Loading...
Agenda 09/08/2020 Item #11E (CO #1 for Contract #16-7010)09/08/2020 EXECUTIVE SUMMARY Recommendation to approve Change Order No. 1 to Contract Number 16-7010, “Design and Related Services for CR-846/ Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation (Bridge Number 034843(030160)),” with T.Y. Lin International (Project No. 66066), to increase the post-design services budget in the amount of $20,062 and extend the length of the design contract by 549 days. _____________________________________________________________________________________ OBJECTIVE: To continue professional engineering design and related services for the replacement or rehabilitation of bridge number 034843 on CR 846/Immokalee Rd. over the Gator Canal through the remainder of the construction phase of the project. CONSIDERATIONS: After considering the bridge inspection reports and condition letters received from the Florida Department of Transportation (“FDOT”), the existing condition of the timber foundations, the year of construction (1955), widening previously performed (1977), and previous pile repair history, bridge replacement or rehabilitation was determined to be necessary. On December 12, 2017, the Board approved Contract Number 16-7010 in the amount of $326,991 with T.Y. Lin International for Professional Design Services for CR-846/ Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation (Bridge Number 034843 (030160)), Project 66066. The attached Change Order will extend the post-design services contract by 549 days and increase the budget by $20,062. Through a competitive Invitation to Bid process, Thomas Marine Construction, Inc., is the contractor selected to provide construction services for this project. Staff will be bringing a proposed contract with Thomas Marine Construction, Inc. for the Board’s approval at the September 8, 2020 meeting. The construction is anticipated to last for 15 months and is scheduled to start in the fall of 2020 and finish early in 2022. The time extension requested is needed to keep the Engineer of Record available for consultation throughout the entire construction period and to provide the required final certification of this project to the South Florida Water Management District. FISCAL IMPACT: Funds in the amount of $ 20,062 are available within Gas Tax Fund (313), Project No. 66066. GROWTH MANAGEMENT IMPACT: The project is in conformance with the goals and objectives of the Transportation Element of the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires a majority vote for approval.-SRT RECOMMENDATION: To approve Change Order No 1 to Contract Number 16-7010, “Design and Related Services for CR-846/ Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation (Bridge Number 034843(030160)),” with T.Y. Lin International (Project No. 66066), to increase the post- design services budget in the amount of $20,062 and extend the length of the design contract by 549 days and to authorize the Chairman to sign the attached Change Order. Prepared by: Dennis F. McCoy, P.E., Sr. Project Manager, Transportation Engineering Division ATTACHMENT(S) 1. [Linked] 16-7010 TYLI_Contract (PDF) 2. TYLIN International00010001 (PDF) 11.E Packet Pg. 63 09/08/2020 COLLIER COUNTY Board of County Commissioners Item Number: 11.E Doc ID: 12901 Item Summary: Recommendation to approve Change Order No. 1 to Contract Number 16-7010, “Design and Related Services for CR-846/ Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation (Bridge Number 034843(030160)),” with T.Y. Lin International (Project No. 66066), to increase the post-design services budget in the amount of $20,062 and extend the length of the design contract by 549 days. (Jay Ahmad, Director, Transportation Engineering Division) Meeting Date: 09/08/2020 Prepared by: Title: Project Manager – Transportation Engineering Name: Dennis McCoy 07/10/2020 9:00 AM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 07/10/2020 9:00 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 07/10/2020 9:26 AM Growth Management Department Judy Puig Level 1 Reviewer Completed 07/10/2020 9:52 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 07/13/2020 6:12 AM Procurement Services Sara Schneeberger Additional Reviewer Completed 07/13/2020 10:20 AM Transportation Engineering Jay Ahmad Additional Reviewer Completed 07/14/2020 10:17 AM Growth Management Department Gene Shue Additional Reviewer Completed 07/20/2020 12:22 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 07/27/2020 9:44 AM Transportation Engineering Marlene Messam Additional Reviewer Completed 08/03/2020 1:54 PM Procurement Services Sandra Herrera Additional Reviewer Completed 08/04/2020 11:31 AM Procurement Services Catherine Bigelow Additional Reviewer Completed 08/04/2020 3:32 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 08/06/2020 9:52 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 08/10/2020 8:05 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 08/10/2020 8:15 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 08/10/2020 11:29 AM Budget and Management Office Mark Isackson Additional Reviewer Completed 08/20/2020 10:56 AM 11.E Packet Pg. 64 09/08/2020 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 08/31/2020 2:34 PM Board of County Commissioners MaryJo Brock Meeting Pending 09/08/2020 9:00 AM 11.E Packet Pg. 65 11.E.2 Packet Pg. 66 Attachment: TYLIN International00010001 (12901 : Change Order 1 for Design and Related Services for Gator Canal Bridge Replacement) 11.E.2 Packet Pg. 67 Attachment: TYLIN International00010001 (12901 : Change Order 1 for Design and Related Services for Gator Canal Bridge Replacement) 11.E.2 Packet Pg. 68 Attachment: TYLIN International00010001 (12901 : Change Order 1 for Design and Related Services for Gator Canal Bridge Replacement) 11.E.2 Packet Pg. 69 Attachment: TYLIN International00010001 (12901 : Change Order 1 for Design and Related Services for Gator Canal Bridge Replacement) 11.E.2 Packet Pg. 70 Attachment: TYLIN International00010001 (12901 : Change Order 1 for Design and Related Services for Gator Canal Bridge Replacement) Contract IF 16-7010 'Design and Related Services for CR-846/1mmoka1ee Road over ator Canal Bridge Replacement or Rehabilitation Project" PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this COL:- day of jXC.Q.C't = , 20_ by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY" or "OWNER") and T.Y. Lin International (TYLI), authorized to do business in the State of Florida, whose business address is 2400 1st Street, Suite 200, Fort Myers, Florida 33901 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the OWNER desires to obtain the professional Consulting Design and Related Services of the CONSULTANT concerning Design and Related Services for Co Road over Gator Canal Bridge Replacement or Rehabilitation Project" Project Number 66066.13, Bridge Number 030160 (hereinafter referred to as the "Project"), said services being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; and WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that•will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: 1 Contract # 16-7010 "Design and Related Services for CR-846/lmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to OWNER professional Design and Related Services Consulting services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the OWNER for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. 1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to OWNER. 1.5. CONSULTANT designates James Molnar, P.E., a qualified licensed professional to serve as the CONSULTANT'S project coordinator (hereinafter referred to as the "Project Coordinator" ). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to 2 Contract # 164010 "Design and Related Services for CR-846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Projecti satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without OWNER'S prior written approval, and if so removed must be immediately replaced with a person acceptable to OWNER. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from Owner to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to OWNER. 1.7. The CONSULTANT represents to the OWNER that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the OWNER'S review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated below: 3 Contract # 16-7010 "Design and Related Services for CR-846/lmmokalee Road over Gator Canal Bridge Replacement or Rehabflltatlon Project" ` -- IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112=5746 Telephone: (239) 252=8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public 4 Contract # 16-7010 "Design and Related Services for CR-846llmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project°; _;_ agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. In the event of any conflicts in these requirements, the CONSULTANT shall notify the OWNER of such conflict and utilize its best professional judgment to advise OWNER regarding resolution of each such conflict. OWNER'S approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.7.1 The County reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to CONSULTANT's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the County reserves the right to make sole determination regarding deductions. After notification of deficiency, if the CONSULTANT fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the CONSULTANT. The County may also deduct or charge the CONSULTANT for services and/or items necessary to correct the deficiencies directly related to the CONSULTANT's non-performance whether or not the County obtained substitute performance. 1.8. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without OWNER'S prior written consent, or unless incident to the proper 5 Contract X'16:T0%10 "Design and Related Services for CR-H46/lmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation P�'oject" performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. written notice of any such subpoenas. CONSULTANT shall provide OWNER prompt 1.9. As directed by OWNER, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK(Real- Time Kinematic) GPS Network as provided by OWNER. Information layers shall have common naming conventions (i.e. right-of-way -ROW, centerlinesedge-of-pavement - EOP, etc), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT 2.1. If authorized in writing by OWNER through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in OWNER'S Procurement Ordinance and Procedures in effect at the time such services are authorized, These services will be paid for by OWNER as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an 6 Contract # 16-7010 "Design and Related Services for CR-846llmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation ProJec#" Amendment to this Agreement prior to starting such services. OWNER will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If OWNER determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to OWNER of the emergency within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT'S right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: 2.2. Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. 2.3. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, OWNER'S schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by OWNER when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT'S control and fault. 2.4. Providing renderings or models for OWNER'S use. a`? 0 Contract # 16.7010 "Design and Related Services for CR•846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" 2.5. Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting OWNER in obtaining such process licensing. 2.6. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.7. Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by OWNER, other than visits to the Project site or OWNER's office. 2.8. Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.9. Preparing to serve or serving as a CONSULTANT or witness for OWNER in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2.10. Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE OWNER'S RESPONSIBILITIES 3.1. The OWNER shall designate in writing a project manager to act as OWNER'S representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define OWNER'S policies and decisions with rt../ 8 Contract # 16-7010 "Design and Related Services for CR=846llmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" respect to CONSULTANT'S services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: (a) The scope of services to be provided and performed by the CONSULTANT hereunder; (b) The time the CONSULTANT is obligated to commence and complete all such services; or (c) The amount of compensation the OWNER is obligated or committed to pay the CONSULTANT. 3.2. The Project Manager shall: (a) Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; (b) Provide all criteria and information requested by CONSULTANT as to OWNER's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; (c) Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT'S disposal all available information in the OWNER'S possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project', (d) Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and (e) Provide notice to CONSULTANT of any deficiencies or defects discovered by the OWNER with respect to the services to be rendered by CONSULTANT hereunder. 9 Contract # 16-7010 "Design and Related Services for CR-846/lmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from OWNER for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the OWNER, fires, floods, epidemics, quarantine regulations, strikes or lock-outsthen CONSULTANT shall notify OWNER in writing within five (5) working days after , commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT'S services from any cause whatsoever, including those for which OWNER may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONSULTANT'S sole remedy against OWNER will be the right to seek an extension of time to its schedule provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT'S compensation shall be equitably (d 10 Contract # 16-7010 "Design and Related Services for CR-846/lmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the OWNER hereunder, the OWNER at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the OWNER's satisfaction that the CONSULTANT'S performance is or will shortly be back on schedule. 4.5. In no event shall any approval by OWNER authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by OWNER to CONSULTANT be deemed a waiver of any right or claim OWNER may have against CONSULTANT for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the OWNER for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the CONSULTANT; and, as a business practice there are no hourly or material invoices presented, rather, the CONSULTANT must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. 11 Contract # 16-7010 "Design and Related Services for CR-846/lmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" Time and Materials: The County agrees to pay the CONSULTANT for the amount of labor time spent by the CONSULTANT's employees and subconsultants/subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the Consultant's mark-up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subconsultants/subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. ARTICLE SIX OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by OWNER, CONSULTANT shall deliver to OWNER copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). OWNER shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to OWNER the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 12 Contract # 16-7010 "Design and Related Services for CR-846/lmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring OWNER to pay any additional compensation, CONSULTANT hereby grants to OWNER a nonexclusive, irrevocable license in all of the Project Documents for OWNER'S use on this Project. CONSULTANT warrants to OWNER that it has full right and authority to grant this license to OWNER. Further, CONSULTANT consents to OWNER'S use of the Project Documents to complete the Project following CONSULTANT'S termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges OWNER may be making Project Documents available for review and information to various third parties and hereby consents to such use by OWNER. ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. OWNER, or any duly authorized agents or representatives of OWNER, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall defend, indemnify and hold harmless OWNER, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce 13 Contract # 1840.10. "Design and Related Services for CR-848llmmokalee Road over Gator Ganal Bridge Replacement or Rehabilitation Project? °; any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2. All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3. All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Government, Collier County, Florida, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against OWNER for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by OWNER applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by OWNER applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 14 Contract # 16-7010 "Design and Related Services for CR-846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4. CONSULTANT, its subconsultants and OWNER shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by OWNER, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT'S own staff, unless otherwise authorized in writing by the OWNER. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the OWNER. No provision of this Agreement shall, however, be construed as constituting an agreement between the OWNER and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the OWNER beyond such as may then otherwise exist without regard to this Agreement. 10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. All personnel, 15 Contract # 164010 "Design and Related Services for CR-846llmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project": subconsultants and subcontractors identified in Schedule F shall not be removed or replaced without OWNER'S prior written consent. 10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the OWNER. Each subconsultant or subcontract agreement shall preserve and protect the rights of the OWNER under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the subconsulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub- subconsultants or sub -subcontractors. 10.4. CONSULTANT acknowledges and agrees that OWNER is a third party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between OWNER and any subconsultant or subcontractor. Further, all such contracts shall provide that, at Owner's discretion, they are assignable to OWNER upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT'S acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against OWNER arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the 16 .. Contract # 16-7010-:',; -' "Design and Related Services for CR-846llmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project"; _ ,- time of the final payment. Neither the acceptance of CONSULTANT'S services nor payment by OWNER shall be deemed to be a waiver of any of OWNER'S rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default %J this Agreement and such default will be considered cause for OWNER to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT'S failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT'S failure to properly and timely perform the services to be provided hereunder or as directed by OWNER, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT'S principals, officers or directors, or (d) CONSULTANT'S failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT'S failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The OWNER may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that OWNER otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against OWNER shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. OWNER shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against OWNER shall be limited to that portion of the it 17 Contract # 164010 "Design and Related Services for CR-846/lmmokalee Road over Gator Canal Bridge Replacement or Rehabllitatlon Project" fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against OWNER, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. 12.4. Upon termination and as directed by Owner, the CONSULTANT shall deliver to the OWNER all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Section 6, that are in CONSULTANT'S possession or under its control. 12.5. The OWNER shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT'S sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6. In the event (i) OWNER fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) OWNER otherwise persistently fails to fulfill some material obligation owed by OWNER to CONSULTANT under this Agreement, and (ii) OWNER has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after giving OWNER a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may 18 Contract # 16-7010 "Design and Related Services for CR-846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" terminate this Agreement by giving written notice to OWNER of CONSULTANT'S intent to terminate this Agreement. If OWNER does not cure its default within fourteen (14) days after receipt of CONSULTANT'S written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the OWNER, terminate the Agreement and recover from the Owner payment for Services performed through the termination date, but in no event shall CONSULTANT be entitled to payment for Services not performed or any other damages from Owner. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth -In -Negotiation Certificate, attached hereto and incorporated herein as Schedule E, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT'S services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONSULTANT agrees that the original Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the OWNER determines the Agreement price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. 19 Contract # 16-7010 "Design and Related Services for CR-8461immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" ARTICLE FOURTEEN CONFLICT OF INTEREST 14A . CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the OWNER shall be in writing and shall be delivered by hand, by fax, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following OWNER'S address of record: Board of County Commissioners Collier County, Florida clo Growth Management Department Transportation Engineering Division 2885 South Horseshoe Drive Naples, Florida 34104 Attentions Mario Puente, Project Manager Telephone: 239-2524170 E-Mail: MarioPuentei colliergov.net 16.2. All notices required or made pursuant to this Agreement to be given by the OWNER to the CONSULTANT shall be made in writing and shall be delivered by hand, by fax or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT'S address of record: 20 Contract # 16-7016, '`: "Design and Related Services for CR•84611mmokalee Road over Gator Canal Bridge Replacement or RehabUltatlon ProJectt'` T.Y. Lin International 2400 First Street, Suite 200 Fort Myers, Florida 33901 Phone: 239-332=4846; Fax: 239=332-4798 Attn: James Molnar, PE, Vice President/Project Manager Email: James.molnan tylin.com 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing OWNER, shall promote the best interests of OWNER and assume towards OWNER a duty of the highest trust, confidence, and fair dealing. 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of OWNER. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and 21 Contract # 16-70'10 0 "Design and Related Services for CR-84611mmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A Schedule B Schedule C Schedule D Schedule E Schedule F SCOPE OF SERVICES BASIS OF COMPENSATION PROJECT MILESTONE SCHEDULE INSURANCE COVERAGE TRUTH IN NEGOTIATION CERTIFICATE KEY PERSONNEL RFP # 16-7010 Terms and Conditions Consultant's Proposal ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought zz Contract # 16-7010 "Design and Related Services for CR-84611mmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to OWNER the Truth4I Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT'S compensation shall be adjusted to exclude any sums by which OWNER determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by OWNER of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: j "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." 23 Contract # 16-7010 "Design and Related Services for CR-846/lmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Protect" ARTICLE TWENTY DISPUTE RESOLUTION 20.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision -making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision -making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE 21 IMMIGRATION LAW COMPLIANCE 21.1. By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 24 Contract # 16-7010 "Design and Related Services for CR-846/lmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement for Consulting Design and Related Services the day and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA Dwight,�,;;6,r¢ck,, Jerk u' Date ff tf Attestas to Chairman's signature only. W itn�e"ss'1. ro &tr7 U*'1 Ohl f anVe and Title f Name and Title s to K 44�,lt Deputy County Attorney Name By: T.Y. Lin International By; a n Name�nd Title Cl 2e Contract # 16-7010 "Design and Related Servlcas for CR•846i Immokalee Road over Gator Canal Brldpe Replacement or Rehabllltatlon Project" CORPORATE AUTHORIZATION Atiq Alvi, Vice President of IY. Lin International (the "Corporation"), a California corporation, is a duly elected and appointed officer of the Corporation and holds full corporate authority to enter into any contracts or leases on behalf of the Corporation. In witness whereof, I have caused this instrument to be executed and the corporate seal to be hereunto affixed in the City of San Francisco, California, U.S.A. on the 16u' of September 2014, Corpo Seal State of California ) County of San Francisco ) T.Y. LIN INTERNATIONAL By. V�V l .itiV Veronica G. Fennie, On September 16th, 2014, before me, Vivan S. Fung, Notary Public, personally appeared Veronica G. Fennie who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument, the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. VIVIAN S. fUNG Commission � 1916330 .,; Notary Public - California + • Alameda County My Comm. Expires Jan 6, 2015 SCHEDULE A S'OPE OF SERVICES "Schedule to fclEow Schedule F" s.l coniract # 9Q-T010 "Des�grt and Rotated SQrvtc�a for Cit-84Gtimmflkalee Road over Gatos Canal Bridge Replacement or Retiabtlltatiott Pra�eck" SCHEDULE B BASIS OF COMPENSATION LUMP SUM AND TIME AND MATERIALS 1. MONTHLY STATUS REPORTS 3.1.1. Asa condition precedent to payment, CONSULTANT shall submit to OWNER as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, OWNER agrees to make the Lump Sum and Time and Material payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to OWNER'S reasonable satisfaction. item Task Descrip#ion Lump Time and Payment Schedule Sum Materials Not To Exceed 1. Bridge Development Report $81,966100 - Monthly Upon Percent Complete of Task 2. 60% Submittal $86 250.00 Monthly Upon Percent Complete of Task 3. 90% Submittal $86,250,00 Monthly Upon Percent Complete of Task 4. Final Submittal $25,000.00 Monthly Upon Percent Complete of Task 5. Post Design Services - $30,000.00 - Includes As -Built 6. Reimbursable Expenses - $2,000.00 - (Mileage per §112,061, Fla. Stat., Reproductions) 7. Public Involvement $7,000.00 - Monthly Upon Percent (Optional Service, per Section 3.19 Complete of Task of Exhibit A - Scope of Services and upon the issuance of a NTP 8. Archaeological Surveys $71025.00 - Monthly Upon Percent (Optional Service per Section 8.24, Complete of Task of Exhibit A — Scope of Services and 9. upon the issuance of a NTP SUE $1,500500 - Monthly Upon Percent (Optional Service for soft dig only, Complete of Task per Section 7.13, of Exhibit A - Scope of Services and upon the issuance of a NTP TOTAL FEE (Total Items 1-9) $326,991.00 >3- i Contract # 16-7010 "Design and Related Services for CR-64611mmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" 3.2.2. The fees noted in Section B.2.1. shall constitute the amounts to be paid to CONSULTANT for the performance of the Basic Services, Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT'S personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment I to this Schedule B. 3.2.3. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by OWNER, regarding CONSULTANT'S Direct Labor Costs incurred at the time of billing, to be reviewed and approved by OWNER. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, OWNER agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section B.3.4.1 below. There shall be no overtime pay on Additional Services without OWNER'S prior written approval. B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by OWNER, pending resolution of the dispute provided that OWNER continues to pay to CONSULTANT all amounts that OWNER does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by Owner. Additionally, the number of the purchase order granting approval for such services shall appear on all invoices. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of B-a Contract # 16-7010 "Design and Related Services for CR-846llmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" "laches1) as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 3.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT'S letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. 3.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established CONSULTANT agrees that, with respect 1 utilized by CONSULTANT for Additional S maximum markup of five percent (5%) on subconsultants and subcontractors. in Attachment 1, attached to this Schedule B, any subconsultant or subcontractor to be :rvices, CONSULTANT shall be limited to a he fees and expenses associated with such B.3.4.1 Reimbursable Expenses must comply with section 112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by OWNER. Such expenses, if approved by OWNER, may include coach airfare, standard accommodations and meals, all in accordance with section 112,061, F.S. Further, such expenses, if approved by OWNER, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6.Other items on request and approved in writing by the OWNER. B-3 Contract # 16-7010 "Design and Related Services for CR-©46/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" Attachment 1 SCHEDULE B CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Senior Project Manager $172.00 Senior Engineer $157.00 Engineer $123.00 Senior Designer $114.00 Designer $94.00 Senior Environmental $134.00 Environmental $109.00 Senior Inspector $96.00 Inspector $76.00 Senior Technician $85.00 Administrative Assistant $62.00 The above hourly rates are applicable to Time and Materials tasks) only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added upon mutual agreement in advance and in writing by the Project Manager and the Consultant, without further Board approval. B-4 `- Contract # 16-7010 "Design and Related Services for CR-846/1mmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" SCHEDULE C PROJECT MILESTONE SCHEDULE Cumulative Number of Calendar Days For Completion from Date of Task Description Notice to Proceed for Services under this Agreement 1. Bridge Development Report 75 2. 60% Submittal 165 3. 90% Submittal 270 4. Final Submittal 360 5. Post Design Services 900 60 Reimbursable Expenses 900 (Mileage, Reproductions) 71 Public Involvement Optional Service, NTP 86 Archaeological surveys Optional Service, NTP g. SUE Optional Service, NTP C-1 Contract # 16-7010 "Design and Related Services for CR-846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" SCHEDULE D INSURANCE COVERAGE (1) The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self -insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self -insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be CONSULTANT'S sole responsibility. (2) The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. (3) Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the OWNER or as specified in this Agreement, whichever is longer. (4) Certificates of insurance (3 copies) acceptable to the OWNER shalt be filed with the OWNER within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance polices required shall be provided to OWNER, on a timely basis, if requested by OWNER. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the OWNER. CONSULTANT shall also notify OWNER, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate D-1 Contract # 16-701.0 "Design and Related Services for CR446/lmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Projegt" , limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. (5) All insurance coverages of the CONSULTANT shall be primary to any insurance or self insurance program carried by the OWNER applicable to this Project. (6) The acceptance by OWNER of any Certificate of Insurance does not constitute approval or agreement by the OWNER that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. (7) CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the OWNER. (8) Should at any time the CONSULTANT not maintain the insurance coverages required herein, the OWNER may terminate the Agreement or at its sale discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between OWNER and CONSULTANT. The OWNER shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the OWNER to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. (9) If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the D-2 " Contract # 184019 ; "Design and Related Services for CR-84811mmokalee Road over Gator Canal Bridge Replacement or Rehabflitatlon Project" ,; CONSULTANT shall furnish to the OWNER, in triplicate, renewal or replacement Certificates) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the CONSULANT to provide the OWNER with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and OWNER may terminate the Agreement for cause. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Required by this Agreement? X Yes No (1) Workers' Compensation and Employers' Liability Insurance shall be maintained by the dterm of this Agreement for all employees engaged in the work under CONSULTANT uring the this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation -Florida Statutory Requirements b. Employers' Liability (check one, if applicable) X $1,000,000 Each Accident $1,000,000 Disease Aggregate $1,000,000 Disease Each Employee (2) The insurance company shall waive all claims rights against the OWNER and the policy shall be so endorsed. (3) United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. Applicable X Not Applicable D-3 Contract # 16-7010 "Design and Related Services for CR-84611mmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" (4) Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Applicable _X_ Not Applicable COMMERCIAL GENERAL LIABILITY Required by this Agreement? X Yes No (1) Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the OWNER of the work under this Agreement. following: Limits of Liability shall not be less than the X Single Limit per Occurrence $1,000,000 Products/Completed Operations Aggregate $2,000,000 Aggregate $2,000,000 (2) The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self -insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self -insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. D-4 Contract # 16-7010 "Design and Related Services for CR-84611mmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" (3) Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. The insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the CONSULTANT's policy shall be endorsed accordingly. CONSULTANT shall ensure that all subcontractors comply with the same insurance requirements that the CONSULTANT is required to meet. (4) Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. Applicable X Not Applicable (5) Aircraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Applicable X Not Applicable AUTOMOBILE LIABILITY INSURANCE Required by this Agreement? _X_ Yes No (1) Automobile Liability Insurance shall be maintained by the CONSULTANT for the ownership, maintenance or use of any owned, non -owned or hired vehicle with limits of not less than: D-5 Contract # 16-7010 "Design and Related Services for CR-84611mmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Protect" X Bodily Injury & Property Damage - $1,000,000 (1) Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. (2) The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. PROFESSIONAL LIABILITY INSURANCE Required by this Agreement? X Yes No (1) Professional Liability Insurance shall be maintained by the CONSULTANT to insure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recover against OWNER as to any claims under this insurance. Such insurance shall have limits of not less than. X $1,000,000 each claim and in the aggregate (2) Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the OWNER. (3) The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the OWNER. Contract # 16-7010 "Design and Related Services for CR-6A6/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" (4) The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or OWNER, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to OWNER of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify OWNER by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by OWNER. VALUABLE PAPERS INSURANCE (1) In the sole discretion of the County, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. PROJECT PROFESSIONAL LIABILITY (1) If OWNER notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with OWNER and OWNER'S insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT'S professional liability policy. If no credit is available from CONSULTANT'S current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a D-7 Contract # 16-7010 "Design and Related Services for CR-B46llmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to OWNER. Should no credit accrue to OWNER, OWNER and CONSULTANT, agree to negotiate in good faith a credit on behalf of OWNER for the provision of project -specific professional liability insurance policy in consideration for a reduction in CONSULTANT'S self -insured retention and the risk of uninsured or underinsured consultants. (2) CONSULTANT agrees to provide the following information when requested by OWNER or OWNER'S Project Manager: a. The date the professional liability insurance renews. b. Current policy limits. c. Current deductibles/self-insured retention. d. Current underwriter. e. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. f. Cost of professional insurance as a percent of revenue. g, Affirmation that the design firm will complete a timely project errors and omissions application. (3) If OWNER elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and OWNER will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D D-8 ' Contract # 16-7010 "Design and Related Services for CRA46/Immokalee Road over Gator Canal Bridge Replacement or RehaBilitation Protect" SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 28t 055 Florida Statutes, T.Y. Lin International hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning Design and Related Services for CR- 846llmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project are accurateI complete and current as of the time of contracting. T.Y. Lin International BY: TITLE: DATE: G? I Contract # 16-7010 "Design and Related Services for CR-646/lmmokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project" ,lim Molnar, PE SCHEaULt: F KEY PERSONNEL f�rc�j��# Manager Senior i=ngin�er 4�4 15°/a Replacement ar Rtrhabflitatlon Pro�ee{"� " JUNE 2017 EXHIBIT A SCOPE OF SERVICES DESIGN AND RELATED SERVICES FOR CR-846 / IMMOKALEE ROAD OVER GATOR CANAL BRIDGE REPLACEMENT OR REHABILITATON PROJECT PROJECT NUMBER: 66066413 INCLUDING BRIDGE NUMBER: 030160 RFP NUMBER 16-7010 1 PURPOSE.............all ............................cogs ................................. range moral ..............................44 2 PROJECT DESCRIPTION...............................................................................................66 3 PROJECT COMMON AND PROJECT GENERAL TASKS..........................................192'I 4 ROADWAY ANALYSIS.................................................................................................3039 5 ROADWAY PLANS.......................................................................................................34 6ADRAINAGE ANALYSIS.................................................................................................3635 6BDRAINAGE PLANS...........................................................................................................39 7 UTILITIES..........................................................................................................................40 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES ..........................4644 9 STRUCTURES of SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS .11.285049 10 STRUCTURES as BRIDGE DEVELOPMENT REPORT.................................................5254 11 STRUCTURES an TEMPORARY BRIDGE.....................................................................5553 12 STRUCTURES an SHORT SPAN CONCRETE BRIDGE.. monolog Egg as 0 an we 5654 13 STRUCTURES — MEDIUM SPAN CONCRETE BRIDGE..............................................5866 14 STRUCTURES an STRUCTURAL STEEL BRIDGE.......................................................596-9 15 STRUCTURES we SEGMENTAL CONCRETE BRIDGE............. fee 16 STRUCTURES — MOVABLE SPAN..............................................................................6164 17 STRUCTURES — RETAINING WALLS..........................................................................626? 18 STRUCTURES — MISCELLANEOUS............................................................................6364 19 SIGNING AND PAVEMENT MARKING ANALYSIS.....................................................6465 20 SIGNING AND PAVEMENT MARKING PLANS...............Rog rooms ....................................666"D 21 SIGNALIZATION ANALYSIS........................................................................................686 22 SIGNALIZATION PLANS..............................................................................................6979 23 LIGHTING ANALYSIS...................................................................................................70�1 24 LIGHTING PLANS, a v 0 3 a 0 9 11 K a 9 1 a 2 1 a 2 a a a a 5 11 a a a a * 0 a a 4 0 a a a 2 6 a 0 a 0 a a I a 0 a a 9 a F 0 v 5 A I a 2 1 N 0 0 a 9 9 0 a d a 8 a 25 LANDSCAPE ARCHITECTURE ANALYSIS................................................................7273 26 LANDSCAPE ARCHITECTURE PLANS......................................................................73�4 27 SURVEY.... Eggs manorwags 0 a 9 8 a 0 0 a a 0 2 a 4 9 a a a 0 a 6 0 k a I a a 0 a 0 a a 4 4 0 0 a a a I w I a I a 8 0 a 14 9 a a a 9 a 1 3 a I a 0 a a 0 a a 0 a a a 1 0 0 a a 2 a 9 9747-6 28 PHOTOGRAMMETRY...................................................................................................7988 29 MAPPING, . a a 4 a 0 9 a 5 a a a 0 9 a 8 0 9 a a a a I a 4 a 0 a 1 9 1 0 ff 1 6 a 1 5 a 9 a I v a a 9 a 0 a a a a a a v a 4 a a a a 9 9 0 a a a a 9 a a a a I I I a 0 w 0 a 0 5 a 0 a 0 a a 8 a a I a 0 a 9 1 2 2 9 a K a a a a I a 0 a a a 9 v 0 a8004 APPING......................................................................................................................8084 30 TERRESTRIAL MOBILE LIDAR...................................................................................81$4 31 ARCHITECTURE DEVELOPMENT..............................................................................8285 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE ........8386 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS... m1mgNuouslow some mass 8487 A-2 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS...... Islas* 35 GEOTECHNICAL..............................................................................................................90 36 PROJECT REQUIREMENTS........................................................................................9499 37 INVOICING LIMITS. I a a a I a a 9 a a a 0 a a a a 9 9 a 0 a a a a a a a 1 5 9 a a 0 a 0 9 1 a I a a I a a a a a I I a a I a 6 0 a a 0 0 1 v I a a I 19 a 6 0 9 a 9 A 0 a R a 0 0 0 a 9 a A a 2 a 8 0 a I a a a 0 2 a 0 09640-1 A-3 SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES BRIDGE/STRUCTURAL AND HIGWAY DESIGN Collier County Project Number: 66066.13 Description: Design and Related Services for Replacement or Rehabilitation of the CR-846 / Immokalee Road Bridge over Gator Canal in Collier County, Florida Bridge No(s).: 030160 1 PURPOSE The purpose of this Exhibit is to describe the scope of work and the responsibilities of the CONSULTANT and the COUNTY in connection with the design and preparation of a complete set of construction contract documents and incidental engineering services, as necessary, for improvements to the transportation facility described herein. Major work mix includes: Group 4 -Highway Design -Bridges and Group 3 - Highway Design - Roadway Major work groups include: Group 4.1 - Miscellaneous Structures and Minor Bridge Design and Group 3.1 - Minor Highway Design Minor work mix/groups may include but are not limited to: Group 7.1 - Signing, Pavement Marking and Channelization; Group 8.1 - Control Survey, Group 8.2 - Design, Right of Way, & Construction Survey; Group 8.4 - Right of way Mapping and Group 9 - Soil Exploration, Materials Testing and Foundations. The Firm submitting as the PRIME CONSULTANT at a minimum must be pre - qualified through the Florida Department of Transportation (FDOT) in the following work groups: Group 4.1 —Miscellaneous Structures and Minor Bridge Design Group 3.1 —Minor Highway Design The general objective is for the CONSULTANT to prepare a set of Construction Contract Documents including plans, specifications, supporting engineering analysis, calculations and other technical documents in accordance with Florida Department of Transportation (FDOT) and COUNTY policy, procedures and requirements. These Construction Contract Documents will be used by the contractor to build the project and test the project components. These Construction Contract Documents will be used by the COUNTY or its Construction Engineering Inspection (CEI) representatives for inspection and final acceptance of the project. The CONSULTANT shall follow a systems engineering process to ensure that all required project components are included in the development of the Construction Contract Documents and the project can be built as designed and to specifications. 1 PURPOSE A-4 RFP% 16-7010 The Scope of Services establishes which items of work in the FDOT Plans Preparation Manual (PPM), Collier County Land Development Code and other pertinent manuals are specifically prescribed to accomplish the work included in this contract, and also indicate which items of work will be the responsibility of the CONSULTANT and/or the COUNTY. The CONSULTANT shall be aware that as a project is developed, certain modifications and/or improvements to the original concepts may be required. The CONSULTANT shall incorporate these refinements into the design and consider such refinements to be an anticipated and integral part of the work. The County will not accept supplemental fee requests for such refinements. The CONSULTANT shall demonstrate good project management practices while working on this project. These include communication with the COUNTY and others as necessary, management of time and resources, and documentation. The CONSULTANT shall set up and maintain throughout the design of the project a contract file that can be turned over to the COUNTY at the close of the project or at contract termination. Consultants are expected to know the laws and rules governing their professions and are expected to provide services in accordance with current regulations, codes and ordinances and recognized standards applicable to such professional services. The CONSULTANT shall provide qualified technical and professional personnel to perform to COUNTY standards and procedures, the duties and responsibilities assigned under the terms of this agreement. The CONSULTANT shall utilize the best engineering judgment, practices, and principals possible during the prosecution of the work commissioned under this contract. The CONSULTANT shall minimize to the maximum extent possible the COUNTY's need to apply its own resources to assignments authorized by the COUNTY. The COUNTY will provide contract administration, management services, and technical reviews of all work associated with the development and preparation of contract documents, including Construction Contract Documents, The COUNTY's technical reviews are for high-level conformance and are not meant to be comprehensive reviews. The COUNTY may contract with independent consultants to perform additional technical review services. The CONSULTANT shall be fully responsible for all work performed and work products developed under this Scope of Services. The COUNTY may provide job -specific information and/or functions as outlined in this contract, if favorable. 1 PURPOSE A-5 RFP: 16-7010 2 PROJECT DESCRIPTION The CONSULTANT shall investigate the status of the project and become familiar with concepts and commitments (typical sections, alignments, etc.) developed from prior studies and/or activities. The principle intent of this project is to replace or rehabilitate an obsolete bridge on CR-846 in Collier County, Florida. Bridge number: 030160 CR-846 / Immokalee Road The existing bridge foundations are a combination of concrete and timber piles generally of unknown depth. The bridge is experiencing exponential timber pile decay. The bridge is Scour Critical. The primary objective of this project is to replace or rehabilitate the bridge identified herein as soon as possible while limiting ancillary work to only what is necessary and/or required to replace or rehabilitate the bridge and provide safe roadway approaches per applicable codes, guidelines, regulations, permitting agency requirements, etcetera. The roadway approaches to idge shall be resurfaced/reconstructed as See section 2.1 for typical section information. The project and survey limits shall include the existing bridge and shall extend out longitudinally up to 500 feet from each bridge joint at the end of the bridge along CR-846. Transversely, the project limits shall be contained within the existing roadway right-of-way, which extends out 50 feet from each side of the existing bridge centerline. The proposed bridge and the transition back to the existing roadway profile will be designed to fit within these limits. Additional project related environmental mitigation improvements outside of the contractual project limits may be identified during project development. The CONSULTANT shall provide additional services to incorporate these improvements into the design at the request of the COUNTY. The scope of the additional services will be determined at the time the services are requested. These additional services are not included in this scope and will be added as a supplemental agreement if the need is identified. 2 PROJECT DESCRIPTION A-6 RFP: 16-7010 In general, the CONSULTANT will be required to obtain/produce all permits, studies and reports necessary to design the project and deliver the final deliverables. 241 Project General and Roadway (Activities 3, 4, and 5) Public Involvement: The CONSULTANT shall prepare for and attend public meetings as directed by the COUNTY. Please see Section 3.1 for details. Other Agency Presentations/Meetings: The CONSULTANT shall prepare for and attend agency meetings as directed by the COUNTY. Please see Section 3.1 for details. Joint Project Agreements; Not applicable. Specification Package Preparation: FDOT and COUNTY Specifications — current editions, and any required project specific Technical Specifications. Value Engineering: Value Engineering/Independent Peer Review services will be conducted by an independent consultant for this project. Please see section 3.5 for details. Risk Assessment Workshop: Not applicable. Plan Type: The CONSULTANT shall provide all plans and details necessary for construction of the project described herein. The CONSULTANT is expected to follow all design criteria and processes provided in the latest version of the FDOT Plans Preparation Manual (PPM). Deviations from the criteria and processes provided in the PPM must be approved by the COUNTY in writing. Typical Section: The replacement or rehabilitated bridge and roadway approaches shall be designed to facilitate two lanes of traffic with shoulders per the latest FDOT design criteria. The CONSULTANT shall coordinate with the COUNTY to determine future widening needs of the bridge and incorporate these needs into the design. The posted speed limit is: CR-846/Immokalee Road - 55mph The desired design speed is: CR-846/Immokalee Road - 60mph Pavement Design: The CONSULTANT shall provide all pavement designs required for the project. If reconstruction is necessary, the proposed pavement thickness shall match the existing pavement for future milling and resurfacing requirements. Pavement Type Selection Report(s): Not applicable 2 PROJECT DESCRIPTION A-7 RFP: 16-7010 Cross Slope: The CONSULTANT shall evaluate any necessary modifications to cross slopes of existing pavement to be retained as part of this project. Access Management Classification: Not applicable. Transit Route Features: Not applicable. Major Intersections/Interchanges: Not applicable. Roadway Alternative Analysis: Not applicable. Level of TCP Plans: Appropriate maintenance of traffic during construction is critical to the public, local businesses and emergency services. The CONSULTANT shall develop maintenance of traffic plans that limit impacts to the public while minimizing the cost and duration of construction. The CONSULTANT shall provide Temporary Traffic Control Plans as required. Depending on the preferred alternative selected from the Bridge Development Report, traffic may be shifted to alternating one directional for phased construction. Temporary Lighting: Not applicable. Temporary Signals: The CONSULTANT is responsible for any temporary signals necessary for the project. Temporary Drainage: The CONSULTANT is responsible for any temporary drainage designs necessary for the project. Design Variations/Exceptions: There are no known Design Variations or Exceptions during the development of this Scope. The CONSULTANT should review the project location to determine if a Design Variation or Exception is necessary to meet FDOT design standards. The CONSULTANT shall submit requests for Design Variations and/or Exceptions approval to the COUNTY as soon as possible to minimize potential schedule delays. The CONSULTANT shall coordinate these requests with the COUNTY's Project Manager. Back of Sidewalk Profiles: As required. 2.2 Drainage (Activities 6a and 6b) System Type: As required. The storm water systems shall be designed to meet the permitting requirements of all applicable permitting agencies. The storm water system designs shall consider best management practices, open system, closed system, lateral ditches, exfiltration, etc., or a combination thereof, within or outside the existing right-of-way. The CONSULTANT shall develop all hydraulic requirements, designs and Construction Contract Documents for all hydraulic features, such as but not 2 PROJECT DESCRIPTION RFP: 16-7010 limited to all storm water conveyance, storage and treatment facilities, required for the project. All existing drainage structures and features shall be shown on the construction plans and should be inspected for scour, erosion, structural integrity and accumulation of sediments as necessary. Treatments should be coordinated with the COUNTY's Project Manager before being added to the Construction Contract Documents, 2.3 Utilities Coordination (Activity 7) The CONSULTANT is responsible to certify that all necessary arrangements for utility work on this project have been made and will not conflict with the physical construction schedule. The CONSULTANT should coordinate with COUNTY personnel to coordinate transmittals to Utility Companies and meet production schedules. The CONSULTANT shall ensure FDOT and COUNTY standards, policies, procedures, practices, and design criteria are followed concerning utility coordination. The CONSULTANT may employ more than one individual or utility engineering consultant to provide utility coordination and engineering design expertise. The CONSULTANT shall identify a dedicated person responsible for managing all utility coordination activities. This person shall be contractually referred to as the Utility Coordination Manager, The Utility Coordination Manager shall be required to satisfactorily demonstrate to the COUNTY's Project Manager that they have the knowledge, skills, and expertise required to successfully provide the utility coordination activities required of the project. The Utility Coordination Manager shall coordination, including the following: be responsible for managing all utility Assuring that Utility Coordination and accommodation is in accordance to the COUNTY, FDOT, FHWA, and AASHTO standards, policies, procedures, and design criteria. Assisting the engineer of record in identifying all existing utilities and coordinating any new installations. Assisting the Engineer of Record with resolving utility conflicts. Scheduling and performing utility coordination meetings, keeping and distribution of minutes/action items of all utility meetings, and ensuring expedient follow-up on all unresolved issues. Distributing all plans, conflict matrixes and changes to affected utility owners and making sure this information is properly coordinated and documented. Identifying and coordinating the completion of any COUNTY or utility owner 2 PROJECT DESCRIPTION A-9 RFP: 164010 agreement that is required for reimbursement, or accommodation of the utility facilities associated with the project. Review and certify to the COUNTY's Project Manager that all Utility Work Schedules are correct and in accordance with the COUNTY's standards, policies, and procedures. Prepare, review and process all utility related paperwork. The CONSULTANT's utility coordination work shall be performed and directed by the Utility Coordination Manager that was identified and approved by COUNTY Is Project Manager. Any proposed change of the approved Utility Coordination Manager shall be subject to review and approval by COUNTY Is Project Manager prior to any change being made in this contract. 2.4 Environmental Permits, Compliances, and Clearances (Activity 8) The CONSULTANT shall coordinate with all applicable regulatory agencies to obtain all necessary permits, including but not limited to: South Florida Water Management District Department of Environmental Protection United States Coast Guard United States Army Corps of Engineers The CONSULTANT is responsible for the identifying and applying for all necessary permits for the project. The CONSULTANT is responsible for all permit coordination and revisions necessary to obtain the required permits. All application and processing fees associated with permitting activities s be paid for by the COUNTY directly to each applicable agency. The COUNTY will direct use of mitigation banks as required. 2.5 Structures (Activities 9 —18) Bridges: The CONSULTANT shall provide all necessary design services, obtain new bridge number from the FDOT (if replaced) and deliver construction documents for the replacement or rehabilitation of the existing bridge defined below. The length of a new structure is dependent on site constraints, the requirements defined herein and the requirements to be established by the permitting agencies. Bridge number: 2 PROJECT DESCRIPTION A-10 RFP: 16-IV] 0 030160 CR-846 / Immokalee Road Please see section 2.1 for typical section requirements. Type of Bridge Structure Work: ■ Bridge Development Report ■ Temporary Bridge — N/A. ■ Short Span Concrete - As applicable. ■ Medium Span Concrete - As applicable. Retaining Walls: The CONSULTANT deliver construction documents for retaining walls required for the project. Noise Barrier Walls: Not applicable. shall provide all design services and any temporary and/or permanent Miscellaneous: The CONSULTANT shall provide all design services and deliver construction documents for any miscellaneous structures required for the project. 2.6 Signing and Pavement Markings (Activities 19 & 20) The CONSULTANT shall provide all design services and deliver construction documents for all signing and pavement markings required for the project. 2.7 Signalization (Activities 21 & 221 Intersections: Not applicable. Traffic Data Collection: Not applicable. Traffic Studies: Not applicable. Count Stations: Not applicable. Traffic Monitoring Sites: Not applicable. 2.8 Lighting (Activities 23 & 24): Not applicable. 2.9 Landscape Architecture (Activities 25 & 26): Not applicable. 2.10 Survey (Activity 27) Design Survey: The CONSULTANT shall provide all survey services necessary for the project. 2 PROJECT DESCRIPTION A-11 RFP: 16-7010 Subsurface Utility Exploration: This scope item is considered an Optional Service if requested by the County. Fees for this item are included in the negotiated contract fees. If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work. Right of Way Survey: The CONSULTANT is responsible for all Right of Way Surveys and defining all official County maintained right of ways necessary for the project. 2.11 Photogrammetry (Activity 28): Not applicable. 2.12 Mapping (Activity 29) Control Survey Map: The CONSULTANT is responsible for all Control Survey Maps necessary for the project. Right of Way Map: No right of way acquisitions are expected to be necessary for the project. Legal Descriptions: The CONSULTANT is responsible for all Legal Descriptions necessary for the project. Maintenance Map: As required. Miscellaneous Items: As required. 2.13 Terrestrial Mobile LiDAR (Activity 30): Not applicable. 2.14 Architecture (Activity 311: Not applicable. 2.15 Noise Barriers (Activity 32): Not applicable. 2.16 Intelligent Transportation Systems (Activities 33 & 34): Not applicable. 2.17 Geotechnical (Activity 35) The CONSULTANT shall be responsible for all necessary geotechnical activities associated with/required for this project. 2.18 Project Schedule Within ten (10) days after the Notice -To -Proceed, and prior to the CONSULTANT beginning work, the CONSULTANT shall provide a detailed project activity/event schedule for COUNTY and CONSULTANT scheduled activities required to meet the current COUNTY Production Date. The schedule shall be based upon the durations and schedule negotiated during the project staff hour negotiations process. The CONSULTANT shall allow for a four (4) week review time for each phase submittal and any other submittals as appropriate. 2 PROJECT DESCRIPTION A-12 RFP: 16-7010 The schedule shall indicate all required submittals. All fees and price proposals are to be based on the negotiated schedule for final construction contract documents. Periodically, throughout the life of the contract, the project schedule and payout reports shall be reviewed as requested by the COUNTY and, with the approval of the COUNTY, adjusted as necessary to incorporate changes in the Scope of Services and progress to date. The approved schedule and schedule status report, along with progress and payout reports, shall be submitted with the monthly progress report or as requested by the COUNTY. The schedule shall be submitted in a COUNTY system -compatible format. 2.19 Submittals The CONSULTANT shall furnish construction contract documents as required by the COUNTY to adequately control, coordinate, and approve the work concepts. The CONSULTANT shall distribute submittals as directed by the COUNTY. All submitted documents shall be digitally signed and sealed in accordance with applicable Florida Statutes. All documents shall be developed and submitted in accordance with the latest edition of the FDOT Plans Preparation. Manual unless otherwise directed by the COUNTY in writing. BDR (Bridge Development Report) submittal shall be an independent submittal. The BDR must evaluate rehabilitation and replacement options from both cost and engineering stand points. The BDR options provided by the CONSULTANT shall identify all information necessary for the COUNTY to select and approve the desired alternative for rehabilitation or replacement of the bridge. This information includes, but is not limited to, remaining bridge service life, future maintenance costs, and construction costs for each option. Subsequent submittals shall occur at the 60%, 90%, and Final Plan stages. Negotiated Contract fees are based on a bridge replacement option. In the event that a bridge rehabilitation is deemed necessary, this scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination.. 2 PROJECT DESCRIPTION RFP: 16-(010 The CONSULTANT will only be compensated for the option approved by the COUNTY during the BDR process. All documents shall be digitally sealed in accordance with the latest editions of the FDOT Plans Preparation Manual and FDOT CADD Manual unless otherwise directed by the COUNTY in writing. Each submittal shall include one (1) digital copy of all documents required for the submittal as defined herein. Method of delivery must be preapproved by the COUNTY. In addition to the delivery of the files produced during the course of project development, the COUNTY requires the inclusion of Engineering Data files (prepared by or for the CONSULTANT) for critical geometrics in the design. These can include the alignments, profiles, cross sections, surfaces, etcetera necessary to create the corridor model(s). Critical roadway geometric items, such as the centerlines and profiles of the proposed mainline, side streets, special ditches, and utilities, must be included. These Engineering Data files are considered "Project Documents" as defined in the contract and shall be provided when requested by the COUNTY. 2.20 Provisions for Work All work shall be prepared with English units in accordance with the latest editions of standards and requirements utilized by the FDOT and the COUNTY which include, but are not limited to, publications such as: ■ General o Title 29, Part 1910, Standard 1910.1001, Code of Federal Regulations (29 C.F.R. 1910.1001) — Asbestos Standard for Industry, U.S. Occupational Safety and Health Administration (OSHA) 0 29 C.F.R. 192641101 —Asbestos Standard for Construction, OSHA 0 40 C.F.R. 61, Subpart M - National Emission Standard for Hazardous Air Pollutants (NESHAP), Environmental Protection Agency (EPA) 0 40 C.F.R. 763, Subpart E — Asbestos -Containing Materials in Schools, EPA 0 40 C.F.R. 763, Subpart G — Asbestos Worker Protection, EPA o Americans with Disabilities Act (ADA) Standards for Accessible Design o AASHTO — A Policy on Design Standards Interstate System o AASHTO — Roadside Design Guide o AASHTO — Roadway Lighting Design Guide o AASHTO — A Policy for Geometric Design of Highways and Streets o AASHTO — Highway Safety Manual o Rule Chapter 5J-17, Florida Administrative Code (F.A.C.), Minimurr Technical Standards for Professional Surveyors and Mappers o Chapter 469, Florida Statutes (F.S.) — Asbestos Abatement o Rule Chapter 62-257, F.A.C., Asbestos Program o Rule Chapter 62-302, F.A.C., Surface Water Quality Standards 2 PROJECT DESCRIPTION Am 14 RFP: 16-7010 o Code of Federal Regulations (C.F.R.) o Florida Administrative Codes (F.A.C.) o Chapters 20, 120, 215, 455, Florida Statutes (F.S.) — Florida COUNTY of Business & Professional Regulations Rules o Florida COUNTY of Environmental Protection Rules o FDOT Basis of Estimates Manual o FDOT Computer Aided Design and Drafting (CADD) Manual o FDOT Design Standards o FDOT Flexible Pavement Design Manual o FDOT - Florida Roundabout Guide o FDOT Handbook for Preparation of Specifications Package o FDOT Instructions for Design Standards o FDOT Instructions for Structures Related Design Standards o FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways ("Florida Greenbook") o FDOT Materials Manual o FDOT Pavement Type Selection Manual o FDOT Plans Preparation Manual o FDOT Procedures and Policies o FDOT Project Development and Environmental Manual o FDOT Project Traffic Forecasting Handbook o FDOT Public Involvement Handbook o FDOT Rigid Pavement Design Manual o FDOT Standard Specifications for Road and Bridge Construction o FDOT Utility Accommodation Manual o Federal Highway Administration (FHWA) - Manual on Uniform Traffic Control Devices (MUTCD) o FHWA — National Cooperative Highway Research Program (NCHRP) Report 672, Roundabouts: An Informational Guide o FHWA Roadway Construction Noise Model (RCNM) and Guideline Handbook o Florida Fish and Wildlife Conservation Commission - Standard Manatee Construction Conditions 2005 o Florida Statutes (F.S.) o Florida's Level of Service Standards and Guidelines Manual for Planning o Model Guide Specifications — Asbestos Abatement and Management in Buildings, National Institute for Building Sciences (NIBS) o Quality Assurance Guidelines o Safety Standards o Any special instructions from the COUNTY Roadway o FDOT — Florida Intersection Design Guide o FDOT - Project Traffic Forecasting Handbook o FDOT - Quality/Level of Service Handbook 2 PROJECT DESCRIPTION A-15 RFP: 16-7010 o Florida's Level of Service Standards and Highway Capacity Analysis for the SHS o Transportation Research Board (TRB) - Highway Capacity Manual Permits 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Chapter 373, F.S. —Water Resources US Fish and Wildlife Service Endangered Species Programs Florida Fish and Wildlife Conservation Commission Protected Wildlife Permits Bridge Permit Application Guide, COMDTPUB P16591.3C Building Permit Drainage 0 0 0 0 0 FDOT Bridge Hydraulics Handbook FDOT Culvert Handbook FDOT Drainage Manual FDOT Erosion and Sediment Control Manual FDOT Exfiltration Handbook FDOT Hydrology Handbook FDOT Open Channel Handbook FDOT Optional Pipe Materials Handbook FDOT Storm Drain Handbook FDOT Stormwater Management Facility Handbook FDOT Temporary Drainage Handbook FDOT Drainage Connection Permit Handbook FDOT Bridge Scour Manual Survey and Mapping 0 0 0 0 0 0 0 All applicable Florida Statutes and Administrative Codes Applicable Rules, Guidelines Codes and authorities of other Municipal, County, State and Federal Agencies. FDOT Aerial Surveying Standards for Transportation Projects Topic 550-020-002 FDOT Right of Way Mapping Handbook FDOT Surveying Procedure Topic 550-030-101 Florida COUNTY of Transportation Right of Way Procedures Manual Florida COUNTY of Transportation Surveying Handbook Right of Way Mapping Procedure 550-030-015 Traffic Engineering and Operations and ITS AASHTO - An Information Guide for Highway Lighting AASHTO -Guide for Development of Bicycle Facilities FHWA Standard Highway Signs Manual FDOT Manual on Uniform Traffic Studies (MUTS) FDOT Median Handbook FDOT Traffic Engineering Manual National Electric Safety Code 2 PROJECT DESCRIPTION A-16 RFP: 16-7010 n 0 0 0 0 0 0 0 0 0 0 F T National Electrical Code lorida's Turnpike Enterprise Not applicable. raffic Monitoring 0 0 0 0 0 0 American Institute of Steel Construction (AISC) Manual of Steel Construction, referred to as "AISC Specifications' A me rican National Standards Institute (ANSI) RP-&00 Recommended Practice for Roadway Lighting AASHTO AWS D1.1/ANSI Structural Welding Code — Steel AASHTO D1.5/AWS D1.5 Bridge Welding Code FHWA Traffic Detector Handbook FDOT General Interest Roadway Data Procedure FHWA Traffic Monitoring Guide FDOT's Traffic/Polling Equipment Procedures Structures 0 0 0 0 0 0 AASHTO Load and Resistance Factor Design (LRFD) Bridge Design Specifications and Interims AASHTO LRFD Movable Highway Bridge Design Specifications and Interims AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals, and Interims. AASHTO/-AWS-D1. 5M/D1.5: An American National Standard Bridge Welding Code AASHTO Guide Specifications for Structural Design of Sound Barriers AASHTO Manual for Condition Evaluation and Load and Resistance Factor Rating (LRFR) of Highway Bridges FDOT Bridge Load Rating Manual FDOT Structures Manual G FDOT Structures Design Bulletins (available on FDOT Structures web site only) eotechnical FHWA Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Specifications Manual of Florida Sampling and Testing Methods Soils and Foundation Handbook La ndscape Architecture o Florida COUNTY of Agriculture and Consumer Services Grades and Standards for Nursery Plants Architectural o Not applicable. 2.21 Services to be Performed by the COUNTY when appropriate and /or 2 PROJECT DESCRIPTION A-17 RFP: 16-7010 available, the COUNTY will provide project data/services including: ■ General COUNTY guidelines to be used in the fulfillment of this contract. ■ Signatures on project related application forms. ■ Letters of authorization designating the CONSULTANT as an agent of the COUNTY. ■ Fees associated with permit submittals. ■ Project submittal reviews. ■ Any applicable project related information/data that the COUNTY is aware of. • COUNTY standards. ■ Rights of entry authorization for COUNTY properties within the project limits. ■ Front-end construction document sections required for bidding and construction. 2 PROJECT DESCRIPTION A-18 RFP: 16-7010 3 PROJECT COMMON AND PROJECT GENERAL TASKS Project Common Tasks Project Common Tasks, as listed below, are work efforts that are applicable to many project activities, 4 (Roadway Analysis) through 35 (Geotechnical). These tasks are to be included in the project scope in each applicable activity when the described work is to be performed by the CONSULTANT. Cost Estimates: The CONSULTANT shall be responsible for producing a construction cost estimate and reviewing and updating the cost estimate when scope changes occur and/or at milestones of the project. Technical Special Provisions: The CONSULTANT shall provide Technical Special Provisions for all items of work not covered by the FDOT Standard Specifications for Road and Bridge Construction and the workbook of implemented modifications. A Technical Special Provision shall not modify the first nine sections of the Standard Specifications and implemented modifications in any way. All modifications to other sections must be justified to the COUNTY to be included in the project's specifications package. The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment. Proposed Technical Special Provisions will be submitted to the COUNTY. See Section 3.3 for details. Final Technical Special Provisions shall be digitally signed and sealed in accordance with applicable Florida Statutes, The CONSULTANT shall contact the COUNTY for details of the current format to be used before starting preparations of Technical Special Provisions. Field Reviews: The CONSULTANT shall make as many trips to the project site as required to obtain necessary data for all elements of the project. Technical Meetings: The CONSULTANT shall attend all technical meetings necessary to execute the Scope of Services of this contract. This includes meetings with COUNTY and/or Agency staff, between disciplines and subconsultants, such as access management meetings, pavement design meetings, local governments, railroads, airports, progress review meetings (phase review), and miscellaneous meetings. The CONSULTANT shall prepare, and submit to the COUNTY's Project Manager for review, the meeting minutes for all meetings attended by them. The meeting minutes are due within five (5) working days of attending the meeting. Quality Assurance/Quality Control: It is the intention of the COUNTY that design CONSULTANTS, including their subconsultant(s), are held responsible for their 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-19 RFP: 16-7010 work, including plans review. The purpose of CONSULTANT plan reviews is to ensure that CONSULTANT plans follow the plan preparation procedures outlined in the Plans Preparation Manual, that state and federal design criteria are followed with the COUNTY concept, and that the CONSULTANT submittals are complete. All subconsultant document submittals shall be submitted by the subconsultant directly to the CONSULTANT for their independent Quality Assurance/Quality Control review and subsequent submittal to the COUNTY. It is the CONSULTANT's responsibility to independently and continually QC their plans and other deliverables. The CONSULTANT should regularly communicate with the COUNTY's Design Project Manager to discuss and resolve issues or solicit opinions from those within designated areas of expertise. The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the CONSULTANT and their subconsultant(s) under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all maps, design drawings, specifications, and other documentation prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan shall be one specifically designed for this project. The CONSULTANT shall submit a Quality Control Plan for approval within twenty (20) business days of the written Notice to Proceed and it shall be signed by the CONSULTANT's Project Manager and the CONSULTANT's QC Manager, The Quality Control Plan shall include the names of the CONSULTANT's staff that will perform the quality control reviews. The Quality Control reviewer shall be a Florida Licensed Professional Engineer fully prequalified under F.A.C. 14-75 in the work type being reviewed. A marked up set of prints from a Quality Control Review indicating the reviewers for each component (structures, roadway, drainage, signals, geotechnical, signing and marking, lighting, surveys, etc.) and a written resolution of comments on a point -by -point basis will be required, if requested by the COUNTY, with each phase submittal. The responsible Professional Engineer, Landscape Architect, or Professional Surveyor & Mapper that performed the Quality Control review will sign a statement certifying that the review was conducted and found to meet required specifications. The CONSULTANT shall, without additional compensation, correct all errors or deficiencies in the designs, maps, drawings, specifications and/or other products and services. Independent Peer Review/Value Engineering: Value Engineering/Independent Peer Review services will be conducted by an independent consultant for this project. Please see section 3.5 for details. 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-20 RFP' 16-7010 Supervision: The CONSULTANT shall supervise all technical design activities. Coordination: The CONSULTANT shall coordinate with all disciplines of the project to produce a final set of construction documents. Project General Tasks Project General Tasks, described in Sections 3.1 through 3.7 below, represent work efforts that are applicable to the project as a whole and not to any one or more specific project activity. The work described in these tasks shall be performed by the CONSULTANT when included in the project scope. 3.1 Public Involvement Public involvement includes communicating to all interested persons, groups, and government organizations information regarding the development of the project. The CONSULTANT shall prepare for and attend up to one (1) public meeting as directed by the COUNTY. This scope item is considered an Optional Service if requested by the County. Fees for this item are included in the negotiated contract fees. If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work. (This Optional Service fee includes the scope defined under Section 3.1.9 and Section 3.1.10) Public need will heavily influence construction schedule, construction phasing and maintenance of traffic for the project defined herein. The CONSULTANT shall develop coordinated project solutions that will maintain necessary public access during construction. The public meeting will be scheduled early in the design process, preferably prior to the first design submittal. The goal of the public meeting will be to introduce the project to the public and receive feedback.The CONSULTANT shall process the public information received, discuss the results and integrate the needs of the public into the project while being mindful of economic feasibility and the needs of the project defined herein. The CONSULTANT will be expected to develop and provide all necessary exhibits for the public meetings. The COUNTY shall be responsible for all news/press releases. Community Awareness Plan This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-21 RFP: 16-7010 Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination.. 3.1.2 Notifications This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that.time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 3.1.3 Preparing Mailing Lists Not applicable. 3.1.4 Median Modification Letters Not applicable. 3.1.5 Driveway Modification Letters This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 3.1.6 Newsletters Not applicable. Renderings and Fly-Throughs Not applicable. PowerPoint Presentations Not applicable. Public Meeting Preparations The CONSULTANT shall prepare meetings. Including but not limited Drafts& of all Public Involvement COUNTY for review and approval and/or distribution. Materials to be the Plan & Elevation, the Typical the necessary materials for use in public to all graphics, maps, displays, etcetera. documents shall be submitted to the at least 14 business days prior to printing prepared are 4 full size (24"x36") plots of Section, and the Construction Sequence 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-22 RFP: 164010 sections of the bridge. This scope item is considered an Optional Service if requested by the County. Fees for this item are included in the negotiated contract fees. If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work. 3.1.10 Public Meeting Attendance and Follow-up The CONSULTANT shall attend public meetings}, assist with meeting setup and take down. The CONSULTANT will attend the meetings with an appropriate number of personnel to assist the COUNTY'S Project Manager. The CONSULTANT shall assist the COUNTY in responding to public comments and questions. 3.1.11 Other Agency Meetings If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination.. 3.1.12 Web Site Not applicable. 3.2 Joint Project Agreements Not applicable. 3.3 Specifications Package Preparation The CONSULTANT shall prepare and provide a specifications package in accordance with the FDOT's Handbook for the Preparation of Specification Packages and associated training. The CONSULTANT shall provide the COUNTY names of at least one team member who has successfully completed the Specifications Package Preparation Training and will be responsible for preparing the Specifications Package for the project. The Specifications Package shall be prepared using the FDOT's Specs on the Web application. The CONSULTANT shall be able to document that the procedure defined in the Handbook for the Preparation of Specifications Packages is followed, which includes the quality assurance/quality control procedures. The specifications package shall address all items and areas of work and include any Mandatory Specifications, Modified Special Provisions, and Technical Special Provisions. The specifications package must be submitted to the COUNTY (digitally) at least 90 days prior to the contract package. This submittal does not require 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-23 RFP: 16-lulu signing and sealing and shall be coordinated through the COUNTY's Project Manager, The CONSULTANT shall coordinate with the COUNTY on the submittal requirements, but at a minimum shall consist of (1) the complete specifications package, (2) a copy of the marked -up workbook used to prepare the package, and (3) a copy of the final project plans (latest version if final plans are not available). Final submittal of the specifications package must occur at least 20 working days prior to the contract package. This submittal shall be digitally signed, dated, and sealed in accordance with applicable Florida Statutes, 3.4 Contract Maintenance and Electronic Document Management Contract maintenance includes project management effort for complete setup and maintenance of files, developing monthly progress reports, schedule updates, work effort to develop and execute subconsultant agreements, etc. 3.5 Value Engineering (Multi -Discipline Team) Review The Value Engineering /Independent Peer reviews will be conducted by multi -disciplined teams of personnel from an independent consultant under contract with the COUNTY. The primary intent of these reviews will be to improving the value of the project to the maximum extent possible. Improving value shall be defined as minimizing the overall cost of construction while maintaining quality and minimizing the impacts on the public. Each review shall ensure the design documents meet the FDOT PPM, FDOT Design Guidelines, FDOT and COUNTY Design Standards, FDOT CADD Manual, all applicable codes, etcetera and that each project can be constructed and paid for as designed. The CONSULTANT shall participate, as described herein, in full reviews at the: BDR, Phase II (60%), and Phase III (90%). The CONSULTANT shall also participate, as described herein, in a final review at the Phase IV (Final) submittal for the purpose of verifying that all previous review comments have been addressed adequately. The CONSULTANT shall develop the design and contract documents using sound value engineering practices to the fullest extent possible, in order to support appropriate design decisions in producing the contract documents for the most efficient and economical design. Each phase/percent submittal to the COUNTY will be forwarded to the assigned review team for evaluation and comment. Additional information 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-24 RFP: 16-7010 may be requested by the review team after the submittal that may be necessary to complete their review. The Project Cost Estimate provided with each submittal shall include a tabulation of estimated construction costs for the proposed design. This list shall, at a minimum, contain a breakdown of costs for each major element of the design. After the review teams comments are compiled, The CONSULTANT's Project Manager and other key members of the design team shall meet with the reviewing consultant and the COUNTY to discuss and address any comments. The CONSULTANT will attend all review meetings. Review meetings up to and including the Phase II (60%) submittal will be in person at the COUNTY's Transportation Engineering Facility. Review meetings after the Phase II (60%) submittal may be conducted in person at the COUNTY's Transportation Engineering Facility, via phone or through email communications at the COUNTY's discretion based on need and project progress. The CONSULTANT shall be prepared impacts used in arriving at decisions features. These criteria must include Public Acceptance. to discuss all criteria and weighted for the selection of specific design Safety, Operation, Maintenance and All meetings may be followed up with additional meetings, written communications and phone enquiries as necessary to finalize comments and coordinate efforts. 3.6 Prime Consultant Project Manager Meetings Includes only the Prime Consultant Project Manager's time for travel and attendance at Activity Technical Meetings and other meetings listed in the meeting summary for Task 3.6 on tab 3 Project General Task of the staff hour forms. Staff hours for other personnel attending Activity Technical Meetings are included in the meeting task for that specific Activity. 3.7 Plans Update The effort needed for Plans Update services will vary based on availability of funds for construction and duration of time spent "on the shelf'. The CONSULTANT shall provide Plans Update services at the request of the COUNTY as an Optional Service. This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-25 RFP: 16-7010 rates established in the contract shall be utilized for fee determination.. 3so Post Design Services Post Design Services may include, but is not limited to, meetings, construction assistance, plans revisions, shop drawing review, survey services, as -built drawings, and load ratings. Post Design Services are not intended for instances of CONSULTANT errors and/or omissions. Final As -Built Structure Documents Package(s): (As requested by the County [i.e. Engineer]) The primary intent of this task is to have accurate bridge records available for inspection, maintenance, load rating, rehabilitation and emergency repair operations, and any future widening operations. A copy of Final As -Built Structure Documents Package will be provided to the COUNTY and to the Florida Department of Transportation (FDOT) to activate the structure in the bridge inspection system. The CONSULTANT is responsible for assembling the Signed and Sealed As - Built Structure Document Package and certifying that the package accurately represents the as -built condition of the bridge. The As -Built Structure Documents Package is the final deliverable(s) of this task. The As -Built Structures Documents Packages) shall contain select bridge records that the Owner is required to store for the life of the bridge (MBE Section 2). A package is one ZIP archive per bridge clearly identifying the structure number; PDF contents are either direct-to-pdf, or scanned at 300dpi+ and 75% quality compression. At a minimum, each package contains as applicable). 1. Foundation records: pile driving/installation records, drilled shaft inspection records, spread footing inspection records and boring logs. (Information to be provided by Contractor to the Consultant). 2. Structure plans: shop drawings, and Signed and Sealed As -Built structure(s) plans. 3. For bridges traversing water, a Signed and Sealed Hydraulic analysis plan sheet. 4. Signed and Sealed As -Built load rating documents per FDOT guidelines, including but not limited to: 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-26 RFP: 16-7010 a. As -Built load rating calculations bI Input files c. Output files d. Load rating summary sheet e. Signed and Sealed letter stating that the as -bid load rating represent the as -built condition. 5. Documentation of casting and stressing dates for all post -tensioned components. (Information to be provided by Contractor to the Consultant). 6. Documentation of precast beam cambers in the field at the time of deck placement. 7. All crack observations on the structure. 8. Engineer approved repairs due to Request for Corrections. 9. Materials test reports and inspections. 10.Any other documents relevant to the permanent as -built record for the structure. All CONSULTANT contact with the Contractor shall be made through the COUNTY's Construction Project Manager. The CONSULTANT shall not contact the Contractor directly unless there is a possible immediate threat to public health and/or safety. The COUNTY's Construction Project Manager must be contacted immediately thereafter. The Contractor will submit a Quality Control Plan to the COUNTY for review and approval. The Quality Control Plan shall be based on the FDOT Specifications. The Contractor is responsible for having all sampling and testing on the project performed by FDOT certified personnel. The CONSULTANT will be provided a copy of the Contractor's Quality Control Plan for review and approval (for each bridge and appurtenances only). The CONSULTANT is responsible for confirming that all quality control testing and requirements of the approved Quality Control Plan have been executed and the results are satisfactory per the design requirements. The CONSULTANT shall visit the construction site at key phases of the project to verify the as -built conditions of the bridge. This will require the 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-27 RFP: 16-7010 CONSULTANT to coordinate v attend construction meetings as CONSULTANT shall meet with submittal/review to establish the Iby the CONSULTANT, wil defined herein. rith the COUNTY during construction and required or requested by the COUNTY. The the COUNTY during the Quality Control anticipated stages of construction that site be necessary to execute the scope of work The CONSULTANT must notify the COUNTY of any design related issues as soon as possible. It is important that all significant changes made during construction be documented by the CONSULTANT in the final as -built plans. The CONSULTANT shall markup sheets requiring minor (non -engineering analysis) as -built changes and show those changes on the Final Signed and Sealed As -Built Signature Sheet. Major changes resulting in issuance of revised contract documents must also be included in the as -built package and recorded appropriately on the Final Signed and Sealed As -built Signature Sheet(s). Any changes proposed by the Contractor must be signed and sealed by the Contractor's FOR and approved by the COUNTY. This may be a Cost Savings Initiative Proposal (CSIP) redesign or an original design of certain components including Shop Drawings. All original documents obtained by the CONSULTANT will be turned over to the COUNTY at the end of the project or upon request by the COUNTY. All documents obtained for inclusion in the Final As -Built Structure Documents Package must be Quality Control reviewed by the CONSULTANT to ensure correctness and legibility. The CONSULTANT shall contact the COUNTY if any deficiencies are identified. The Final As -Built Structure Documents Package Certification, the final as - built bridge plan set and final as -built load rating must be digitally signed and sealed by the CONSULTANT. These items shall be included in the final delivery of the As -Built Structure Documents Package(s). The CONSULTANT is expected to coordinate and communicate with the COUNTY throughout the project and identify instances where the CONSULTANT believes additional quality assurance testing is necessary to certify the Final As -Built Structure Documents Package(s). Quality assurance material testing will be the responsibility of the COUNTY. If a need for additional quality assurance testing is identified, the CONSULTANT must notify the COUNTY as soon as possible to allow for evaluation of the request and scheduling of the necessary tests to avoid construction delays. 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-2$ RFP: 16-7010 3.9 Digital Delivery The CONSULTANT shall deliver final contract plans and documents in digital format. The final contract plans and documents shall be digitally signed and sealed files delivered to the COUNTY on acceptable electronic media, as determined by the COUNTY. Please see Section 2.19 for details. 3.10 Risk Assessment Workshop Not applicable. 3.11 Railroad, Transit and/or Airport Coordination Not applicable. 3.12 Other Project General Tasks The CONSULTANT shall assist the COUNTY during the construction bidding phase of the project including, but not limited to, attending the pre -bid meeting, addressing addendums, evaluating bids and bidders, and providing written letters of recommendation. 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-29 RFP: 16-7010 4 ROADWAYMIN ALYSIS The CONSULTANT shall analyze and with all applicable manuals, guidelines, current design memorandums. 4.1 Typical Section Package document Roadway Tasks in accordance standards, handbooks, procedures, and The CONSULTANT shall provide the COUNTY for review and concurrence CONSULTANT shall obtain approval proceeding to the Phase 1 (30%) design. 4.2 Pavement Type Selection Report Not Applicable. 4.3 Pavement Design Package proposed Typical Sections to the as part of the BDR submittal. The of the Typical Sections prior to The CONSULTANT shall obtain pavement cores before and after the bridge. These cores will be evaluated and if pavement reconstruction is necessary the pavement thickness of the new pavement shall match the thickness of the existing cores. These cores will also be used to determine the amount of surface course is on the road and if milling is necessary the milling depth will be determined from the surface course thickness. No additional information about the pavement will be sought. The intent of the pavement design will be to match what is currently in the field. 4.4 Cross -Slope Correction The CONSULTANT shall coordinate with the COUNTY to obtain existing cross slope data if available. The cross slope will only be evaluated within the limits of the pavement needed to tie from the new bridge to the existing roadway. Existing cross slopes will not be evaluated outside these tie in limits. 4.5 HorizontalNertical Master Design Files The CONSULTANT shall design the geometrics using the design standards that are most appropriate with proper consideration given to the design traffic volumes, design speed, capacity and levels of service, functional classification, adjacent land use, design consistency and driver expectancy, aesthetics, pedestrian and bicycle concerns, ADA requirements, elder road user policy, access management, PD&E documents and scope of work. The CONSULTANT shall also develop utility conflict information to be provided to project Utility Coordinator in the format approved by the COUNTY, and shall review Utility Work Schedules. 4 ROADWAY ANA<_YSIS A-30 RFP: 16-lul u 4.6 Access Management The CONSULTANT shall incorporate access management standards for each project in coordination with COUNTY staff. The CONSULTANT shall review adopted access management standards and the existing access conditions (interchange spacing, signalized intersection spacing, median opening spacing, and connection spacing). 4.7 Roundabout Evaluation Not applicable. 4.8 Roundabout Final Design Analysis Not applicable. 4.9 Cross Section Design Files The CONSULTANT shall establish and develop. cross section design files in accordance with the CADD manual. 4.10 Traffic Control Analysis The CONSULTANT shall design a safe and effective Traffic Control Plan to move vehicular and pedestrian traffic during all phases of construction. The design shall include construction phasing of roadways ingress and egress to existing property owners and businesses, routing, signing and pavement markings, and detour quantity tabulations, roadway pavement, drainage structures, ditches, front slopes, back slopes, drop offs within clear zone, and traffic monitoring sites. Special consideration shall be given to the construction of the drainage system when developing the construction phases. Positive drainage must be maintained at all times. The CONSULTANT shall investigate the need for temporary traffic signals, temporary lighting, alternate detour roads, and the' use of materials such as sheet piling in the analysis. The Traffic Control Plan shall be prepared by a certified designer who has completed training as required by the COUNTY and the FDOT. Before proceeding with the Traffic Control Plan, the CONSULTANT shall meet with the appropriate COUNTY personnel. The purpose of this meeting is to provide information to the CONSULTANT that will better coordinate the Preliminary and Final Traffic Control Plan efforts. The CONSULTANT shall consider the local impact of any lane closures or alternate routes. When the need to close a road is identified during this analysis, the CONSULTANT shall notify the COUNTY's Project Manager as soon as possible. Proposed road closings must be reviewed and approved by the COUNTY. Diligence shall be used to minimize negative impacts by appropriate specifications, recommendations or plans development. Local impacts to consider will be local events, holidays, peak seasons, detour 4 ROADWAY ANALYSIS A-31 RFP: 16-7010 route deterioration and other eventualities. CONSULTANT shall be responsible to obtain local authorities permission for use of detour routes not on county highways. Traffic Control Plans shall follow the COUNTY's Maintenance of Traffic Policy as applicable. 4.11 Master TCP Design Files The CONSULTANT shall develop master Traffic Control Plan (TCP) files showing each phase of the Traffic Control Plan. 4.12 Design Variations and Exceptions If available, the COUNTY shall furnish the Variation/Exception Report. The CONSULTANT shall prepare the documentation necessary to gain COUNTY approval of all appropriate Design Variations and/or Design Exceptions before the first submittal. 4.13 Design Report The CONSULTANT shall prepare all applicable reports) as listed in the Project Description section of this scope and as required. The CONSULTANT shall submit to the COUNTY design notes, data, and calculations to document the design conclusions reached during the development of the contract plans. 4.14 Quantities The CONSULTANT shall develop accurate quantities and the supporting documentation, including construction days when required. 4.15 Cost Estimate The CONSULTANT shall prepare the Engineer's Estimate of Probable Cost and provide with each phase/percent submittal. The Engineer's Estimate of Probable Cost shall be adjusted at each submittal to be maintained until final submittal. 4.16 Technical Special Provisions 4.17 Other Roadway Analyses This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be 4 ROADWAY ANALYSIS A-32 RFP: 16-7010 utilized for fee determination. 4.18 Field Reviews 4.19 Monitor Existing Structures Not applicable. 4.20 Technical Meetings 4.21 Quality Assurance/Quality Control 4.22 Independent Peer Review 4.23 Supervision 4.24 Coordination 4 ROADWAY ANALYSIS A-33 RFP; 16-701u 5 ROADWAY PLANS The CONSULTANT shall prepare Roadway, Traffic Control, Utility Adjustment Sheets, plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 5.1 Key Sheet 5.2 Summary of Pay Items Including Quantity Input 5.3 Typical Section Sheets 5.3.1 Typical Sections 5.3.2 Typical Section Details 5.4 General Notes/Pay Item Notes 5.5 Summary of Quantities Sheets 5.6 Project Layout 5.7 Plan/Profile Sheet 5.$ Profile Sheet 5.9 Plan Sheet 5.10 Special Profile 5.11 Back -of -Sidewalk Profile Sheet Not applicable. 5.12 Interchange Layout Sheet Not applicable. 5.13 Ramp Terminal Details (Plan View) Not applicable. 5.14 Intersection Layout Details Not applicable 5.15 Special Details 5 ROADWAY PLANS A-34 RFP: 16-(010 5.16 Cross -Section Pattern Sheets) Not applicable 5.17 Roadway Soil Survey Sheets) 5.1$ Cross Sections 5.19 Temporary Traffic Control Plan Sheets 5.2U Temporary Traffic Control Cross Section Sheets 5.21 Temporary Traffic Control Detail Sheets 5.22 Utility Adjustment Sheets 5.23 Selective Clearing and Grubbing Sheets) 5.24 Project Network Control Sheets) 5.25 Environmental Detail Sheets Preparation of detail sheets for potential environmental issues such as, underground fuel tanks and monitoring wells, septic tanks within the proposed right of way. All piping and pumps in association with the above referenced issues shall also be located and identified by the survey. The CONSULTANT shall relay to the COUNTY any findings of contaminated soil, monitoring wells, or any features (particularly springs or sinks) relating to contamination or hazardous material. Coordination with Permits/Environmental staff and preparing Dredge &Fill Detail sheets where applicable. 5.26 Utility Verification Sheet(s) (SUE Data) 5.27 Quality Assurance/Quality Control 5.28 Supervision 5 ROADWAY PLANS A-35 RFP: 16-701u 6a DRAINAGE ANALYSIS The CONSULTANT shall analyze and document Drainage Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The CONSULTANT shall be responsible for designing a drainage and stormwater management system. All design work shall comply with the requirements of the appropriate regulatory agencies and the FDOT Drainage Manual, The CONSULTANT has the responsibility for determining the need, appropriate locations and sizes for all necessary water management facilities, and drainage outfalls. The CONSULTANT shall coordinate fully with the appropriate permitting agencies and the COUNTY's staff. All activities and submittals should be coordinated through the COUNTY's Project Manager. The work will include the engineering analyses for any or all of the following: 6a.1 Drainage Map Hydrology Accurately delineate drainage basin boundaries to be used in defining the system hydrology. Basin delineation shall incorporate existing survey and/or LiDAR and shall be supplemented, as necessary, with other appropriate data sources (such as permitted site plans) and field observations. Basin delineations shall also include any existing collection systems in a logical manner to aid in the development of the hydraulic model. Prepare the Drainage Maps in accordance with the Plans Preparation Manual. 6a.2 Base Clearance Report Not applicable. 6a.3 Pond Siting Analysis and Report Not applicable. 6a.4 Design of Cross Drains Not applicable. 6a.5 Design of Ditches Not applicable. 6a.6 Design of Stormwater Management Facility (Offsite or Infield Pond) Not applicable. 6 DRAINAGE ANALYSIS A-36 RFP: 16-7010 6a.7 Design of Stormwater Management Facility (Roadside Ditch as Linear Pond) Not applicable. 5a.8 Design of Floodplain Compensation Not applicable. 6a.9 Design of Storm Drains Not applicable. 6a.10 Optional Culvert Material Not applicable. 6a.11 French Drain Systems Not applicable. 6a.12 Drainage Wells Not applicable. 6a.13 Drainage Design Documentation Report Not applicable. 6a.14 Bridge Hydraulic Report Calculate hydrology, hydraulics, deck drainage, scour, and appropriate counter measures. Prepare report and the information for the Bridge Hydraulics Recommendation Sheet. 6a.15 Temporary Drainage Analysis Evaluate and address drainage to existing offsite drainage during documentation. 6a.16 Cost Estimate 6a.17 Technical Special Provisions Not applicable. 6a.18 Other Drainage Analysis Not applicable. adequately drain the road and maintain all construction phases. Provide 6 DRAINAGE ANALYSIS A-37 RFP: 16-7010 6a.19 Field Reviews 6a.20 Technical Meetings 6a.21 Environmental Look -Around Meetings Not applicable, 6a.22 Quality Assurance/Quality Control 6a.23 Independent Peer Review 6a.24 Supervision 6a.25 Coordination 6 DRAINAGE ANALYSIS A-38 RFP: 16-7010 6b DRAINAGE PLANS The CONSULTANT shall prepare Drainage plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 6b.1 Drainage Map (Including Interchanges) Not applicable. 6b.2 Bridge Hydraulics Recommendation Sheets 6b.3 Summary of Drainage Structures Not applicable. 6b.4 Optional Pipe/Culvert Material Not applicable. 6b,5 Drainage Structure Sheets) (Per Structure) Not applicable. 6b.6 Miscellaneous Drainage Detail Sheets Not applicable. 6b.7 Lateral Ditch Plan/Profile Not applicable. 6b.8 Lateral Ditch Cross Sections Not applicable. 6b.9 Retention/Detention Pond Detail Sheets) Not applicable. 6b.10 Retention Pond Cross Sections Not applicable. 6b,11 Erosion Control Plan Sheets) Not applicable. 6 DRAINAGE PLANS A-39 RFP: 16-7010 6b.12 SWPPP Sheets) Not applicable 6b.13 Quality Assurance/Quality Control 6b.14 Supervision 6 DRAINAGE PLANS A-40 RFP: 16-lulu 7 UTILITIES The CONSULTANT shall identify utility facilities and secure agreements, utility work schedules, and plans from the Utility Agency Owners (UAO) ensuring all conflicts that exist between utility facilities and the COUNTY's construction project are addressed. The CONSULTANT shall certify all utility negotiations have been completed and that arrangements have been made for utility work to be undertaken. The CONSULTANT shall follow FDOT and COUNTY standards, policies, procedures and design criteria. COUNTY standards are located at: http://W ur-aove The utility owners on this project include, but are not limited to: Comcast, Lee County Electric Co-op and Century Link. 7.1 Utility Kickoff Meeting Before any contact with the UAO(s), the CONSULTANT shall meet with the COUNTY to receive guidance, as may be required, to assure that all necessary coordination will be accomplished in accordance with COUNTY procedures. CONSULTANT shall bring a copy of the design project work schedule reflecting utility activities. 7.2 Identify Existing Utility Agency Owners) The CONSULTANT shall identify all utilities within and adjacent to the project limits that may be impacted by the project. 7.3 Make Utility Contacts First Contact: The CONSULTANT shall send letters and plans to each utility. Includes contact by phone for meeting coordination. Request type, size, location, easements, and cost for relocation if reimbursement is claimed. Request the voltage level for power lines in the project area. Send UAO requests for reimbursement to the COUNTY for a legal opinion. Include the meeting schedule (if applicable) and the design schedule. Include typical meeting agenda. If scheduling a meeting, give four (4) weeks advance notice. Second Contact: At a minimum of four (4) weeks prior to the meeting, the CONSULTANT shall transmit Phase II (60%) plans and the utility conflict information (when applicable and in the format preapproved by the COUNTY) to each UAO having facilities located within the project limits. Third Contact: Identify agreements and assemble packages. The CONSULTANT shall send agreements, letters, the utility conflict information (when applicable and in the format preapproved by the COUNTY) and plans 7 UTILITIES A-41 RFP: 16-7010 to the UAO(s) including all component sets and, one (1) set to the COUNTY. Include the design schedule. Not all projects will have all contacts as described above. 7.4 Exception Processing The CONSULTANT shall be responsible for transmitting/coordinating the appropriate design reports including, but not limited to, the Resurfacing, Restoration and Rehabilitation (RRR) report, Preliminary Engineering Report, Project Scope and/or the Concept Report (if applicable) to each UAO to identify any condition that may require a Utility Exception. The CONSULTANT shall identify and communicate to the LIAO any facilities in conflict with their location or project schedule. The CONSULTANT shall assist with the processing of design exceptions involving Utilities with the UAO and the COUNTY. Assist with processing per the UAM. 7.5 Preliminary Utility Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a preliminary utility meeting with all UAO(s) having facilities located within the project limits for the purpose of presenting the project, review the current design schedule, evaluate the utility information collected, provide follow-up information on compensable property rights from the COUNTY (as applicable), discuss the utility work by highway contractor option with each utility (as applicable), and discuss any future design issues that may impact utilities. This is also an opportunity for the UAO(s) to present proposed facilities. The CONSULTANT shall keep accurate minutes and distribute a copy to all attendees. 7.6 Individual/Field Meetings The CONSULTANT shall meet with each UAO as necessary, separately or together, throughout the project design duration to provide guidance in the interpretation of plans, review changes to the plans and schedules, optional clearing and grubbing work, and assist in the development of the UAO(s) plans and work schedules. The CONSULTANT is responsible for motivating the UAO to complete and return the necessary documents after each Utility Contact or Meeting. 7.7 Collect and Review Plans and Data from UAO(s) The CONSULTANT shall review utility marked plans and data individually as they are received for content. Ensure information from the UAO (utility type, material and size) is sent to the designer for inclusion in the plans. Forward all requests for utility reimbursement and supporting documentation to the COUNTY. 7.8 Subordination of Easements Coordination 7 UTILITIES RFP: 16-7010 The CONSULTANT, if requested by the COUNTY, shall transmit to and secure from the UAO the executed subordination agreements prepared by the appropriate COUNTY office. The CONSULTANT shall coordinate with the COUNTY the programming of the necessary work program funds to compensate the UAO. 7.9 Utility Design Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a Utility meeting with all affected UAO(s). The CONSULTANT shall be prepared to discuss impacts to existing trees/landscaping and proposed landscaping, drainage, traffic signalization, maintenance of traffic (construction phasing), review the current design schedule and letting date, evaluate the utility information collected, provide follow-up information on compensable property rights from the COUNTY, discuss with each UAO the utility work by highway contractor option, discuss any future design issues that may impact utilities, etc., to the extent that they may have an effect on existing or proposed utility facilities with particular emphasis on drainage and maintenance of traffic with each UAO. The intent of this meeting shall be to assist the UAOs in identifying and resolving conflicts between utilities and proposed construction before completion of the plans, including utility adjustment details. Also to work with the UAOs to recommend potential resolution between known utility conflicts with proposed construction plans as may be deemed practical by the UAO. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees within 3 days. See Task 4.5 (HorizontalNertical Master Design File) and Task 4.9 (Cross Section Design Files) for utility conflict location identification and adjustments. 7.10 Review Utility Markups &Work Schedu{es and Processing of Schedules & Agreements The CONSULTANT shall review utility marked up plans and work schedules as they are received for content and coordinate review with the designer. Send color markups and schedules to the appropriate COUNTY office(s) such as survey, geotechnical, drainage, structures, lighting, roadway, signals, utilities, landscape architecture, municipalities, maintaining agency, and Traffic Operations for review and comment if required by the COUNTY. Coordinate with the COUNTY for execution. Distribute Executed Final Documents. Prepare Work Order for UAO(s). The CONSULTANT shall coordinate with the COUNTY the programming of necessary funds. 7.11 Utility Coordination/Follow-up The CONSULTANT shall provide utility coordination and follow up. This includes follow-up, interpreting plans, and assisting the UAOs with completion of their work schedules and agreements. Includes phone calls, face-to-face meetings, etc., to motivate and ensure the UAO(s) complete and return the required documents in accordance with the project schedule. 7 UTILITIES RFP: 16-7010 Ensure the resolution of all known conflicts. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees. This task can be applied to all phases of the project. 7.12 Utility Constructab{lity Review The CONSULTANT shall review utility schedules against construction contract time, and phasing for compatibility. Coordinate with and obtain written concurrence from the construction office. See Task 4.9 (Cross Section Design Files) for utility conflict identification and adjustments. 7.13 Additional Utility Services Not applicable. 7.14 Processing Utility Work by Highway Contractor (UWHC) Not applicable. 7.15 Contract Pans to UAO(s) The CONSULTANT shall transmit the contract plans as processed for letting to the UAO(s). Transmittals to UAO(s) may be by certified mail, return receipt requested. 7.16 Certification/Close-Out This includes hours for transmitting utility files to the COUNTY and preparation of the Utility Certification Letter. The CONSULTANT shall certify to the appropriate COUNTY representative the following. All utility negotiations (Full execution of each agreement, approved Utility Work Schedules, technical special provisions written, etc.) have been completed with arrangements made for utility work to be undertaken and completed as required for proper coordination with the physical construction schedule. ON 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. A No Response letter on COUNTY letterhead, delivered to the UAO via certified mail, return receipt requested, documenting all failed attempts to 7 UTILITIES RFP: 16-7010 obtain RGB's, UWS or No Conflict letter from any non -responsive UAO. oill Other Utilities This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 7 UTILITIES RFP: 16-701u 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES The CONSULTANT shall notify the COUNTY Project Manager, and other appropriate personnel in advance of all scheduled meetings with the regulatory agencies to allow a COUNTY representative to attend. The CONSULTANT shall copy in the Project Manager on all permit related correspondence and meetings. 8.1 Preliminary Project Research The CONSULTANT shall perform preliminary project research and shall be responsible for regulatory agency coordination to assure that design efforts are properly directed toward permit requirements. The CONSULTANT shall also review for any existing easements or other restrictions that may exist both within or proposed project boundary. The CONSULTANT shall determine if any Sovereign Submerged Lands easements need to modified or acquired. Project research may include but should not be limited to review of available federal, state, and local permit files and databases, local government information including county and property appraiser data. This information will be shown on the plans as appropriate. 8.2 Field Work 8.2.1 Pond Site Alternatives: Not applicable. Establish Wetland Jurisdictional Lines and Assessments: The CONSULTANT shall collect all data and information necessary to determine the boundaries of wetlands and other surface waters defined by the rules or regulations of each agency processing or reviewing a permit application necessary to construct the COUNTY project. The CONSULTANT shall be responsible for, but not limited to, the following activities: ■ Determine landward extent of wetlands and other surface waters as defined in Rule Chapter 62-340, F.A.C. as ratified in Section 373.4211, F.S. ■ Determine the jurisdictional boundaries and obtain a jurisdictional determination of wetlands and other surface waters as defined by rules or regulations of any permitting authority that is processing a COUNTY permit application. ■ Prepare aerial maps showing the jurisdictional boundaries of wetlands and surface waters. Aerial maps shall be reproducible, of a scale no greater than V" 200' and be recent photography. The maps shall show the jurisdictional limits of each agency. Photo copies of aerials are not acceptable. All jurisdictional boundaries are to be tied to the project's 8 ENVIRONMENTAL PERMITS COMPLIANCE AND CLEARANCES RFP: 164010 baseline of survey. When necessary, a wetland specific survey will be prepared by a registered surveyor and mapper. ■ Prepare a written assessment of the current condition and functional value of the wetlands and other surface waters. Prepare data in tabular form which includes the ID number for each wetland impacted, size of wetland to be impacted, type of impact and identify any wetland within the project limits that will not be impacted by the project. ■ Prepare appropriate Agency Forms to obtain required permits. Forms may include but are not limited to the United States Army Corps of Engineers (USACE) Wetland Determination Data Form — Atlantic and Gulf Coastal Plain Region"; the USACE "Approved Jurisdictional Determination Form"; Uniform Mitigation Assessment Method forms and/or project specific data forms. 8.2.3 Species Surveys: The CONSULTANT shall conduct wildlife surveys as defined by rules or regulations of any permitting authority that is processing a COUNTY permit. 8.2.4 Archaeological Surveys: The CONSULTANT shall conduct Archaeological field surveys as required, in accordance with Part 2, Chapter 12 of the PD&E Manual. The CONSULTANT shall also prepare a draft and final cultural resource assessment survey report which complies with PQARE 2, Chapter 12 of the PD&E Manual and details the results of the archaeological survey. 8 3 Agency Verification of Wetland Data No wetland delineations are expected since utilizing same alignment and bridge width. This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination.. 8.4 Complete and Submit All Required Permit Applications The CONSULTANT shall prepare permit application packages as identified in the Project Description section. The permit application package must be approved by the COUNTY prior to submittal to the regulatory agency. The CONSULTANT shall collect all of the data and information necessary to obtain the environmental permits required to construct the project. The CONSULTANT shall prepare each permit application for COUNTY approval in accordance with the rules and/or regulations of the environmental agency responsible for issuing a specific permit and/or authorization to perform work. The CONSULTANT will submit all permit applications, as directed by the COUNTY. 8 ENVIRONMENTAL PERMITS COMPLIANCE AND CLEARANCES RFP: 16-7010 8.5 Prepare Dredge and Fill Sketches (as needed) Not applicable. 8.6 Prepare USCG Permit Not applicable. 8.7 Prepare Water Management District Right of Way Occupancy Permit 8.8 Prepare Coastal Construction Control Line (CCCL) Permit Application (as needed) Not applicable. 8.9 Prepare Tree Permit Information (as needed). Not applicable. $.10 Mitigation Design No mitigation expected since no wetland impacts are anticipated. This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 8.11 Mitigatian Coordination and Meetings Not applicable. 8.12 Other Environmental Permits Not applicable. Environmental Clearances, Reevaluations and Technical Support 8.13 Technical Support to the COUNTY for Environmental Clearances and Re-evaluations Not applicable. 8.14 Preparation of Environmental Clearances and Reevaluations Not applicable. 8 ENVIRONMENTAL PERMITS COMPLIANCE AND CLEARANCES RFP: 16-7010 8.15 Contamination Impact Analysis Not applicable 8.16 Asbestos Survey 8.16.1 The CONSULTANT shall secure the services of a Florida Licensed Asbestos Consultant to perform a comprehensive Asbestos Containing Materials (ACM) survey of all bridges on the project. The survey shall include sampling of all suspect ACM. The CONSULTANT shall submit one (1) electronic copy of the final ACM survey and the required copies of any additional supporting documents, at the time of the Phase I submittal. 8.16.2. In the event that ACM is found on the bridge, the CONSULTANT shall prepare (in coordination with the COUNTY's District Asbestos Coordinator) plans, specifications, general notes, pay item notes and an Operation and Maintenance (O&M) plan for any asbestos to remain in place. This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination.- 8.17 Technical Meetings 8.18 Quality Assurance/Quality Control 8.19 Supervision 8.20 Coordination 8 ENVIRONMENTAL PERMITS COMPLIANCE AND .CLEARANCES RFP: 16-7Q10 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS The CONSULTANT shall analyze, design, and develop contract documents for all structures in accordance with applicable provisions as defined in Section 2.19, Provisions for Work. Individual tasks identified in Sections 9 through 18 are defined in the Staff Hour Estimation Handbook and within the provision defined in Section 2. 20, Provisions for Work. Contract documents shall display economical solutions for the given conditions. The CONSULTANT shall provide Design Documentation to the COUNTY with each submittal consisting of structural design calculations and other supporting documentation developed during the development of the plans. The design calculations submitted shall adequately address the complete design of all structural elements. These calculations shall be neatly and logically presented on digital media or, at the COUNTY's request, on 8 1/2"x11" paper and all sheets shall be numbered. The final design calculations shall be signed and sealed by a Florida - licensed professional engineer. A cover sheet indexing the contents of the calculations shall be included and the engineer shall sign and seal that sheet. All computer programs and parameters used in the design calculations shall include sufficient backup information to facilitate the review task. 9.1 Key Sheet and Index of Drawings 9.2 Project Layout Not applicable. 9.3 General Notes and Bid Item Notes 9.4 Miscellaneous Common Details 9.5 Incorporate Report of Core Borings 9.6 Existing Bridge Plans 9.7 Assemble Plan Summary Boxes and Quantities 9.8 Cost Estimate 9.9 Technical Special Provisions AO Field Reviews 9.11 Technical Meetings 9.12 Quality Assurance/Quality Control 9.13 Independent Peer Review 9 STRUCTURES -SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS A-50 RFP: lu-fvl0 9.14 Supervision 9.15 Coordination 9 STRUCTURES -SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS RFP: 16-7010 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT The Consultant shall prepare a Bridge Development Report (BDR). The BDR shall be submitted independently. The BDR must evaluate rehabilitation and replacement options. The BDR options provided by the CONSULTANT shall identify all information necessary for the COUNTY to select and approve the desired alternative for rehabilitation or replacement of the bridge. The BDR will onl--y-include the summary of results, conclusions of selected alternatives and an alternatives analysis. Estimated new construction costs and rehabilitation and maintenance costs through the anticipated extended life of the existing structure will be provided for the decision making. The BDR will also include typical sections and construction sequencing. See Section 2.5 and Section 2.19 for additional BDR requirements and information. The CONSULTANT will only be compensated for the option approved by the COUNTY during the BDR process. General Requirements 10.1 Bridge Geometry 10.2 Ship Impact Data Collection Not applicable. 10.3 Ship Impact Criteria Not applicable. Superstructure Alternatives 10.4 Short -Span Concrete 10.5 Medium -Span Concrete 10.6 Long Span Concrete Not applicable. 10.7 Structural Steel Not applicable. Foundation and Substructure Alternatives 10.8 Pier/Bent 10.9 Shallow Foundations / GRS Abutments Not applicable. 10 STRUCTURES -BRIDGE DEVELOPMENT REPORT RFP: 16-7010 10.10 Deep Foundations Movable Span 10.12 Movable Span GeometrlCS and Clearances Not applicable. 10.13 Deck System Evaluation Not applicable. 10.14 Framing Plan Development Not applicable. 10.15 Main Girder Preliminary Design Not applicable. 10.16 Conceptual Span Balance/Counterweight Not applicable. 10.17 Support System Development Not applicable. 10.18 Drive Power Calculations Not applicable. 10.19 Drive System Development Not applicable. 10.20 Power and Control Development Not applicable. 10.21 Conceptual Pier Design Not applicable. 10.22 Foundation Analysis (FL PIER) Not applicable. 10.23 Tender Visibility Study 10 STRUCTURES -BRIDGE DEVELOPMENT REPORT RFP: 16-7010 Not applicable. Other BDR Issues 10.24 Aesthetics 10.25 TCP/Staged Construction Requirements 10.26 Constructability Requirements 10.27 Load Rating for Damaged/Widened Structures 10.28 Quantity and Cost Estimates 10.29 Quantity and Cost Estimates -Movable Span Not applicable. 10.30 Wal( Type Justification Report Preparation 10.31 Exhibits 10.32 Exhibits -Movable Span Not applicable. 10.33 Report Preparation 10.34 Report Preparation -Movable Span Not applicable. 10.35 BDR Submittal Package 10 STRUCTURES -BRIDGE DEVELOPMENT REPORT RFP: 16-7010 11 STRUCTURES - TEMPORARY BRIDGE This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 11 STRUCTURES -TEMPORARY BRIDGE RFP: 16-7010 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE The CONSULTANT shall prepare plans for Short Span Concrete Bridges) at the locations) 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.$ End Bent Structural Design 12.9 End Bent Plan and Elevation 12.10 End Bent Details Intermediate Bent Design and Plans 12.11 Bent Geometry 12.12 Bent Stability Analysis 12.13 Bent Structural Design 12.14 Bent Plan and Elevation 12.15 Bent Details Miscellaneous Substructure Design and Plans 12.16 Foundation Layout Superstructure Design and Plans 12.17 Finish Grade Elevation Calculation 12 STRUCTURES -SHORT SPAN CONCRETE BRIDGE RFP: 16-70'10 12.18 Finish Grade Elevations Cast -in -Place Slab Bridges 12.19 Bridge Deck Design 12.20 Superstructure Plan 12.21 Superstructure Sections and Details Prestressed Slab Unit Bridges 12.22 Prestressed Slab Unit Design 12.23 Prestressed Slab Unit Layout 12.24 Prestressed Slab Unit Details and Schedule 12.25 Deck Topping Reinforcing Layout 12.26 Superstructure Sections and Details Reinforcing Bar Lists 12.27 Preparation of Reinforcing Bar List Load Rating 12.28 Load Rating 12 STRUCTURES -SHORT SPAN CONCRETE BRIDGE RFP: 16-7010 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 13 STRUCTURES -MEDIUM SPAN CONCRETE BRIDGE RFP: 16-7010 14 STRUCTURES - STRUCTURAL STEEL BRIDGE Not applicable. 14 STRUCTURES -STRUCTURAL STEEL BRIDGE RFP: 16-7010 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE Not applicable. 15 STRUCTUR_ES -SEGMENTAL CONCRE I�Q RFP: l 6-lul u 16 STRUCTURES - MOVABLE SPAN Not applicable. l6 STRUCTURES -MOVABLE SPAN RFP* 16-7010 1 f STRUCTURES - RETAINING WALLS Fees for the inclusion of FDOT Index 6011 walls and temporary critical walls into the project, as necessary, are included in the negotiated base fee of services for the contract. Inclusion of walls other than those defined herein is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. if this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 17 STRUCTURES -RETAINING WALL A-62 RFP: 16-7010 18 STRUCTURES - MISCELLANEOUS This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 18 STRUCTURES -MISCELLANEOUS A-63 RFP: 16-7010 19 SIGNING AND PAVEMENT MARKING ANALYSIS The CONSULTANT shall analyze and document Tasks in accordance with all applicable manuals, procedures, and current design memorandums. 19.1 Traffic Data Analysis Not applicable . 19.2 No Passing Zone Study Not applicable. 19.3 Reference and Master Design File Signing and Pavement Markings guidelines, standards, handbooks, The CONSULTANT shall prepare the Signing &Marking Design file to include all necessary design elements and all associated reference files. 19.4 Multi -Post Sign Support Calculations Not applicable . 19.5 Sign Panel Design Analysis Not applicable . 19.6 Sign Lighting/Electrical Calculations Not applicable 19.7 Quanti#ies 19.8 Cost Estimate 19.9 Technical Special Provisions Not applicable 19.10 Other Signing and Pavement Marking Analysis Not applicable 19.11 Field Reviews 19.12 Technical Meetings 19.13 Quality Assurance/Quality Control 19 SIGNING AND PAVEMENT MARKING ANALYSIS RFP: 16-T010 19.14 Independent Peer Review 19.15 Supervision 19.16 Coordination 19 SIGNING AND PAVEMENT MARKING ANALYSIS A-65 RFP: 16-7010 20 SIGNING AND PAVEMENT MARKING PLANS The CONSULTANT shall prepare a set of Signing and Pavement Marking Plans in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums that includes the following. 20.1 Key Sheet 20.2 Summary of Pay Items Including TRNS*Port Input Not applicable. 20.3 Tabulation of Quantities 20.4 General Notes/Pay Item Notes 20.5 Project Layout Not applicable 20.6 Plan Sheet 20.7 Typical Details Not applicable 20.8 Guide Sign Work Sheets) Not applicable 20.9 Traffic Monitoring Site Not applicable 20.10 Cross Sections Not applicable 20.11 Special Service Point Details Not applicable 20.12 Special Details Not applicable 20.13 Interim Standards 20 SIGNING AND PAVEMENT MARKING PANS RFP: 16-7010 Not applicable 20.14 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of traffic design drawings, specifications and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications and other services prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be one utilized by the CONSULTANT as part of their normal operation or it may be one specifically designed for this project. 20.15 Supervision 20 SIGNING AND PAVEMENT MARKING PLANS A-67 RFP: 16-7010 21 SIGNALIZATION ANALYSIS Not applicable. 21 SIGNALIZATION ANALYSIS RFP: lb-IUIU 22 SIGNALIZATION PLANS Not applicable. 22 S(GNALIZATION PLANS RFP: 16-7010 23 LIGHTING ANALYSIS Not applicable. 23 LIGHTING ANALYSIS A-70 RFP: 16-7010 24 LIGHTING PLANS Not applicable. 24 LIGHTING PLANS A-71 RFP: 164010 25 LANDSCAPE ARCHITECTURE ANALYSIS Not applicable. 25 LANDSCAPE ARCHITECTURE ANALYSIS RFP: 16-7010 26 LANDSCAPE ARCHITECTURE PLANS Not applicable. 26 LANDSCAPE ARCHITECTURE PLANS RFP: 16-7010 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 limits shall be the same as the project limits as defined in Section 2. The CONSULTANT shall submit all survey notes and computations to document the surveys. All field survey work shall be recorded in approved media and submitted to the COUNTY. Field books submitted to the COUNTY must be of an approved type. The field books shall be certified by the surveyor in responsible charge of work being performed before the final product is submitted. The survey notes shall include documentation of decisions reached from meetings, telephone conversations or site visits. All like work (such as bench lines, reference points, etc.) shall be recorded contiguously. The COUNTY may not accept field survey radial locations of section corners, platted subdivision lot and block corners, alignment control points, alignment control reference points and certified section corner references. The COUNTY may instead require that these points be surveyed by true line, traverse or parallel offset. 27.1 Horizontal Project Control (HPC) Establish or recover HPC, for the purpose of establishing horizontal control on the Florida State Plane Coordinate System or datum approved by the COUNTY; may include primary or secondary control points. Includes analysis and processing of all field collected data, and preparation of forms. 27.2 Vertical Project Control (VPC) Establish or recover VPC, for the purpose of establishing vertical control on datum approved by the COUNTY; may include primary or secondary vertical control points. Includes analysis and processing of all field collected data, and preparation of forms. 27.3 Alignment and/or Existing Right of Way (R/Vt!) Lines Establish, recover or re-establish project alignment. Also includes analysis and ing processing of all field collected data, existmaps, and/or reports for identifying mainline, ramp, offset, or secondary alignments. Depict alignment and/or existing RAN lines (in required format) per COUNTY R/W Maps, platted or dedicated rights of way. 27.4 Aerial Targets Not applicable. 27 SURVEY RFP, 164010 27.5 Reference Points Reference Horizontal Project Network Control (HPNC) points, project alignment, vertical control points, section, 1/4 section, center of section corners and General Land Office (G.L.O.) corners as required. Iva Topography/Digital Terrain Model (DTM) (3D) Locate all above ground features and improvements for the limits of the project by collecting the required data for the purpose of creating a DTM with sufficient density. Shoot all break lines, high and low points. Effort includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.7 Planimetric (2D) Not applicable. 27.8 Roadway Cross Sections/Profiles Perform cross sections or profiles. May include analysis and processing of all field -collected data for comparison with DTM. 27.9 Side Street Surveys .Not applicable. 27.10 Underground Utilities Designation includes 2-dimensional collection of existing utilities and selected 34mensional verification as needed for designation. Survey includes collection of data on points as needed for designates and locates. Includes analysis and processing of all field collected data, and delivery of all appropriate electronic files. See also section 7.13. 27.11 Outfall Survey Not applicable. 27.12 Drainage Survey Locate underground data (XYZ, pipe size, type, condition and flow line) that relates to above ground data. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.13 Bridge Survey (Minor/Major) Locate required above ground features and improvements for the limits of the bridge. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27 SURVEY A-75 RFP: 16-7010 21.14 Channel Survey Not applicable. 27.15 Pond Site Survey Not applicable. 27.16 Mitigation Survey Not applicable. 27.17 Jurisdiction Line Survey Perform field location (2-dimensional) of jurisdiction limits as defined by respective authorities, also includes field edits, analysis and processing of all field collected data, preparation of reports. 27.18 Geotechnical Support Perform 3-dimensional (X,Y,Z) field location, or stakeout, of boring sites established by geotechnical engineer. Includes field edits, analysis and processing of all field collected data and/or reports. 27.19 Sectional/Grant Survey Perform field location/placement of section corners, 1/4 section corners, and fractional corners where pertinent and/or within project limits. Includes analysis and processing of all field -collected data and/or reports. 27.20 Subdivision Location Not applicable. 27.21 Maintained RIVt( Not applicable. 27.22 Boundary Survey Not applicable. 27.23 Water Boundary Survey Locate standing water elevation and high water marks on adjacent structures. 27.24 Right of Way Staking, Parcel /Right of Way Line Perform field staking and calculations of existing/proposed R/W lines for on- 27 SURVEY RN" 16-7010 sRe review purposes. 27.25 Right of Way Monumentatlon Not applicable. . 27.26 Line Cutting Perform all efforts required to clear vegetation from the surveyors line of sI ght. 27.27 Work Zone Safety Provide work zone as required by COUNTY standards. 27.28 Miscellaneous Surveys Not applicable. 27.29 Supplemental Surveys This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination.. 27.30 Document Research Not applicable. . 27.31 Field Review Perform verification of the field conditions as related to the collected survey data. 27.32 Technical Meetings 27.33 Quality Assurance/Quality Control (QA/QC) Establish and implement a QA/QC plan. Also includes subconsultant review, response to comments and any resolution meetings if required, preparation of submittals for review, etc. 27.34 Supervision Perform all activities required to supervise and coordinate project. These actIvities must be performed by the project supervisor, a Florida P.S.M. or their delegate as approved by the COUNTY. 27 SURVEY A-77 RFP: 16-7010 27.35 Coordination Coordinate survey activities with other disciplines. These activities must be performed by the project supervisor, a Florida P.S.M. or their delegate as approved by the COUNTY. 27 SURVEY RFP: 1 o-t u iu 28 f Hrlu I RAMMETRY Not applicable. 28 PHOTOGRAMMETRY RFP: 16-7010 29 MAPPING This scope item is considered an Optional Service if requested by the 29 MAPPING ount RFP: 16-7010 30 TERRESTRIAL MOBILE LiDAR Not applicable. 30 TERRESTRIAL MOBILE LiDAR RFP: 16-7010 31 ARCHITECTURE DEVELOPMENT Not applicable. 31 ARCHITECTURE DEVELOPMENT RFP: 16-7010 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE Not applicable. E BARRIERS IMPACT DESI RFP: low( 010 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS Not applicable. S RFP: 16-7010 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS Not applicable. ELLIGENT TRANSPORTATION S RFP: 16-7010 35 GEOTECHNICAL The CONSULTANT shall be responsible for a complete geotechnical investigation for the project. All work performed by the CONSULTANT shall be in accordance with FDOT standards, or as otherwise directed by the COUNTY. Before beginning each phase of investigation and after the Notice to Proceed is given, the CONSULTANT shall submit an investigation plan for approval and meet with the COUNTY's representative to review the project scope and COUNTY requirements. The investigation plan shall include, but not be limited to, the proposed boring locations and depths, and all existing geotechnical information from available sources to generally describe the surface and subsurface conditions of the project site. Additional meetings may be required to plan any additional field efforts, review plans, resolve plans/report comments, resolve responses to comments, and/or any other meetings necessary to facilitate the project. The CONSULTANT shall notify the COUNTY in adequate time to schedule a representative to attend all related meetings and field activities. 35.1 Document Collection and Review CONSULTANT will review printed literature including topographic maps, county agricultural maps, aerial photography (including historic photos), ground water resources, geology bulletins, potentiometric maps, pile driving records, historic construction records and other geotechnical related resources. Prior to field reconnaissance, CONSULTANT shall review U.S.G.S., S.C.S. and potentiometric maps, and identify areas with problematic soil and groundwater conditions. Roadway The CONSULTANT shall be responsible for coordination of all geotechnical related field work activities. The CONSULTANT shall retain all samples until acceptance of Phase IV (Final) plans. Rock cores shall be retained as directed in writing by the COUNTY. Obtain 2 pavement cores as required by project needs. CONSULTANT shall perform specialized field-testing as required by project needs. All laboratory testing and classification will be performed in accordance with applicable FDOT standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. 35,2 Develop Detailed Boring Location Plan Develop a detailed boring location plan. If the drilling program expects to 35 GEOTECHNICAL RFP: 16-701 u encounter artesian conditions, the CONSULTANT shall submit a methodology(s) for plugging the borehole to the COUNTY for approval prior to commencing with the boring program. 35.3 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 35.4 Muck Probing Probe standing water and surficial muck in a detailed pattern sufficient for determining removal limits to be shown in the Plans. 35.5 Coordinate and Develop MOT Plans for Field Investigation Coordinate and develop Maintenance of Traffic (MOT) plan. All work zone traffic control will be performed in accordance with the COUNTY's Roadway and Traffic Design Standards Index 600 series and the COUNTY'S Maintenance of Traffic Policy. 35.6 Drilling Access Permits Obtain all State, County, City, and Water Management District permits far performing geotechnical borings, as needed. 35.7 Property Clearances Not applicable. 35,$ Groundwater Monitoring Not applicable. 35.9 LBR /Resilient Modulus Sampling Not applicable. 35.10 Coordination of Field Work Coordinate all field work required to provide geotechnical data far the project. 35.11 Soil and Rock Classification -Roadway Refine soil profiles recorded in the field, based on results of laboratory testing. 35.12 Design LBR Not applicable. 35 GEOTECHNICAL RFP: 16-7010 35.13 Laboratory Data Tabulate laboratory test results for inclusion in the report of tests sheet (Roadway Soil Survey Sheet), calculations and analyses. 35.14 Seasonal High Water Table geotechnical report, the and for any necessary Review the encountered ground water levels and estimate seasonal high ground water levels. Estimate seasonal low ground water levels, if requested. 35.15 Parameters for Water Retention Areas Not applicable. 35.16 Delineate Limits of Unsuitable Material Delineate limits of unsuitable materials) in both horizontal and vertical directions. Assist the Engineer of Record with detailing these limits on the cross -sections. If requested, prepare a plan view of the limits of unsuitable material. . 35.17 Electronic Files for Cross -Sections Create electronic files of boring data for cross -sections. 35.18 Embankment Settlement and Stability Not applicable. 35.19 Monitor Existing Structures Not applicable. 35.20 Stormwater Volume Recovery and/or Background Seepage Analysis Not applicable. 35.21 Geotechnical Recommendations Provide geotechnical recommendations regarding the proposed roadway construction project including the following: description of the site/alignment, design recommendations and discussion of any special considerations (i.e. removal of unsuitable material, consolidation of weak soils, estimated settlement time/amount, groundwater control, high groundwater conditions relative to pavement base, etc.) Evaluate and recommend types of geosynthetics and properties for various applications, as required. 35.22 Pavement Condition Survey and Pavement Evaluation Report 35 GEOTECHN{CAL A-88 RFP* 16-7010 Not applicable. . 35.23 Preliminary Roadway Report Not applicable. 35.24 Final Report Not applicable. 35.25 Auger Baring Drafting 35.26 SPT Boring Drafting Structures The CONSULTANT shall be responsible for coordination of related fieldwork activities. The CONSULTANT shall retain acceptance of Phase IV (100%) plans. Rock cores shall directed in writing by the COUNTY. all geotechnical all samples until be retained as CONSULTANT shall perform specialized field-testing as required by needs of project. All laboratory testing and classification will be performed in accordance with applicable FDOT/COUNTY standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. The staff hour tasks for structural foundations, bridges and walls include the following: 35.27 Develop Detailed Baring Location Plan Develop a detailed boring location plan. encounter artesian conditions, the methodology(s) for plugging the borehole to commencing with the boring program. 35.28 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. If the drilling program expects CONSULTANT . shall submit to to the COUNTY for approval prior 35.29 Coordinate and Develop MOT Plans for Field Investigation Coordinate and develop MOT plan. All work zone traffic control will be performed in accordance with the FDOT's Roadway and Traffic Design Standards Index 600 series and the COUNTY'S Maintenance of Traffic Policy. 35.30 Drilling Access Permits 35 GEOTECHNICAL RFP: 16-7010 Obtain all State, County, City, and Water Management District permits for performing geotechnical borings, as needed. 35.31 Property Clearances Not applicable. 35.32 Collection of Corrosion Samples Collect corrosion samples for determination of environmental classifications. 35.33 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. 35.34 Soil and Rock Classification -Structures Soil profiles recorded in the field should be refined based on the results of laboratory testing. 35.35 Tabulation of Laboratory Data Laboratory test results should be tabulated for inclusion in the geotechnical report and for the necessary calculations and analyses. 35.36 Estimate Design Groundwater Level for Structures Review encountered groundwater levels, estimate seasonal high groundwater levels, and evaluate groundwater levels for structure design. 35.37 Selection of Foundation Alternatives (BDR) Evaluation and selection of foundation alternative, including the following: ■ Prestressed concrete piling -various sizes ■ Steel H- piles ■ Foundation analyses shall be performed using approved FDOT methods. Assist in selection of the most economical, feasible foundation alternative. 35.38 Detailed Analysis of Selected Foundation Alternate(s) Detailed analysis and basis for the selected foundation alternative. Foundation analyses shall be performed using approved FDOT methods and shall include: ■ For pile and drilled shaft foundations, provide graphs of ultimate axial soil resistance versus tip elevations. Calculate scour resistance and/or downdrag (negative skin friction), if applicable. 35 GEOTECHNICAL A-90 RFP: 16-7010 ■ CONSULTANT shall assist the Engineer of Record in preparing the Pile Data Table (including test pile lengths, scour resistance, downdrag, minimum tip elevation, etc.) ■ Provide the design soil profile(s), which include the soil model/type of each layer and all soil -engineering properties required for the Engineer of Record to run the FBPier computer program. Review lateral analysis of selected foundation for geotechnical compatibility. ■ Estimated maximum driving resistance anticipated for pile foundations. ■ Provide settlement analysis. 35.39 Bridge Construction and Testing Recommendations Provide construction and testing recommendations including potential constructability problems. 35.40 Lateral Load Analysis This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees, If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 35.41 Walls Provide the design soil profile(s), which include the soil model/type of each layer and all soil engineering properties required by the Engineer of Record for conventional wall analyses and recommendations. Review wall design for geotechnical compatibility and constructability. Evaluate the external stability of conventional retaining walls and retained earth wall systems. For retained earth wall systems, calculate and provide minimum soil reinforcement lengths versus wall heights, and soil parameters assumed in analysis. Estimate differential and total (long term and short term) settlements. Provide wall construction recommendations. 35.42 Sheet Pile Wall Analysis This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 35.43 Design Soil Parameters for Signs, Signals, High Mast Lights, and Strain 35 GEOTECHNICAL A-91 RFP: 16-7010 Poles and Geotechnical Recommendations ■ Not applicable. 35.44 Box Culvert Analysis ■ Not applicable. 35.45 Preliminary Report - BDR The preliminary structures report shall contain the following discussions as appropriate for the assigned project: ■ Copies of U.S.G.S. and S.C.S. maps with project limits shown. ■ Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data. ■ The results of all tasks discussed in all previous sections regarding data interpretation and analysis). ■ Recommendations for foundation installation, or other site preparation soils -related construction considerations with plan sheets as necessary. ■ Any special provisions required for construction that are not addressed in the FDOT's Standard specification. ■ An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. 35.46 Final Report -Bridge and Associated Walls The final structures report shall include the following: ■ Copies of U.S.G.S. and S.C.S. maps with project limits shown. ■ Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data. ■ The results of all tasks discussed in all previous sections regarding data interpretation and analysis. ■ Recommendations for foundation installation, or other site preparation soils -related construction considerations with plan sheets as necessary. ■ Any special provisions required for construction that are not addressed in the FDOT's Standard specification. ■ An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. 35.47 Final Reports - Signs, Signals, Box Culvert, Walls, and High Mast Lights 35 GEOTECHNICAL RFP: 16-7010 Not applicable. 35.48 or Boring Drafting Prepare a complete set of drawings to include all SPT borings, auger borings and other pertinent soils information in the plans. Include these drawings in the Final Geotechnical Report. Draft borings, location map, S.C.S. map and U.S.D.A. map. Soil symbols must be consistent with those presented in the latest Florida Department of Transportation Soils and Foundations Handbook. 35.49 Other Geotechnical This scope item is considered an Optional Service if requested by the County. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 35.50 Technical Special Provisions Not applicable. 35.51 Field Reviews Identify and note surface soil and rock and locations, and preliminary utility structures and foundation types. 35.52 Technical Meetings 35.53 Quality Assurance/Quality Control 35.54 Supervision 35.55 Coordination conditions, surface water conditions conflicts. Observe and note nearby 35 GEOTECHNICAL RFP: 16-7010 36 PROJECT REQUIREMENTS 36.1 Liaison Office The COUNTY and the CONSULTANT will designate a Liaison Office and a Project Manager who shall be the representative of their respective organizations for the Project. While it is expected the CONSULTANT shall seek and receive advice from various state, regional, and local agencies, the final direction on all matters of this project remain with the COUNTY's Project Manager. 36.2 Key Personnel The CONSULTANT's work shall be performed and directed by the key personnel identified in the proposal presentations by the CONSULTANT. Any changes in the indicated personnel shall be subject to review and approval by COUNTY. 36.3 Progress Reporting The CONSULTANT shall meet with the COUNTY as required and shall provide a written monthly progress report that describes the work performed on each task. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percent complete against actual work accomplished. 36.4 Correspondence 36.5 Copies of all written correspondence between party pertaining specifically to this contract shall for their records within one (1) week of the correspondence. Professional Endorsement the CONSULTANT and any be provided to the COUNTY receipt or mailing of said The CONSULTANT shall have a Licensed Professional Engineer in the State of Florida sign and seal all reports, documents, technical special provisions, and plans as required by FDOT and COUNTY standards. Computer Automation The project will be developed utilizing Computer Aided Drafting and Design (CADD} systems. The FDOT makes available software to help assure quality and conformance with policy and procedures regarding CADD. It is the responsibility of the CONSULTANT to meet the requirements in the FDOT's CADD Manual. The CONSULTANT shall submit final documents and files as described therein or as amended by this Scope of Services. 36 PROJECT REQUIREMENTS RFP: lowfulu 36.7 Coordination with Other Consultants The CONSULTANT is to coordinate his work with any and all adjacent and integral consultants so as to effect complete and homogenous plans and specifications for the project(s) described herein. 36.8 Optional Services Depending on each specific item, Optional Services shall be included within this Scope of Work, or executed thru a Change Order as follows: • Fees for items that are included in the negotiated contract fees: If this item is determined necessary and is requested by the County, a Notice to Proceed will be issued to execute this work • Fees not included in the negotiated contract fees: If this item is determined necessary and is requested by the County, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 36 PROJECT REQUIREMENTS RFP: 16-7010 37 Invoicing Limits Payment for the work accomplished shall be in accordance with Method of Compensation of this contract. Invoices shall be submitted to the COUNTY, in a format prescribed by the COUNTY. The COUNTY Project Manager and the CONSULTANT shall monitor the cumulative invoiced billings to ensure the reasonableness of the billings compared to the project schedule and the work accomplished and accepted by the COUNTY. The CONSULTANT shall provide a list of key events and the associated total percentage of work considered to be complete at each event. This list shall be used to control invoicing. Payments will not be made that exceed the percentage of work for any event until those events have actually occurred and the results are acceptable to the COUNTY. 37 INVOICING LIMITS ACORDITM Client#: 722 DATE (MMIDD/YYYY) Tof HIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDE/R3THOIS7 CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). TYLININTEI CERTIFICATE OF LIABILITY INSURANCE PRODUCER CONTACT Dealey, Renton & Associates NAME: Nancy Ferrick PHONE P. O. Box 12675 A/C, No, EXt : 510 465-3090 FAX EMAIL No: 510 452-2193 y Oakland, CA 94604-nferrick2675 ADDRESS: @deale renton.com 510 465-3090 INSURERS) AFFORDING COVERAGE NAIC # INSURED INSURER A: Hartford Fire Ins. Co. 19682 T. Y. Lin International INSURERS: American Fire and Casualty Comp 24066 345 California Street, Ste. 2300 INSURERC: Hartford Underwriters Ins, Co. 30104 San Francisco, CA 94104 INSURER D: Aspen American Insurance Co. 43460 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR ADDLSUBR LTR TYPE OF INSURANCE POLICY EFF POLICY EXP INSR WVD POLICY NUMBER MM/DD/YYYY MMIDD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY X X 57CESOF1487 3/01/2017 03/01/201 EACH OCCURRENCE CLAIMS -MADE "i OCCUR -- $,1,000,000 PREM SES (ERENTED nce $19000,000 MED EXP (Any one person) $10,000 GEN'L AGGREGATE LIMIT APPLIES PER: PERSONAL & ADV INJURY S 1000000 PRO - POLICY X JECT LOC GENERAL AGGREGATE 5210001000 OTHER: PRODUCTS - COMP/OP AGG S 2,000,000 A AUTOMOBILE LIABILITY S X X 57UENZC1594 3/01/2017 03/01/201 COMBINED SINGLE LIMIT $1,000,000 X ANY AUTO ALL OWNED SCHEDULED BODILY INJURY (Per person) S AUTOS AUTOS BODILY INJURY (Per accident) S X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE S Per accident B UMBRELLA LIAB X X S OCCUR X EUA1857169563 3/01/2017 03/01/201 EACH OCCURRENCE $1 000000 X EXCESS LIAB CLAIMS -MADE DED RETENTION AGGREGATE S1 OOO 000 S C WORKERS COMPENSATION X 57WBZU5991 PER S AND EMPLOYERS' LIABILITY 3/01/2017 03/01/201 X OTH- ANY PROPRIETOR/PARTNER/EXECUTIVE YN OFFICER/MEMBER EXCLUDED? E.L. EACH ACCIDENT NIA S110001000 (Mandatory in NH) If yes, describe under E.L. DISEASE - EA EMPLOYEE $11000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $19000,000 D Professional LRA9P0117 3/01/2017 03/01/201 $1,000,000 per Claim Liability $1,000,000 Annl Aggr. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) General Liability Policy excludes claims arising out of the performance of professional services. 30 Days Notice of Cancellation (10 Days for Non -Payment of Premium). Re: Project No. 16-7010 Design & Related Serve CR-846/lmmokalee Rd over Gator Canal Bridge Replacement. Collier County Board of County Commissioners is named as an Additional Insured for General and Auto Liability. CERTIFICATE HOLDER CAMrect t ATIAkr Collier County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Board of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Brenda Lance, Procurement Technician 3295 Tamiami Trail E. AUTHORIZED REPRESENTATIVE Naples, FL 34112 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) 1 of 1 The ACORD name and logo are registered marks of ACORD #S2164364/M2070511 NMF