedule and the work accomplished and accepted by the COUNTY. The CONSULTANT will provide a list of key events and the associated total percentage of work considered to be complete at each event. This list will 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. LOI /RFP: 11 -5639 CCNA Revised June 09 Packet Page -370- 80