· 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act...

104
BOARD OF COUNTY COMMISSIONERS Consent Agenda Regul~enda County Administrator's Signatur(~ ~~-- , , .. ,• Subject: DATE: January 14, 2014 AGENDA ITEM NO. d / J Public Hearing Approval of Ranking of Firms and Final Negotiated Contract - Professional Engineering Services SR 580/CR 1/Curlew Road and Related ADA Ramps Contract No. 112-0539-NC(RM) Department: Department of Environment and Infrastructure (DEi) /Purchasing Recommended Action: Staff Member Responsible: Jorge Quintas I Joe Lauro I RECOMMEND THE BOARD OF COUNTY COMMISSIONERS APPROVE THE RANKING OF FIRMS AND CONTRACT AWARD FOR PROFESSIONAL ENGINEERING SERVICES S.R. 580/CR 1/CURLEW RD AND RELATED AMERICAN WITH DISABILITES ACT (ADA) RAMPS LOCAL AGENCY PROGRAM (LAP) WITH THE HIGHEST RANKED FIRM, ICON CONSUL TANT GROUP INC .. (ICON) TAMPA, FLORIDA. IT IS FURTHER RECOMMENDED THAT THE CHAIRMAN SIGN THE AGREEMENT AND THE CLERK AITEST. Summary Explanation/Background: The purpose of this contract is to fulfill the LAP agreement the County has with the Florida Department of Transportation (FOOT) for the development of plans and specifications and to perform all other professional engineering services as may be required during the construction of sidewalks along County Road 1 from State Road (S.R.) 580 to Curlew Road and related ADA Ramps. On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment and Infrastructure (DEi) let a Request for Proposal (RFP) for the intent of obtaining the services of a qualified engineering build firm to provide the services as described above. An evaluation committee consisting of two (2) representatives from DEi's Design and Technical Support Division; one (1) representative from DEi's Water and Sewer Division; one (1) representative from DEi's Stormwater Division and one (1) representative from DEi's Planning Division, along with the Purchasing Department acting as facilitator met on March 29, 2013 to evaluate, score and rank the submittals received The evaluation resulted in ranking as follows: 1. ICON 2. Bayside Engineering 3. DRMP, Inc. 4. Cardno TBE 5. Cumbey & Fair. Inc. Revised 03-2012 Page 1 of 2

Transcript of  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act...

Page 1:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

BOARD OF COUNTY COMMISSIONERS

Consent Agenda Regul~enda

County Administrator's Signatur(~ ~~--, , .. ,•

Subject:

DATE: January 14, 2014 AGENDA ITEM NO. d / J Public Hearing

Approval of Ranking of Firms and Final Negotiated Contract - Professional Engineering Services SR 580/CR 1/Curlew Road and Related ADA Ramps Contract No. 112-0539-NC(RM)

Department:

Department of Environment and Infrastructure (DEi) /Purchasing

Recommended Action:

Staff Member Responsible:

Jorge Quintas I Joe Lauro

I RECOMMEND THE BOARD OF COUNTY COMMISSIONERS APPROVE THE RANKING OF FIRMS AND CONTRACT AWARD FOR PROFESSIONAL ENGINEERING SERVICES S.R. 580/CR 1/CURLEW RD AND RELATED AMERICAN WITH DISABILITES ACT (ADA) RAMPS LOCAL AGENCY PROGRAM (LAP) WITH THE HIGHEST RANKED FIRM, ICON CONSUL TANT GROUP INC .. (ICON) TAMPA, FLORIDA.

IT IS FURTHER RECOMMENDED THAT THE CHAIRMAN SIGN THE AGREEMENT AND THE CLERK AITEST.

Summary Explanation/Background:

The purpose of this contract is to fulfill the LAP agreement the County has with the Florida Department of Transportation (FOOT) for the development of plans and specifications and to perform all other professional engineering services as may be required during the construction of sidewalks along County Road 1 from State Road (S.R.) 580 to Curlew Road and related ADA Ramps.

On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment and Infrastructure (DEi) let a Request for Proposal (RFP) for the intent of obtaining the services of a qualified engineering build firm to provide the services as described above.

An evaluation committee consisting of two (2) representatives from DEi's Design and Technical Support Division; one (1) representative from DEi's Water and Sewer Division; one (1) representative from DEi's Stormwater Division and one (1) representative from DEi's Planning Division, along with the Purchasing Department acting as facilitator met on March 29, 2013 to evaluate, score and rank the submittals received

The evaluation resulted in ranking as follows:

1. ICON 2. Bayside Engineering 3. DRMP, Inc. 4. Cardno TBE 5. Cumbey & Fair. Inc.

Revised 03-2012 Page 1 of 2

Page 2:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

6. Ayres Associates 7. URS Corporation Southern 8. Parra & Karimi Engineering. LLC 9. Aim Engineering & Surveying, Inc. 10. CPH 11. Shaw Environmental & Infrastructure 12. Wade Trim, Inc. 13. Florida Design Consultants. Inc. 14. Compass Engineering & Surveying d/b/a Deuel & Associates 15. LBYD, Inc.

The three (3) highest ranked firms were then invited to an oral presentation on April 26. 2013 resulting in the final ranking as follows:

1. ICON 2. DRMP, Inc. 3. Bayside Engineering. Inc.

FOOT serves as the prime recipient of federal transportation funds and is the supervising agency for LAP projects and certifies Local Agencies to participate in LAP for design or construction phases. Prior to seeking approval of a final contract with the highest ranking firm, the County's LAP Coordinator must submit all contract documents to FOOT for review and approval including the proposed scope, budget and schedules along with a copy of the RFP, addenda, advertisement and a draft of the final agreement. FOOT must approve the County's solicitation and qualification process before staff can reasonably recommend award. Additionally, FOOT has a scheduled design completion date for this project; therefore to reduce further protraction of this project due to the amount of FOOT oversight required and to keep the project as timely as possible, staff negotiated with ICON prior to BCC approval of the ranking of firms.

Staff successfully negotiated a contract with fully burdened hourly personnel rates with ICON. Hourly rates include all labor, direct/indirect overhead, margins/profit, and travel within the Tampa Bay Metropolitan Statistical (TBMSA) Area. Travel outside of the TBMSA will be reimbursed in accordance with Florida Statues.

The agreement term is effective through January 31, 2016.

Fiscal Impact/Cost/Revenue Summary:

The total estimated aggregate value of this contract is in an amount not to exceed $265.393 56 for the term of the contract. The project is 100% LAP grant funded provided by FOOT.

Exhibits/ Attachments:

Contract Review Agreement Evaluation Criteria Tabulation

Revised 03-2012 Page of 2

Page 3:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

PURCHASING DEPARTMENT CONTRACT REVIEW TRANSMITTAL

CATS NO.:

'tJ qj'-..3

PROJECT: Approval of Ranking and Final Negotiated Agreement for Profnalonal EnglnNrlng Consulting- County Road 1 from State Road 580 to Curlew Road and Related ADA Ramps FOOT LAP funded ro

RFP NUMBER: 112..0539-NC RM REQ. NUMBER:

TYPE: Purchase Contract Other: CCNA Construction-I.Na than $100,000 One Time

In accordance with the policy guide for Contract Administration, the attached documents are submitted for review and comment.

RISK MANAQEMENT: Please entBr NM1Ulred ll8b111ty cownige on p ..... : .u.ched Thi• I• an annal contract.

1.

2.

Purchnfna PtP1-J. Lauro, Dl'9ctor c. Mancuso, Au't. Director

Ruby McKenzie PA

~ ng Dept Ploasa provide below informatjon: Yes, funding for this requisition Is using grant Funding. 0No, funding for this requisition is not using grant Funding.

If grant funding is being used you must provide Purchasing with the exact clauses that need to be on attached document.

"· 5.

8.

7.

Revised 10/2012

Btu N•DIAl""ot Plr,ctor Attn: Virginia E. Holscher (Check eppllt»ble box ., rlllht)

BCCF1111nft Attn: Cauandra Wiiiiams

Lull Attn: MIIH Belknap

wt. county Mmtnlftptor DmdScott

Aaft, County Mrolnlftrator Attn: M. Woodard

RETURNALL D

JENJAJJYE PAJEI

at ExleMlon 4-3795

HIGH RISK

NOT HIGH RISK

Page 4:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

PROFESSIONAL SERVICES NON-CONTINUING SERVICES SAMPLE AGREEMENT TABLE OF CONTENTS

SECTION 1 INTENT OF AGREEMENT ....................................................................................................... 2

SECTION 2 SCOPE OF PROJECT ............................................................................................................. 3 2.1 PROJECT DESCRIPTION AND PROFESSIONAL REQUIREMENTS ................................... 3 2.2 PROJECT PHASES ................................................................................................................. 3 2.3 CONSULTING RESPONSIBILITIES ........................................................................................ 3 2.4 GENERAL DESIGN CONDITIONS .......................................................................................... 4 2.5 GOVERNING SPECIFICATIONS REGULATIONS AND PERTINENT DOCUMENTS ........... 4

SECTION 3 SERVICES TO BE FURNISHED BY THE CONSULT ANT ...................................................... 4 3.1 SEE EXHIBIT B - SCOPE OF SERVICES .............................................................................. 4 3.2 BIDDING PHASE ..................................................................................................................... 4 3.3 CONSTRUCTION PHASE ....................................................................................................... 5 3.4 PROVISIONS RELATED TO ALL PHASES ............................................................................ 6 3.5 PERMIT APPLICATIONS AND APPROVALS ......................................................................... 8 3.6 COORDINATION WITH UTILITY SERVICES AND AFFECTED PUBLIC AGENCIES ........... 8

SECTION 4 SERVICES TO BE FURNISHED BY THE COUNTY ............................................................... 8

SECTION 5 PRESENTATIONS, PUBLIC MEETINGS AND TECHNICAL LIAISON .................................. 8

SECTION 6 PAYMENT GUIDELINES AND CATEGORY OF SERVICES .................................................. 9 6.1 BASIC SERVICES ................................................................................................................... 9 6.2 OPTIONAL SERVICES ............................................................................................................ 9 6.3 CONTINGENCY SERVICES ................................................................................................... 9 6.4 ADDITIONAL SERVICES ........................................................................................................ 9 6.5 INVOICING ............................................................................................................................... 9

SECTION 7 COMPENSATION TO THE CONSULTANT .......................................................................... 10

SECTION 8 PERFORMANCE SCHEDULE ............................................................................................... 11

SECTION 9 AUTHORIZATION FOR CONTINGENT OR ADDITIONAL SERVICES ................................ 12

SECTION 10 FIRMS AND INDIVIDUALS PROVIDING SUBCONSULTING SERVICES ......................... 12

SECTION 11 SATISFACTORY PERFORMANCE ..................................................................................... 12

SECTION 12 RESOLUTION OF DISAGREEMENTS ................................................................................ 12

SECTION 13 CONSULTANT'S ACCOUNTING RECORDS ..................................................................... 12

SECTION 14 OWNERSHIP OF PROJECT DOCUMENTS ....................................................................... 13

SECTION 15 INSURANCE COVERAGE AND INDEMNIFICATION ......................................................... 13

SECTION 16 EQUAL EMPLOYMENT OPPORTUNITY CLAUSE FOR CONTRACTS NOT SUBJECT TO EXECUTIVE ORDER 11246 ................................................................................................ 13

SECTION 17 INDEPENDENT CONTRACTOR STATUS AND COMPLIANCE WITH THE IMMIGRATION REFORM AND CONTROL ACT OF 1986 .......................................................................... 14

SECTION 18 PROHIBITION AGAINST CONTINGENT FEE .................................................................... 14

SECTION 19 TRUTH IN NEGOTIATIONS ................................................................................................. 14

SECTION 20 SUCCESSORS AND ASSIGNS ........................................................................................... 14

SECTION 21 INTEREST ON JUDGMENTS .............................................................................................. 14

SECTION 22 TERMINATION OF AGREEMENT ....................................................................................... 14

SECTION 23 AGREEMENT TERM ............................................................................................................ 15

SECTION 24 CONFLICT OF INTEREST ................................................................................................... 15

SECTION 25 ENTIRE AGREEMENT ......................................................................................................... 15

SECTION 26 PUBLIC ENTITY CRIMES .................................................................................................... 15

SECTION 27 GOVERNING LAW AND AGREEMENT EXECUTION ........................................................ 16

EXHIBIT A SCHEDULE OF HOURLY RATES EXHIBITS SCOPE OF SERVICES EXHIBIT C MANHOUR ESTIMATES-FEE PROPOSAL APPENDIX 1 LAP TERMS AND CONDITIONS

Page 1 of 16 Revised 06-2012

Page 5:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

SECTION 1 INTENT OF AGREEMENT

AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR State Road (S.R.) 580/ County Road (CR) 1/Curlew Rd and Related ADA Ramps (LAP)

THIS AGREEMENT, entered into on the __ day of -----· 20 __ , between

PINELLAS COUNTY, a political subdivision of the State of Florida, hereinafter referred to as the

COUNTY, represented by its Board of County Commissioners and ICON Consultant Group, Inc., with offices in

Tampa, Florida hereinafter referred to as the CONSULTANT.

WITNESSETH, That:

WHEREAS, Pinellas County, herein referred to as the COUNTY, requires PROFESSIONAL

ENGINEERING SERVICES associated with support to develop plans and specifications and perform all

other professional engineering services as may be required related to the work for sidewalk

improvements and ADA Ramps along CR 1 (Keene Road) from SR 580/Main St. to SR 586/Curlew Road

in Pinellas County, Florida.

WHEREAS, the COUNTY desires the CONSUL TANT provide PROFESSIONAL ENGINEERING

SERVICES requisite to the development of the PROJECT; and

WHEREAS, the CONSULTANT has expressed the willingness and ability to provide the

aforementioned Services; and

NOW THEREFORE, the COUNTY and the CONSUL TANT, in consideration of the mutual

covenants hereinafter set forth, agree as follows:

Page 2 of 16 Revised 06-2012

Page 6:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

SECTION 2 SCOPE OF PROJECT

2.1 PROJECT DESCRIPTION AND PROFESSIONAL REQUIREMENTS

For the purposes of this Agreement the term PROJECT shall include all areas of proposed improvements, all areas that may reasonably be judged to have an impact on the PROJECT, and all PROJECT development phases and the services and activities attendant thereto. It is not the intent of this Agreement to identify the exact limits or details involved in providing satisfactorily completed PROJECT construction documents. The CONSULTANT shall provide the following professional services to prepare construction plans, specifications, and complete applications for and receive all federal, state, and local permits required for construction of the PROJECT. The PROJECT design shall be based on the following data:

Pinellas County is seeking the professional services of an engineering consultant to design; prepare plans; acquire permits; develop construction specification; and provide engineering services for the construction of ADA compliant sidewalks, ramps and driveways along both sides of the roadway. The sidewalks shall be 6" thick throughout the PROJECT limits, unless otherwise approved by the COUNTY. Drainage Improvements required to accommodate sidewalk construction shall be designed in accordance with Pinellas County Ordinances and Southwest Florida Water Management District (SWFWMD) regulations for differing storm events (i.e., ten (10) year, etc.). All required permits shall be obtained by the engineering consultant. Plans shall be prepared in accordance with Civil 30 Pinellas County Requirements. Attached and made a part of this agreement are: Exhibit A - Schedule of Hourly Rates; Exhibit B - Scope of Services; Exhibit C - Man-hour Estimates/Fee Proposal; and Appendix 1 - Terms for Federal Aid Contracts/Florida Department of Transportation

a) Required Deliverables

• Civil 30 file (eTransmit) of construction plans and for each transmittal phase. The plans shall be provided electronically, plus two (2) paper prints signed and sealed by a Professional Engineer certified in the State of Florida.

• All technical specifications required for construction of project.

Since this is a federally funded PROJECT through a Local Agency Program (LAP) agreement, all services provided under this Agreement will need to comply with the Terms for Federal Aid Contracts I Florida Department of Transportation (FDOT) identified in Appendix 1 of this Agreement.

2.2 PROJECT PHASES

All project phases shall be completed on or before the milestone dates provided in the FOOT Work Program Schedule.

2.3 CONSUL TING RESPONSIBILITIES

Revised 06-2012

A. It is the intention of the COUNTY that the CONSULT ANT is held accountable for its work, including checking and review of plans, and that submittals are complete.

B. The CONSULT ANT shall be responsible for the accuracy of the work and shall promptly correct its errors and omissions without additional compensation. Acceptance of the work by the COUNTY will not relieve the CONSULTANT of the responsibility for subsequent correction of any errors and the clarification of any ambiguities.

C. The CONSULTANT represents that it has secured or will secure, at its own expense, all personnel necessary to complete this Agreement; none of whom shall be employees of or have any contractual relationship with the COUNTY. Primary liaison with the COUNTY will be through the CONSULTANT'S Project Manager. All of the services required hereunder will be

Page 3 of 16

Page 7:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112·0539-NC(RM)

performed by the CONSULTANT or under the CONSULTANT'S supervision. and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under law to perform such services.

D. The CONSULTANT shall endorse all reports, calculations, contract plans, and survey data. Services shall be prepared under the direction of an engineer registered in the State of Florida and qualified in the required discipline. Products or services performed or checked shall be signed and sealed by the CONSULTANT'S Florida registered engineer.

E. The CONSULT ANT shall be responsible for the preparation of a PROJECT design schedule, which shows a breakdown of all tasks to be performed, and their relationship in achieving the completion of each phase of work. A bar chart schedule showing overall PROJECT time frames should also be prepared. These schedules must be submitted for COUNTY approval within ten (10) days of the initial PROJECT Notice to Proceed. These schedules will be used to verify CONSULTANT performance in relationship to Fees claimed and to allow the COUNTY'S Project Manager to monitor the CONSULTANT'S efforts. The CONSULTANT shall be responsible for any updates to these schedules and for documenting in writing to the COUNTY any major deviations in the actual versus estimated PROJECT time frames.

F. The CONSULTANT shall respond, in writing, to all review comments made by the COUNTY. and shall incorporate appropriate design adjustments into the PROJECT, in a timely manner, resulting from the review exchange.

2.4 GENERAL DESIGN CONDITIONS

2.4.1 The CONSULT ANT shall coordinate and solicit appropriate input, with the knowledge of the COUNTY.

2.4.2 All design data, plans, and drawings shall be delivered on electronically and on CD ROM formatted to .DXF or .DWG utilizing AutoCAD Release 14.0 or later and civil 30 2012 or later; as well as providing reproducible hard copies of plans and drawings. All specifications and other documents shall be delivered electronically and/or on a CD ROM, Microsoft Word & Excel format as required, as well as the reproducible hard copies.

2.4.3 One ( 1) original and nine (9) copies of all deliverables are required unless specific submittal requirements are specified elsewhere in this Agreement.

2.4.4 The CONSUL TANT shall develop acceptable alternates to any and all design recommendations that may be declared unacceptable.

2.5 GOVERNING SPECIFICATIONS REGULATIONS AND PERTINENT DOCUMENTS

The PROJECT shall be designed by the CONSUL TANT in accordance with applicable industry standards. The CONSULTANT shall be responsible for utilizing and maintaining current knowledge of any laws, ordinances. codes, rules, regulations, standards, guidelines, special conditions, specifications, or other mandates relevant to the PROJECT or the services to be performed.

SECTION 3 SERVICES TO BE FURNISHED BY THE CONSULTANT

3.1 SEE EXHIBIT B - SCOPE OF SERVICES.

3.2 BIDDING PHASE

The CONSULTANT shall prepare with the COUNTY'S assistance the necessary bidding information, bidding forms, the conditions of the contract, and the form of agreement between the COUNTY and the Contractor. The CONSULT ANT also, shall bear the cost of two (2) complete sets of documents (plans and specifications}, two (2) of which shall be signed and sealed by the CONSULTANT

Page 4 of 16 Revised 06-2012

Page 8:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

as original record sets for the PROJECT. Each sheet in the two (2) construction plans print sets shall be signed, sealed and dated. The title sheet only of the two (2) specifications sets shall be signed, sealed, and dated. Additionally, any required addenda shall be signed, sealed, and dated.

At County's option the following Bid Service Tasks may be requested and negotiated as an additional Service:

3.2.1 The CONSULTANT, following the COUNTY'S review of the Construction Documents and of the latest Statement of Probable Construction Cost, shall be available to assist the COUNTY in obtaining bids, and in preparing and awarding construction contracts for each bid package. The CONSULTANT shall assist conducting pre-bid conferences, and shall prepare a Bid Tabulation spreadsheet following receipt of bids.

3.2.2 If the Advertisement for bids has not commenced within sixty (60) days after the CONSULTANT submits the approved Construction Documents to the COUNTY, any fixed limit of Construction Cost established as a condition of this Agreement shall be adjusted to reflect any change in the general level of prices which may have occurred during that period of time in construction industry. The adjustment shall reflect changes between the date of submission of the Construction Documents to the COUNTY and the date on which the Advertisement for Bids occurred.

3.2.3 The CONSUL TANT shall prepare any required addenda to construction plans and specifications on the PROJECT during the bidding phase affecting the CONSULTANT'S plans and specifications. The CONSULT ANT shall also provide any addenda during the Construction Phase in sufficient quantity to distribute to all necessary parties as determined by the COUNTY. Addenda material shall be placed in envelopes by the CONSULTANT for mailing by the COUNTY. The CONSULTANT shall also furnish certified mail receipt material and prepare mailing labels. The COUNTY shall mail all addenda.

3.3 CONSTRUCTION PHASE

At County's option the following Construction Service Tasks may be requested and negotiated as an additional Service:

All contact and/or communication from the CONSULTANT to the Contractor shall be coordinated with the knowledge of the COUNTY.

Revised 06-2012

A. Construction Consultation Services

1. Processing, review, approval and distribution of shop drawings, product data, samples and other submittals required by the Contract Documents.

2. Maintenance of master file of submittals with duplicate for COUNTY.

3. Construction Field Observation Services consisting of visits to the site as frequent as necessary, but not less than once every week, to become generally familiar with the progress and quality of the work and to determine in general if the work is proceeding in accordance with the Contract Documents and prepare related reports and communications. Provide written report of each visit. This field observation requirement shall include any subconsultants at appropriate construction points.

4. Review for comment or approval any and all proposal requests, supplemental drawings and information and change orders.

5. Review for correctness Contractors pay requests for the COUNTY.

6. Prepare, reproduce and distribute supplemental drawings, specifications and interpretations in response to requests for clarification by the Contractor or the COUNTY as required by construction exigencies. Response to any request must be

Page 5 of 16

Page 9:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

received by the COUNTY within twenty-four (24) hours of request, or the next available working day when the request is prior to a weekend or holiday.

7. Review, upon notice by the Contractor that work is ready for final inspection and acceptance.

8. Notify the COUNTY of any deficiencies found in follow-up reviews.

9. Evaluate all testing results and make recommendations to the COUNTY.

10. Assist in the establishment by the COUNTY of programs of operation and maintenance of the physical plant and equipment.

11. Arrange for and coordinate instructions on operations and maintenance of equipment in conjunction with manufacturer's representatives.

12. Prepare an operation and maintenance manual for the COUNTY'S use.

13. The CONSULTANT shall visit the facility at initial occupancy and at three (3) month. six (6) month and one ( 1) year after issuance of the Certificate of Substantial Completion. On the facility visit the CONSULTANT shall observe. troubleshoot and assist in the operation of building systems. This shall not relieve the CONSULT ANT of other needed visits to the facility should specific issues arise.

14. Assistance in the training of the facility operation and maintenance personnel in proper operations, schedules, procedures and maintenance inventory.

15. Prepare as-built record drawings, based on information furnished by the Contractors including significant changes in the work made during construction. The CONSULT ANT will provide one ( 1) set of signed and sealed prints and one ( 1 ) CADD disk of the as-built record construction documents.

16. Transmit certified as-built record drawings and general data, appropriately identified, to the COUNTY within thirty {30) days following completion of construction.

17. Consult with, and recommend solutions to, the COUNTY during the duration of warranties in connection with inadequate performance of materials, systems, and equipment under warranty.

18. Review facilities or equipment prior to expiration of warranty period(s) to ascertain adequacy of performance, materials, systems and equipment.

19. Document noted defects or deficiencies and assist the COUNTY in preparing instructions to the Contractor for correction of noted defects.

20. The Contractor shall provide the CONSULTANT with all the required project close out material for CONSULTANT'S use in the warranty period services.

21. The Contractor shall have prime responsibility in the warranty period for all services herein. The CONSULTANT shall assist, consult, observe review and document as noted.

3.4 PROVISIONS RELATED TO ALL PHASES

3.4 .1 The CONSULT ANT will investigate and confirm in writing to the COUNTY, to the best of the CONSULTANT'S knowledge, conformance with all applicable local public and utility regulations.

Page 6of 16 Revised 06·2012

Page 10:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

3.4.2 The CONSUL TANT will coordinate work designed by various disciplines.

3.4.3 The CONSULTANT will furnish check prints for every project phase including five (5) sets at the 50% point of each phase and at every PROJECT phase completion. One ( 1) set of paper sepias shall be provided to the COUNTY for Owner-provided printing and distribution.

3.4.4 The CONSULTANT shall submit to the COUNTY design notes and computations to document the design conclusions reached during the development of the construction plans.

a. Five {5) copies of the design notes and computations shall be submitted to the COUNTY with the design development review plans. When the plans are submitted for final review, the design notes and computations corrected for any COUNTY comments shall be resubmitted. At the PROJECT completion, a final set of the design notes and computations, properly endorsed by the CONSULTANT, shall be submitted with t~e record set of plans and tracings.

b. The design notes and calculations shall include, but not be limited to, the following data:

1) Design criteria used for the PROJECT. 2) Roadway geometric calculations 3} Structural calculations. 4) Drainage calculations. 5) Traffic design calculations 6} Traffic control calculations 7) Calculations as required by provisions of the Florida Energy Conservation Manual

(Department of General Services). latest revision. 8} Calculations showing probable cost comparisons of various alternatives

considered. 9} Documentation of decisions reached resulting from meetings, telephone

conversations or site visits. 10} Other PROJECT-related correspondences as appropriate.

3.4.5 Each set of plans for the PROJECT shall be accurate. legible, complete in design, suitable for bidding purposes and drawn to scales acceptable to the COUNTY. The completed plans shall be furnished on reproducible material and in a format, which is acceptable to the COUNTY.

3.4.6 The CONSULTANT shall make such reviews, visits, attend such meetings and conferences and make such contacts as are necessary for the proper preparation of plans and specifications for the PROJECT.

3.4.7 The COUNTY in no way obligates itself to check the CONSULTANT'S work and further is not responsible for maintaining project schedules.

3.4.8 Other CONSUL TANT responsibilities shall be as listed below:

a. Provide necessary sealed drawings to obtain building permits or any utility permit. b. Assist the COUNTY in Contractor claims and/or litigation. c. Review the Adequacy and completeness of documents submitted by the Contractor to

protect the COUNTY against claims by suppliers or third parties.

3.4.9 The CONSULTANT must be familiar with the intent, thoroughness, safety factors and design assumptions of all structural calculations.

3.4.10 All work prepared and/or submitted shall be reviewed and checked by a CONSULTANT (Architect/Engineer) registered in Florida. All plans shall be signed and sealed by the Professional CONSULT ANT in responsible charge.

Page 7 of 16 Revised 06-2012

Page 11:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

3.5 PERMIT APPLICATIONS AND APPROVALS

3.5.1 The CONSUL TANT shall prepare all permit applications, data and drawings required for submittal BY THE COUNTY for approval of local, state and federal agencies.

3.5.2 The CONSULTANT shall, at no additional cost to the COUNTY, make all reasonable and necessary construction plans revisions required to obtain the necessary permit approvals for construction of the PROJECT.

3.5.3 For the purpose of ensuring the timely approval of all permits necessary for the construction of the PROJECT, the CONSULTANT shall schedule the necessary contacts and liaison with all agencies having permit jurisdiction over the PROJECT, and shat! furnish, on a timely basis, such plans, data and information as may be necessary to secure approval of the required permits.

3.6 COORDINATION WITH UTILITY SERVICES AND AFFECTED PUBLIC AGENCIES

3.6.1 The requirements of the various utility services shall be recognized and properly coordinated with the PROJECT design.

3.6.2 Drainage investigations and drainage design shall be coordinated with any city or drainage district that may be affected by or have an effect on the PROJECT.

SECTION 4 SERVICES TO BE FURNISHED BY THE COUNTY

4.1 The COUNTY shall provide the following for the CONSULTANTS use and guidance:

A. Copies of existing maps, existing aerial photographs, as-built construction plans and data pertinent to the PROJECT design, which the COUNTY may have in its possession.

B. Reproducibles of the COUNTY Engineering Department Standard Drawings applicable to the PROJECT.

C. Sample copies of the COUNTY standard contract documents and specifications.

D. Preparation of legal (front-end) section of the specifications.

SECTION 5 PRESENTATIONS, PUBLIC MEETINGS AND TECHNICAL LIAISON

The following services shall be provided at no additional cost to the COUNTY:

5.1 Prior to the commencement of design activities, the COUNTY wilt conduct with the CONSULT ANT a pre-design conference for the purpose of discussing issues relative to the PROJECT, plans preparation and submittal procedures and to convey to the CONSULTANT such items provided for under Section 4 as may be required and available at that time.

5.2 The CONSUL TANT shall make presentations to the COUNTY'S Director of Environment and Infrastructure (DEi) or designee as often as reasonably requested and at any point in the PROJECT development should issues arise which make additional presentations other than those listed elsewhere in this Agreement, in the COUNTY'S best interest.

5.3 The CONSULTANT shall participate in Monthly PROJECT Conferences with COUNTY staff personnel. The meetings will be scheduled by the COUNTY at a location provided by the COUNTY.

Page 8 of 16 Revised 06-2012

Page 12:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

5.4 The CONSULT ANT shall attend, as technical advisor to the COUNTY all meetings or hearings conducted by permitting agencies or public bodies in connection with any permit required for the construction of the PROJECT, and shall prepare all presentation aids, documents and data required in connection with such meetings or hearings, and at the discretion of the COUNTY, shall either plead the COUNTY'S case or provide engineering and technical assistance to the COUNTY in its pleading of the case.

5.5 The CONSULTANT shall keep accurate minutes of all meetings and distribute copies to all attending. These meetings shall be set up through the COUNTY and appropriate COUNTY staff shall attend.

SECTION 6 PAYMENT GUIDELINES AND CATEGORY OF SERVICES

6.1 BASIC SERVICES

The services described and provided for under Sections 2, 3 and Exhibit B shall constitute the Basic Services to be performed by the CONSULTANT under this Agreement.

6.2 OPTIONAL SERVICES

Services noted in Exhibit B of this Agreement as "Optional" shall constitute the Optional Services to be performed by the CONSULT ANT under this Agreement. Optional Services shall be rendered by the CONSULTANT only upon written authorization by the COUNTY's Executive Director of the Department of Environment and Infrastructure, or designee.

6.3 CONTINGENCY SERVICES

When authorized in writing by the COUNTY'S Director of Environment and Infrastructure (DEi) or designee, the CONSULTANT shall furnish services resulting from unforeseen circumstances not anticipated under Basic Services due to minor changes in the PROJECT scope.

Compensation for any Contingency Services assignments shall be negotiated between the COUNTY and the CONSULTANT at the time the need for services becomes known.

6.4 ADDITIONAL SERVICES

When executed by the County Administrator or Board of County Commissioners as an amendment to this Agreement, the CONSULTANT shall provide such additional services as may become necessary because of changes in the Scope of PROJECT. Additional Services shall be classified as any change beyond the Contingency Services upset limit for compensation.

6.5 INVOICING

The CONSULTANT may submit invoices for fees earned on a monthly basis. Such invoicing shall be supported by a Progress Report showing the actual tasks performed and their relationship to the percentage of fee claimed for each phase. Billings within each phase of work shall be for the percentage of work effort completed to date for that phase. The COUNTY shall make payments to the CONSULT ANT for work performed in accordance with the Local Government Prompt Payment Act, Section 218.70 et. seq., F.S.

The following services shall be considered reimbursable services and may be filled in full upon their completion and acceptance. The CONSULTANT shall provide copies of supporting receipts/invoices/billing documentation. Self-performed reimbursable work shall be reimbursed at the firm's standard hourly rates for all related services. A breakdown of man hours and billing rates shall be provided with each invoice. An hourly rate sheet is attached (Exhibit A).

Page 9 of 16 Revised 06-2012

Page 13:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

A. Soil Analysis/Geotechnical Investigations.

B. Contamination Assessments/Hazardous Material Analysis (if required).

C. Aerial Photography (if required).

D. Payment of Permit Fees (if required).

E. Payment of the Public Information Meeting Advertisements, if required.

F. Payment of the Court Reporter for public meetings, if required.

G. Printing and Binding Services.

Should an invoiced amount for fees earned appear to exceed the work effort believed to be completed, the COUNTY may, prior to processing of the invoice for payment, require the CONSULTANT to submit satisfactory evidence to support the invoice.

All progress reports shall be mailed to the attention of the designated Project Manager, Department of Environment & Infrastructure, 14 S. Ft. Harrison Ave, Clearwater, FL 33756.

SUPPLIER shall submit invoices for payment due as provided herein with such documentation as required by Pinellas County and all payments shall be made in accordance with the requirements of Section 218.70 et. seq, Florida Statutes, "The Local Government Prompt Payment Act." Invoices shall be submitted to the address below unless instructed otherwise on the purchase order, or if no purchase order, by the ordering department:

Finance Division Accounts Payable Pinellas County Board of County Commissioners P. 0. Box 2438 Clearwater, FL 33757

Each invoice shall include, at a minimum, the Supplier's name, contact information and the standard purchase order number. The County may dispute any payments invoiced by SUPPLIER in accordance with the County's Dispute Resolution Process for Invoiced Payments, established in accordance with Section 218.76, Florida Statutes, and any such disputes shall be resolved in accordance with the County's Dispute Resolution Process.

Fees for contingent or additional services authorized shall be invoiced separately, and shall be due and payable in full upon the presentation of satisfactory evidence that the corresponding services have been performed.

SECTION 7 COMPENSATION TO THE CONSULTANT

7.1 For the BASIC SERVICES provided for in this Agreement. as defined in Section 3.10, the COUNTY agrees to pay the CONSULT ANT as follows:

A Lump Sum Fee $6,110 Task 1 - General Task Phase of the PROJECT

A Lump Sum Fee $43,030 Task 2 • Sidewalk Analysis Phase of the PROJECT

A Lump Sum Fee $12, 7 45 Task 3 - Drainage Analysis Phase of the PROJECT

A Lump Sum Fee: $2,300 Task 4 - Environmental Permitting Phase of the PROJECT

Page 10 of 16 Revised 06-2012

Page 14:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

A Lump Sum Fee $24,260 Task 5 - Traffic Design Phase of the PROJECT ($13,635 Task Sa - Signing & Pavement Marking Analysis of Traffic Design Phase) ($10,625 Task Sb - Signalization Analysis of Traffic Design Phase)

A Lump Sum Fee $4,355 Task 6 - Utility Coordination Phase of the PROJECT

A Lump Sum Fee $27,250 Task 7 - Sidewalk Plans Phase of the PROJECT

A Lump Sum Fee $45,209.40 Task 8 - SUE and SURVEY

7.2 For the OPTIONAL SERVICES provided for in the Agreement, as defined in Exhibit B, the COUNTY agrees to pay the CONSULT ANT as follows:

A Lump Sum Fee $5,030 Task 9a. OS LAP Coordination

A Lump Sum Fee $1,915 Task 9b. OS Public Involvement Support

A Lump Sum Fee $21,331.97 Task 9c. OS Additional signage and Warning Lights at Falcon/Amberlea Drive

A Lump Sum Fee $10, 164.15 Task 9d. OS Improve Sight Distance for 8 Side Streets

A Lump Sum Fee $37,693.04 Task 9e. OS Side Street Slope Correction through the Crosswalk that Exceed 2%

Optional Services (OS) tasks cannot be executed without prior authorization from the County's Project Manager.

The above fees shall constitute the total not to exceed amount of Two Hundred Forty-One Thousand Three Hundred Ninety-Three Dollars and 56/100 ($241,393.56) to the CONSULTANT for the performance of Basic Services and Optional Services. All man hours are billed per the established and agreed rates as stated in Exhibit A. The hourly rates are fully loaded and include all labor, overhead, expenses and profit of any nature including travel within the Tampa Bay Metropolitan Statistical area. Travel outside of that area will be reimbursed in accordance with Section 112.061 F.S.

7.3 For any CONTINGENCY SERVICES performed, the COUNTY agrees to pay the CONSULTANT, a negotiated fee based on the assignment, up to a maximum amount not to exceed Twenty Four Thousand Dollars and 00/100 ($24,000.00) for all assignments performed.

7.4 Total agreement amount Two Hundred Sixty-Five Thousand, Three Hundred Ninety-Three Dollars and 56/100 ($265,393.56).

7.5 For any ADDITIONAL SERVICES, the COUNTY agrees to pay the CONSULTANT a negotiated total fee based on the work to be performed as detailed by a written amendment to this Agreement.

7.6 In the event that this Agreement is terminated under the provisions of this contract the total and complete compensation due the CONSULTANT shall be as established by the COUNTY based on the COUNTY'S determination of the percentage of work effort completed to date of termination.

SECTION 8 PERFORMANCE SCHEDULE

Time is of the essence in this Agreement. The CONSULTANT shall plan and execute the performance of all services provided for in this Agreement in such manner as to ensure their proper and timely completion in accordance with the following schedule:

Page 11 of 16 Revised 06-2012

Page 15:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

8.1 The services to be rendered by the CONSUL TANT shall be commenced upon receipt from the COUNTY of written "NOTICE TO PROCEED."

8.2 All project phases shall be completed on or before the milestone dates provided in the FOOT Work Program Schedule.

8.3 The CONSULT ANT shall not be held responsible for delays in the completion of the PROJECT design when the COUNTY causes such delays. The COUNTY reviews related to the above submittals shall not exceed twenty-one (21) days.

SECTION 9 AUTHORIZATION FOR CONTINGENT OR ADDITIONAL SERVICES

9.1 The CONTINGENCY services provided for under this Agreement shall be performed only upon prior written authorization from the Director of Environment and Infrastructure (DEi) or designee.

9.2 The ADDITIONAL services provided for under this Agreement shall be performed only upon approval of the County Administrator or Board of County Commissioners.

9.3 The CONSULTANT shall perform no services contemplated to merit compensation beyond that provided for in this Agreement unless such services, and compensation therefore, shall be provided for by appropriate written authorization or amendment(s) to this Agreement.

SECTION 10 FIRMS AND INDIVIDUALS PROVIDING SUBCONSUL TING SERVICES

The COUNTY reserves the right to review the qualifications of any and all subconsultants, and to reject any subconsultant in a proper and timely manner, deemed not qualified to perform the services for which it shall have been engaged.

SECTION 11 SATISFACTORY PERFORMANCE

All services to be provided by the CONSULTANT under the provisions of this Agreement, including services to be provided by subcontractors, shall be performed to the reasonable satisfaction of the COUNTY'S Director of Environment and Infrastructure (DEi) or designee.

SECTION 12 RESOLUTION OF DISAGREEMENTS

12.1 The COUNTY shall reasonably decide all questions and disputes, of any nature whatsoever, that may arise in the execution and fulfillment of the services provided for under this Agreement.

12.2 The decision of the COUNTY upon all claims, questions, disputes and conflicts shall be final and conclusive, and shall be binding upon all parties to this Agreement, subject to judicial review.

SECTION 13 CONSULT ANT'S ACCOUNTING RECORDS

13.1 Records of expenses pertaining to all services performed shall be kept in accordance with generally accepted accounting principles and procedures.

13.2 The CONSULTANT'S records shall be open to inspection and subject to examination, audit, and/or reproduction during normal working hours by the COUNTY'S agent or authorized representative to the extent necessary to adequately permit evaluation and verification of any invoices. payments or claims submitted by the CONSULTANT or any of his payees pursuant to the execution of the Agreement. These records shall include, but not be limited to, accounting records, written policies and procedures, subcontractor files (including proposals of successful and unsuccessful bidders), original estimates,

Page 12 of 16 Revised 06-2012

Page 16:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

estimating worksheets, correspondence, change order files (including documentation covering negotiated settlements), and any other supporting evidence necessary to substantiate charges related to this Agreement. They shall also include, but not be limited to, those records necessary to evaluate and verify direct and indirect costs (including overhead allocations) as they may apply to costs associated with this Agreement. The COUNTY shall not audit payroll and expense records on task assignments paid by lump sum fee.

13.3 For the purpose of such audits, inspections, examinations and evaluations, the COUNTY'S agent or authorized representative shall have access to said records from the effective date of the Agreement, for the duration of work, and until three (3) years after the date of final payment by the COUNTY to the CONSUL TANT pursuant to this Agreement.

13.4 The COUNTY'S agent or authorized representative shall have access to the CONSULTANT'S facilities and all necessary records in order to conduct audits in compliance with this Section. The COUNTY'S agent or authorized representative shall give the CONSULTANT reasonable advance notice of intended inspections, examinations, and/or audits.

SECTION 14 OWNERSHIP OF PROJECT DOCUMENTS

Upon completion or termination of this Agreement, all records, documents, tracings, plans, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by the CONSULT ANT under this Agreement shall be delivered to and become the property of the COUNTY. The CONSULTANT, at its own expense, may retain copies for its files and internal use. The COUNTY shall not reuse any design plans or specifications to construct another project at the same or a different location without the CONSULTANT'S specific written verification, adaptation or approval.

SECTION 15 INSURANCE COVERAGE AND INDEMNIFICATION

15.1 The Contractor must maintain insurance in at least the amounts required in the Request for Proposal throughout the term of this contract. The contractor must provide a Certificate of Insurance in accordance with Insurance Requirements of the Request for Proposal, evidencing such coverage prior to issuance of a purchase order or commencement of any work under this Contract. See Section C Insurance Requirements - Attached

15.2 If the CONSULT ANT is an individual or entity licensed by the state of Florida who holds a current certificate of registration under Chapter 481, Florida Statutes, to practice architecture or landscape architecture, under Chapter 472, Florida Statutes, to practice land surveying and mapping, or under Chapter 471, Florida Statutes, to practice engineering, and who enters into a written agreement with the COUNTY relating to the planning, design, construction, administration, study, evaluation, consulting, or other professional and technical support services furnished in connection with any actual or proposed construction, improvement, alteration, repair, maintenance, operation, management, relocation, demolition, excavation, or other facility, land, air, water, or utility development or improvement, the CONSULTANT will indemnify and hold harmless the COUNTY, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the CONSULTANT and other persons employed or utilized by the CONSULTANT in the performance of the Agreement.

SECTION 16 EQUAL EMPLOYMENT OPPORTUNITY CLAUSE

FOR CONTRACTS NOT SUBJECT TO EXECUTIVE ORDER 11246

In carrying out the contract, the CONSULT ANT shall not discriminate against employee or applicant for employment because of race, color, religion, sex or national origin.

Page 13 of 16 Revised 06-2012

Page 17:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

SECTION 17 INDEPENDENT CONTRACTOR STATUS AND COMPLIANCE WITH THE

IMMIGRATION REFORM AND CONTROL ACT OF 1986

CONSULT ANT acknowledges that it is functioning as an independent contractor in performing under the terms of this Agreement, and it is not acting as an employee of COUNTY. CONSULTANT acknowledges that it is responsible for complying with the provisions of the Immigration Reform and Control Act of 1986, located at 8 U.S.C. Section 1324, et seq., and regulations relating thereto. Failure to comply with the above provisions of this contract shall be considered a material breach and shall be grounds for immediate termination of the contract.

SECTION 18 PROHIBITION AGAINST CONTINGENT FEE

The CONSULTANT warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULT ANT to solicit or secure this Agreement, and that he has not paid or agreed to pay any person, company, corporation, individual, or firm other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, gift or any other consideration, contingent upon or resulting from the award or making of this Agreement.

SECTION 19 TRUTH IN NEGOTIATIONS

By execution of this Agreement, the CONSULT ANT certifies to truth-in-negotiations and that wage rates and other factual unit costs supporting the compensation are accurate, complete and current at the time of contracting. Further, the original contract amount and any additions thereto shall be adjusted to exclude any significant sums where the COUNTY determines the contract price was increased due to inaccurate, incomplete or non-current wage rates and other factual unit costs. Such adjustments must be made within one (1) year following the end of the contract.

SECTION 20 SUCCESSORS AND ASSIGNS

The CONSULTANT shall not assign, sublet, or transfer his interest in this Agreement without the written consent of the COUNTY.

SECTION 21 INTEREST ON JUDGMENTS

In the event of any disputes between the parties to this Agreement, including without limitation thereto, their assignees and/or assigns, arising out of or relating in any way to this Agreement, which results in litigation and a subsequent judgment, award or decree against either party, it is agreed that any entitlement to post judgment interest, to either party and/or their attorneys, shall be fixed by the proper court at the rate of five percent (5%). per annum, simple interest. Under no circumstances shall either party be entitled to pre-judgment interest. The parties expressly acknowledge and, to the extent allowed by law, hereby opt out of any provision of federal or state statute not in agreement with this paragraph.

SECTION 22 TERMINATION OF AGREEMENT

22.1 The COUNTY reserves the right to cancel this Agreement, without cause, by giving thirty (30) days prior written notice to the CONSUL TANT of the intention to cancel. Failure of the CONSULTANT to fulfill or abide by any of the terms or conditions specified shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of COUNTY. Alternatively, at the COUNTY'S discretion, the COUNTY may provide to CONSULTANT thirty (30) days to cure the breach. Where notice of breach and opportunity to cure is given, and

Page 14 of 16 Revised 06-2012

Page 18:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112..0539-NC(RM)

CONSULT ANT fails to cure the breach within the time provided for cure, COUNTY reserves the right to treat the notice of breach as notice of intent to cancel the Agreement for convenience.

22.2 If COUNTY terminates the Agreement for convenience, other than where the CONSULTANT breaches the Agreement, the CONSULTANT'S recovery against the COUNTY shall be limited to that portion of the CONSULTANT'S compensation earned through date of termination, together with any costs reasonably incurred by the CONSULTANT that are directly attributable to the termination. The CONSULT ANT shall not be entitled to any further recovery against the COUNTY, including but not limited to anticipated fees or profit on work not required to be performed.

22.3 Upon termination, the CONSULTANT shall deliver to the COUNTY all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement.

22.4 In the event that conditions arise, such as lack of available funds, which in the COUNTY'S opinion make it advisable and in the public interest to terminate this Agreement, it may do so upon written notice.

SECTION 23 AGREEMENT TERM

This Agreement will become effective on the date of execution first written above and shall remain in effect through January 31, 2016, unless terminated at an earlier date under other provisions of this Agreement, or unless extended for a longer term by amendment.

SECTION 24 CONFLICT OF INTEREST

24.1 By accepting award of this Contract, the CONSUL TANT, which shall include its directors, officers and employees, represents that it presently has no interest in and shall acquire no interest in any business or activity which would conflict in any manner with the performance of services required hereunder, including as described in the CONSULTANT'S own professional ethical requirements. An interest in a business or activity which shall be deemed a conflict includes but is not limited to direct financial interest in any of the material and equipment manufacturers suppliers, distributors, or contractors who will be eligible to supply material and equipment for the PROJECT for which the CONSULTANT is furnishing its services required hereunder.

24.2 If, in the sole discretion of the County Administrator or designee, a conflict of interest is deemed to exist or arise during the term of the contract, the County Administrator or designee may cancel this contract, effective upon the date so stated in the Written Notice of Cancellation, without penalty to the COUNTY.

SECTION 25 ENTIRE AGREEMENT

This Agreement represents, together with all Exhibits and Appendices, the entire written Agreement between the COUNTY and the CONSULTANT and may be amended only by written instrument signed by both the COUNTY and the CONSULT ANT.

SECTION 26 PUBLIC ENTITY CRIMES

The CONSULT ANT is directed to the Florida Public Entity Crimes Act, Section 287 .133, Florida Statutes, specifically section 2(a}, and the COUNTY'S requirement that the CONSULTANT comply with it in all respects prior to and during the term of the Contract.

Page 15 of 16 Revised 06-2012

Page 19:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

SECTION 27 GOVERNING LAW AND AGREEMENT EXECUTION

This Agreement shall be governed by the laws of the State of Florida.

IN WITNESS WHEREOF, the parties herein have executed this Agreement as of the day and year first written above.

ICON Consultant Group, Inc.

By:

Print Name:

Title: Pre· · dent

ATTEST:

(CORPORATE SEAL)

Revised 06-2012

PINELLAS COUNTY, by and through its Board of County Commissioners

By:

Chairman Date:

ATTEST: Ken Burke, Clerk of the Circuit Court

Deputy Clerk Date:

APPROVAL AS TO FORM:

Page 16 of 16

Page 20:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

This Exhibit forms an integral part of the agreement between Pinellas County (hereinafter referred to as the COUNTY) and ICON Consultant Group, Inc. (hereinafter referred to as the CONSULT ANT) relative to the transportation facility described as follows:

I. PROJECT TITLE

Professional Engineering Services for CR 1 (Keene Road) From SR 580/Main St to SR 586/Curlew Road Sidewalk Improvements (LAP).

II. OBJECTIVE:

The overall objective of this document is to describe the scope of work and responsibilities of the CONSULTANT for developing plans and specifications and performing all other professional engineering work along CR I (Keene Road) from SR 580/Main St to SR 586/Curlew Road in Pinellas County, Florida. Since this is a Federally funded project, the engineering services provided for this project will need to meet all current National Environmental Policy Act (NEPA) requirements.

III. PROJECT DESCRIPTION:

The project consists of the replacement of sidewalks, ramps and driveways on both sides of road that do not meet ADA standards and incidental work along CR 1 (Keene Road) from SR 580/Main St to SR 586/Curlew Road in Pinellas County, Florida.

IV. SCOPE OF WORK:

Pinellas County is seeking the professional services of an engineering consultant to design; prepare plans; acquire permits; develop construction specifications; and provide engineering services for the construction of ADA compliant sidewalks, ramps and driveways along both sides of the roadway. Sidewalk replacement or re-construction shall be 6" thick through driveways and 4" thick at all other locations throughout the project limits unless otherwise approved by the COUNTY. Drainage improvements required to accommodate sidewalk construction shall be designed in accordance with Pinellas County Ordinances and Southwest Florida Water Management District (SWFWMD) regulations for differing storm events (i.e., ten (l 0) year, etc.). All required permits shall be obtained by the engineering CONSULT ANT. Plans shall be prepared in accordance with Civil 3D Pinellas County Requirements.

a) Required Deliverables

• •

The plans shall be provided electronically as PDFs for the phase review submittals . Two (2) paper prints signed and sealed by a Professional Engineer certified in the State of Florida will be provided for the contract documents. An electronic copy of the CADD files and a PDF of the construction plans and design documents will be provided for the final submittal. All technical specifications required for construction of project.

Page 1 of 19

Page 21:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

b) Estimated Timelines

• 15% line & grade, Civil 30 file ( eTransmit) of Construction plans - 3 months after NTP • 60% completion, Civil 30 file (eTransmit) of Construction plans - 5 months after NTP • 100% completion, Civil 30 file (eTransmit) of Construction plans 7.5 months after

NTP • Final Plans - 10 months after NTP

This project is being funded for design and construction with federal funds through the Federal Department of Transportation (FDOT) LAP process.

DESIGN SERVICES INCLUDE:

Task 1: GENERAL TASKS

Specification Package Preparation:

The CONSULTANT shall assist the COUNTY in preparation of a complete specifications package. The CONSULTANT shall provide all applicable Technical Special Provisions and review of all required COUNTY and FDOT supplemental specifications for all items and areas of work. The CONSULT ANT shall utilize the appropriate COUNTY and FDOT LAP approved pay item structure.

Proiect Meetings:

The CONSULTANT shall attend six (6) Monthly progress meetings (assumed 6 month schedule). The CONSULT ANT shall provide meeting minutes for review and approval to the COUNTY.

Bidability and Constructability Review

The CONSULTANT shall provide a Peer Review as follows:

I. Perform a constructability review as part of the 60% Plans review. This process shall include providing clear decisions and directions and documentation of all decisions, assumptions and recommendations. 2. Perform a bidability review as part of the I 00% Plans review. This process shall include providing clear decisions and directions and documentation of all decisions, assumptions and recommendations.

Page 2 of 19

Page 22:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

Task 2: SIDEWALK ANALYSIS

Horizontal/Vertical Master Design Files:

The CONSULT ANT shall design the geometrics using the design standards that give proper consideration to the adjacent land use, design consistency and driver expectancy, aesthetics, pedestrian and bicycle concerns, ADA requirements, elder road user policy, and scope of work. At a minimum, the Florida Greenbook Standards (2013) shall be met.

15% line and grade

The CONSULTANT shall develop and provide to the COUNTY a "15%" line and grade submittal for review and approval prior to proceeding with 60% design and plans. The submittal will include a continuous roll of plan and profile views. The horizontal alignment or plan portion shall include as a minimum: entire mainline baseline and or centerline of construction with the proposed sidewalks, existing topography; existing and proposed right-of-way limits; begin and end transitions, begin and end project limits, geometric parameters. Plan scale should be 1" = 100' for rural facilities. The vertical alignment or profile grade shall also be plotted on this roll in the profile portion (lower half of sheet). The proposed profile shall indicate respective geometric controls such as length of vertical curves, vertical points of intersections, and percent grades. Existing ground line shall also be shown as a reference in the profile portion. The profile stationing shall depict formats with beginning and ending stations with intermediate tick marks matched with the plan portion along the alignment, or as close as possible in curved alignments. Profile scale should be the same as is for horizontal but 10% of the horizontal assigned for vertical. (e.g. Plan: 1" = 100'; Profile: 1" = 100' Horizontal and 1 "= 10' Vertical). The profile portion shall also indicate drainage basin(s) delimited by station call-outs just above the profile. Cross drain( s) and or Design High Water( s) shall be shown in the profile portion as well. The submittal shall also include a summary of design criteria used to establish the horizontal and vertical alignments. Examples of such parameters include but are not limited to: intersection sight distance; design speed; design vehicle; stopping sight distance; decision sight distance; length of horizontal and vertical curves; etc. Any anticipated design variations and/or design exceptions should also be listed.

Cross Section Design Files:

The CONSULTANT shall establish and develop cross section design files in accordance with the COUNTY Civil 30 CADD manual and FOOT Plans Preparation manual. Assume sections every 50 ft. for earthwork.

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. Special consideration shall be given to the construction of the drainage system when developing the construction phases. Positive drainage shall be maintained at all times.

Page 3 of 19

Page 23:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

Design Report:

The CONSULTANT also shall develop project specific design criteria which will be included in the design report. The CONSULT ANT shall evaluate the approved sidewalk geometrics approved by the COUNTY at the (Line and Grade) for the purpose of estimating design and construction needs based on initial observations. The CONSULTANT shall recommend to the COUNTY, either correction of any deficiencies, or obtaining the appropriate design variation or exceptions.

The CONSULT ANT shall submit a request for variance for design criteria not conforming to the minimum Florida Greenbook requirements.

The CONSULT ANT shall submit to the COUNTY design notes, data, and calculations to document the design conclusions reached during the development of the contract plans.

The design notes, data, and computations shall be recorded on size 8-1/2"xl 1" sheets, fully titled, numbered, dated, indexed and signed by the designer and the checker. Computer output forms and other oversized sheets shall be folded to 8-1 /2 "x 11" size. The data shall be in a hardback folder for submittal to the COUNTY.

Engineer's Estimate & Quantities:

The CONSULT ANT shall prepare an estimate of probable construction costs for the design. The CONSULT ANT shall utilize existing cost data available from the COUNTY and FOOT Construction Contract History as applicable.

CONSULT ANT shall prepare bid quantities that include all bid items, which comprise the project design. Bid items shall include reference to applicable COUNTY & FOOT Measurement and Payment items. Bid proposal sheets to be included in the contract documents shall be prepared by the COUNTY based on the CONSULT ANT'S quantities.

Preliminary bid quantities shall be submitted with the conceptual and 60% design review submittals. Final bid quantities shall be submitted with the 100% design review submittal. Preliminary opinion of probable construction costs shall be submitted with the 60% design review submittal. Final construction costs opinion based on the final bid quantities shall be submitted with the I 00% design review submittal. Construction costs are to be based on the most current costs obtained from the FDOT Construction Contract History and as confirmed by the COUNTY.

Roadway Field Reviews:

The CONSULT ANT shall conduct one (I) site review prior to the 60% plans submittal and shall conduct one ( 1) additional site review prior to I 00% plans submittal.

Driveway Harmonization:

The CONSULT ANT shall coordinate with property owners along the project in which the sidewalk shall cause the driveway to be modified within the COUNTY'S right-of-way.

Page 4 of 19

Page 24:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

The CONSULTANT shall develop half sections at the modified driveways to ensure the driveway connection can meet the FOOT Design Standards and tie into the existing right-of-way. There are approximately 40 total driveways and 60% of the driveways shall have to be reworked to accommodate the sidewalk.

Bus Stop Improvements

There are 11 bus stops within the corridor. Add sidewalk and curb connection and bus pads.

Right-Of-Way Consideration:

The CONSULTANT shall establish right of way requirements at locations where insufficient right-of-way is available to construct the proposed sidewalk. The COUNTY shall then provide direction on how to proceed with these locations.

Task 3: DRAINAGE ANALYSIS

Data Collection - The CONSULT ANT shall review all existing sidewalk plans to determine current drainage patterns and systems. The proposed construction shall modify existing structures as practical and require minimal drainage modifications.

Drainage Plans - The drainage design shall have the following features: is consistent with requirements of FDEP, SWFWMD, USACOE, Pinellas County and any other regulatory agencies which have jurisdiction over the project; additionally is consistent with requirements the COUNTY Stormwater related criteria in the COUNTY's code of ordinance; utilizes existing facilities where possible; is cost effective; does not create flooding problems upstream or downstream; provides for safety of roadway users; and is consistent with work being performed by other municipalities, regulatory agencies and private developments in the area. The CONSULTANT shall be responsible for determining and coordinating with projects or work being performed in the area.

The CONSULTANT shall conduct two (2) drainage field reviews and attend two (2) Technical meeting reviews(] prior to 60%, 1 prior to 100%) regarding drainage.

The intent of the drainage design is to adjust/modify the existing drainage system where it is impacted by the placement of the new sidewalk. It is estimated that up to four ( 4) existing inlets may be impacted which shall require modification. It is not anticipated that a new stormwater system shall be required other than providing short (less than 25 ft.) stormsewer pipes be provided to connect to the existing stormsewer system. The Stormwater conveyance capacity of the facilities shall not be reduced. Included the drainage analysis is the preparation of working drainage maps (not to be included in the plans) to identify the drainage areas which drain to the impacted inlets for use in sizing any new inlets and stormsewer pipes required. Calculations for any new inlets and stormsewer pipes shall be performed for sizing these facilities and shal1 be included in a technical memorandum/report. In locations where proposed curbing is to be

Page 5 of 19

Page 25:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXIDBITB SCOPE OF SERVICES FOR CONSUL TING ENGINEERING SERVICES

112-0539-NC (RM)

added in conjunction with the added sidewalk, spread of flow calculations shall be provided in accordance with COUNTY Stormwater requirements described in the code of ordinances.

Task 4: ENVIRONMENTAL PERMITTING

The CONSULT ANT shall prepare a letter of exemption from environmental permitting. In the event that stormwater treatment, attenuation, wetland mitigation, etc. is required and an ERP application is necessary, a supplemental agreement shall be negotiated with the COUNTY. No permit applications are anticipated for this project.

Task 5: TRAFFIC ANALYSIS

Signing & Pavement Marking Analysis:

The CONSULTANT shall analyze and document Signing and Pavement Markings Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums.

Reference and Master Design File- The CONSULT ANT shall prepare the Signing & Pavement Marking Design file to include all necessary design elements and all associated reference files.

Sign Panel Design Analysis - Establish sign layout, letter size and series for non-standard signs.

Quantities - The CONSULT ANT shall provide quantity take off for the project at 60% Plans, 100% Plans and Final Plans for the signing and pavement-marking component of the entire project.

Signalization Analysis:

CONSULT ANT shall prepare a pedestrian signalization analysis for the following intersections:

1. San Christopher Drive at CR l 2. Solon Avenue at CR 1 3. Michigan Boulevard at CR I

The intersection shall include full LED pedestrian countdown signals. Local Signal Timing parameters shall be determined as necessary to complete the Controller Timing Chart to include pedestrian timings. Pedestrian walk and clearance intervals shall be calculated if a pedestrian crosswalk is determined necessary by the COUNTY and FDOT. Yellow and all-red clearance intervals shall be calculated based on the posted speed limit. Clearance timing calculations shall be based on FDOT Traffic Engineering Manual criteria.

Page 6 of 19

Page 26:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

Signing & Pavement Marking and Signalization Plans: The CONSULTANT shall prepare a set of Signing & Pavement Marking and Signalization Plans that shall be included in the sidewalk plans. These plans shall be in accordance with the Plans Preparation Manual that includes the following:

a. Tabulation of Quantities b. General Notes/Pay Item Notes c. Plan Sheets

The deliverable construction plans shall be designed and drafted utilizing AutoCAD Civil 3D fonnat. The plans shall be provided electronically, plus two (2) paper prints signed and sealed by a Professional Engineer certified in the State of Florida. All technical specifications required for construction of project.

Task 6: UTLITY COORDINATION

Utility Coordination - COUNTY is responsible for coordinating its design work with the public and private utility agencies and companies having existing and/or planned facilities within the limits of the project.

COUNTY shall provide the utility agencies and companies Project plans at the 6 0 % and 100% complete design phases, as drafted by the CONSULTANT. At the 60% complete design phase, the utility agencies and companies shall be instructed to return a set of plans to the COUNTY showing their utilities relocation, adjustment and new facilities designs, and existing utilities to remain. COUNTY'S utility coordination responsibilities sh a 11 continue throughout the design process to assist with resolving utilities conflicts.

Utility Adjustment Plans - CONSULT ANT shall prepare utility adjustment sheets as part of the plan set to show existing public and private utilities to remain, detailed design of utilities to be relocated and utilities to be removed. Utility adjustment plans shall be prepared on screened reproducible copies of the sidewalk plan and cross sections sheets and shall be made part of the sidewalk plans. The 60% design review submittal shall include all existing utilities drawn on the sidewalk plans, cross section and drainage structure sheets and signalization plans. CONSUL TANT is to identify all potential conflicts based on the infonnation provided by the utility agencies and companies and horizontal and vertical field investigations. The I 00 % design review submittal shall include final utility adjustment plans that reflect the final disposition of all public and private utilities. Any subsequent utilities conflicts are to be resolved and all final design revisions complete, at the final design submittal. Utility Coordination Meetings - CONSULTANT shall attend utility coordination meetings to be held within eighteen days of the 60% and 90% design review submittals. COUNTY shall be responsible for organizing these meetings. CONSULT ANT shall prepare detailed meeting minutes and distribute to all attendees.

Representation at the meeting should consist of all Utility Companies/ Agencies, Project Manager, and support services as necessary. The COUNTY shall moderate the meeting

Page 7 of 19

Page 27:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

and discuss the design with particular emphasis on drainage, maintenance of traffic and traffic signalization. Additional discussion on special construction activities, project scheduling, and agreement options available, shall be addressed. Based on commitments made at the Utility Pre-Design Meeting, the CONSULTANT shall prepare and distribute minutes and a recommended course of action to accomplish each item to each utility located on the project.

Utility Coordination Meeting (60% Plans) - The COUNTY shall prepare a formal letter issuing preliminary plans as outlined in the engineering scope. The COUNTY shall moderate the meeting and discuss alternate relocation schemes, design modifications, and scheduling of construction activities, with particular emphasis on drainage design, maintenance of traffic and signalization with each Utility Company/ Agency.

The CONSULTANT shall coordinate with the COUNTY and utility agencies to determine areas of apparent potential conflict and schedule subsurface utility excavation to confirm whether or not a conflict exists and degree of ronflict. A report itemizing utility conflicts by company, shall be prepared by the CONSUL TANT, and mailed to each utility located on the project. Four to weeks, on an average, shall be allowed the Utility to respond with their color- coded plans submittal.

Final Agreements to Utilities (100% Plans) - The COUNTY shall transmit the necessary legal drafts, plans, and documents to each Utility Company/ Agency as required. One complete set of plans and one partial set of plans (Key Sheet, Typical Section, and Plan and Profile Sheets) shall be furnished to each involved utility agency. The partial plan set shall be color coded by the utility company showing proposed relocation and returned to be transmitted per the COUNTY'S Engineer or designee.

Review and Acceptance - The CONSUL TANT shall be responsible for making all necessary reviews and acceptance of utility related materials.

Certification-The COUNTY shall certify the following:

All utility negotiations ( full execution of each agreement, technical special provisions written, etc.) have been completed with arrangements made for utility work to be undertaken and completed as required for proper coordination with the physical construction schedule.

OR

An on-site inspection was made and no utility relocation work shall be involved.

OR

Plans were sent to the Utility Companies/ Agencies and no relocations/adjustments are required.

Page 8 of 19

Page 28:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Task 7:

EXHIBITB SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

SIDEWALK PLANS PREPARATAION

Sidewalk Plans:

The CONSULTANT shall prepare all required sidewalk construction plans within the project limits. These plans shall be in accordance with the Plans Preparation Manual and COUNTY CADD Civil 3D standards that include the following (Scale: 1 "=40' (H) & l" 4'):

Task 8:

a. Key Sheet (I Sheet) b. Summary of Quantities (3 sheets) c. Typical Sections (2 Sheets} d. General Notes (2 Sheets) e. Survey Reference Points (2 Sheets) f. Sidewalk Plan/ Profile (20 Sheets) g. Intersection Detail Sheets: for ramp and drainage grading

8 intersections x 2 per sheet ( 4 Sheets) h. Sidewalk Cross Sections & Driveways ( 44 sheets) 1. Drainage Structures (2 Sheets) J. Misc. Details (1 Sheet) k. Stormwater Pollution Prevention Plan (2 Sheets) I. Erosion Control Plans, doubled stacked ( 12 Sheets) m. Utility Adjustment Sheets (5 Sheets) n. Maintenance of Traffic Plans (2 Sheet)

SUE AND SURVEY

Topographic Survey Services

• Topographic Survey limits (See Exhibit A).

o West side of County Road 1, from State Road 580 to the north Winn Dixie entrance, from first lane line of County Road I to five feet behind back of walk.

o All Winn Dixie entrances, from County Road 1 to even with face of main building.

o West side of County Road 1, from the north Winn Dixie entrance to the north drive of post office, from face of curb to toe of slope.

o All driveways from face of curb to back of walk from twenty feet north and south of each driveway apron plus twenty feet beyond back of walk of the private driveway, on County Road 1 from State 580 to State Road 586.

Page 9 of 19

Page 29:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

o All intersections from 20' south of south return to 20' north of north return, from face of curb to back of walk and an additional 20' beyond the walk in the side

road

o At Brae-moor lane intersection: four comers of intersection only, including

walls and utilities.

o From Quail Drive to Curlew, on Westside: include the concrete wall, fences.

o From Shirley Court to Curlew, include east side of County Road 1.

o Determine invert size and direction of storm drains at Coachlight Way (Leisure Lane), Solon Ave, Brady Drive, Hickory Gate Drive, and Salem court.

o Locate damaged areas of walks along the entire project as marked by client.

o Survey for 11 bus stops within the corridor.

• Topographic features to include, but not limited to, drainage features, concrete walls, sidewalks, asphalt/concrete surfaces, and utility features.

• Sufficient monumentation and evidence will be recovered and located to determine the approximate Right-of-Way limits.

• Utilities should be designate only (Quality Level B) within the project survey limits. Specific Vvh locations (Quality Level A) will be determined at the 60% design or the drainage design is developed.

• Ground I surface elevations to be sufficient in number and spacing to ensure accurate one (1) foot ground contours for future design/engineering purposes.

• Specified drainage structures (including location, pipe and structure sizes, tops, grates, throats, weirs, and invert elevations)

Subsurface Utility Engineering Survey Services

• Provide traffic control within the work areas while designating and locating the subsurface utilities. Traffic control is to be maintained in accordance with applicable standards. Provide safety devices, signs and/or other safety equipment as appropriate.

• Utilizing conventional electronic designating equipment and including Ground Penetrating Radar (GPR), designate and mark the horizontal location of found underground utilities from EOP to ROW within 12.5' on either side of 5 areas to be determined by Client.

Page 10 of 19

Page 30:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

• Provide a test hole (WR-Verified Vertical and Horizontal) on each utility found within the areas described above. Test holes are for ID purposes only and the number of holes will be limited.

• GFY to survey collect found utility information, and provide a 2-dimensional electronic file, in plan view only, depicting the found utility information, together with 3 copies of a Surveyor's Report containing test hole information.

Exclusions

• Any work associated with construction stakeout.

• Filing fees, permit fees, prints, or any other out of pocket expenses other than those specifically included.

• Any work associated with biological, ecological or environmental studies, traffic studies or geotechnical services.

• Any work associated with securing permits other than those specifically included.

• Any work associated with the repair of any damage of piping found designating process.

Deliverables

• The Autodesk Civil 3d electronic deliverables will be in accordance with the Pinellas County CADD Kit for AutoDesk Civil 3D Beta v2.00 CAD standards, and will comply with the Pinellas County CADD Standards Manual for Civil Engineering and Land Surveying.

• Three (3) signed and sealed topographic surveys of the limits described above.

• Signed and sealed surveyors report.

TASK 9: OPTIONAL SERVICES

The following tasks are optional services to be provided by the CONSULT ANT upon approval by the COUNTY Project Manager. These tasks will be evaluated during the initial stages of the design phase to determine if it will be implemented.

Task 9a. LAP Coordination:

The following optional services tasks shall be performed by the CONSULT ANT for LAP Coordination:

1. Review of documents prepared by the COUNTY such as, a. Programmatic Categorical Exclusion b. Certifications/Clear Letters

Page 11 of 19

Page 31:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

c. Construction Checklist 2. Review bid tabulation and letter requesting concurrence in award 3. Attend Pre-bid Conference

Task 9b. Public Involvement Support:

Public Meeting Preparations: Includes Coordination and preparation of a roll plot with design overlay will be created for public open house meeting. A frequently Asked questions handout will be created and used at the open house. Other activities may include coordination and review of materials such as: meeting notification mailing (assemble and mail); newspaper display ad; meeting exhibits; sign-in sheet; comment form; flyer preparation; fact sheet; site selection and development of meeting layout.

Public Meeting Attendance/Follow-up: Task includes set-up, attendance at the public meeting and preparation of a meeting summary. The summary scrapbook includes a copy of all slides, boards, handouts, completed sign-in sheets and completed comment forms. Includes two participants.

Task 9c. Additional Signage and Warning Lights at Falcon/Amberlea Drive:

Add to existing school crossing for Dunedin High School to increase awareness of students walking to school at 7 am and crossing at this location in the dark. SUE, geotechnical, structural and additional survey will be needed for two mast arm signs ( one for each traffic direction).

Utilizing conventional electronic designating equipment and including Ground Penetrating Radar, designate and mark the horizontal location of found underground utilities within a 1 O' diameter at each of the 2 mast arm locations at the subject intersection Provide up to IO test holes (VVH verified vertical and horizontal) on found utilities within the 2 designated areas. Survey collect the found information and provide a 2-dimensional electronic file, in plan view only, depicting the found information.

Task 9d. Improve Sight Distance for 8 Side Streets:

Walls and fences along the right of way line are the primary source causing the sight distance issues. lCON's recommendation would be to move the sidewalk and ramp closer to the back of curb and move the stop signs and stop bars to the standard distance of 6 feet behind the crosswalk. The streets affected are Burnham Lane, Brae Moor Lane, Pleasant Grove Drive, Brady Lane, Hickory Gate Drive, Hickory Gate Drive North, Sparkling Court and Quail Drive.

Task 9e. Side Street Slope Correction through the Crosswalk that Exceed 2%:

Eight side streets: Coachlight Way (3%), Brae Moor Lane (3.2%), La Grande Drive (3%), Hickory Gate Drive South (6%), Hickory Gate Drive North (3%), Sparkling Court (3.5%), Quail Drive, (4%) and Shirley Court (3%). Additional SUE and survey will be needed at these locations.

Page 12 of 19

Page 32:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSUL TING ENGINEERING SERVICES

112-0539-NC (RM)

Utilizing conventional electronic designating equipment and including Ground Penetrating Radar, designate and mark the horizontal location of found underground utilities at inlets on above side streets and at comers on same where slope changes may be necessary. Provide a test hole (VVH verified vertical and horizontal) on each found utility within each of the designated areas. Survey will collect the found information and provide a 2-dimensional electronic file, in plan view only, depicting the found information.

V. COMPENSATION:

ICON Consultant Group, Inc. shall provide the above outlined Basic Services for the following fixed fee or estimate amounts.

Task 1 General Task $6,110 Lump Sum

Task2 Sidewalk Analysis $43,030 Lump Sum

Task3 Drainage Analysis $12,745 Lump sum

Task4 Environmental Permitting $2,300 Lump Sum

Task 5a SP&M $13,635 Lump Sum

Task Sb Signalization $10,625 Lump Sum

Task6 Utility Coordination $4,355 Lump Sum

Task 7 Sidewalk Plans $27,250 Lump Sum

Task 8 Survey $45,209.40 Lump Sum

Total Contract $165,259.40 Lump Sum

Task 9a OS LAP Coordination $5,030 *Lump Sum

Task 9b OS Public Involvement $1,915 *Lump Sum

Task 9c OS Add Signage & $21,331.97 *Lump Sum Warning Lights

Task 9d OS Sight Distance $10,164.15 *Lump Sum

Task 9e OS Side Street Slope Correction $37,693.04 *Lump Sum

Total Optional Services $76,134.16 *Lump Sum

Total Contract + Optional Services $241,393.56 Lump Sum

Page 13 of 19

Page 33:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

Optional Services (OS) tasks cannot be executed without prior authorization from the COUNTY'S Project Manager.

VI. SCHEDULE:

The conceptual plan and preliminary design and construction cost opinion shall be provided to the COUNTY within three weeks from notice to proceed. The CONSULT ANT shall also provide a Microsoft Project Schedule with updates to be included with each monthly invoice submittal.

CONSULTANT'S services shall commence upon receipt of written notice to proceed issued by COUNTY. CONSULTANT shall complete the final design in accordance with the following or better project schedule:

Milestone

60% Complete Plans Submittal 21 day review

100% Complete Plans Submittal 21 day review

Final Plans Submittal

PROJECT SCHEDULE

Due Date After receive the NTP & Survey

150 Calendar Days

225 Calendar Days

300 Calendar Days

COUNTY design review period is twenty-one calendar days from the date of each milestone submittal. The CONSULTANT shall also provide responses to FDOT ERC comments for the various required submittals. Any other delays beyond CONSULT ANT'S control shall be documented in writing by CONSULT ANT and submitted to COUNTY for consideration to grant a schedule time extension.

Sidewalk Plans design reviews shall occur at the conceptual (line and grade) 60% Phase, 100% phases and final complete phases. CONSULTANT shall submit a draft of the special conditions with the 60% design review submittal and final versions at the 100% design review submittal. Bid quantities and opinion of probable construction cost shall be submitted. The requirements for each design review shall be as specified in the COUNTY'S, "Checklists for Design Review Submittals". CONSULTANT shall continue its design work during the review periods. CONSULTANT shall respond to the COUNTY'S design review comments in writing and by making corresponding revisions to the plans. Written responses and plans revisions are to be included with the next design review submittal. CONSULT ANT shall respond to regulatory agencies review comments in the same manner. Design revisions are to be completed by CONSULT ANT at no additional time and/or cost unless the revisions result from COUNTY making changes to the horizontal or vertical alignment or other changes or similar impact to the project design. In such cases, COUNTY shall evaluate the CONSULTANT'S request for additional time and/or compensation. CO UNY may require CONSULT ANT to make plans revisions and

Page 14 of 19

Page 34:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSUL TING ENGINEERING SERVICES

112-0539-NC (RM)

resubmit the plans at the same phase of completion if it is found that the plans do not meet the requirements of the "Checklist for Review Submittals." No additional time shall be allotted to the CONSULTANT'S schedule if a resubmittal is required.

Page 15 of 19

Page 35:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

Exhibit A - Page 1

Page 16of 19

Page 36:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITB SCOPE OF SERVICES FOR CONSUL TING ENGINEERING SERVICES

112-0539-NC (RM)

Page 17 of 19

Page 37:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBIT B SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

Page 18 of 19

Page 38:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBIT B SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES

112-0539-NC (RM)

Page 19 ofl9

Page 39:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBIT C

Project Staff Hour summary

ProjKt N- CR l (K<ictk: Row!} From SR 5RO/Muin St 10 SR S1!61CurL:w Road Sidewalk lmpnm.'fflCCL< {LAP! FPID 11: 424564-3-52-01

Estlmlllor. Ar'01 Padgett Name of ConsulUlnt ICON Consultant Group, 1nC

- ICON 1. General Tub 44

2. Sidewalk Analy&ls 385

3. Dnlil'lage Analyala 111

4. Envlronmen!al Permlltlng 20

Sa. Sis,1lng and Pavement Mari<ing 127

Sb. Sg,dlalion 97

G. lllllitv Coordination 34

7. Sidewalk Plans 261

8. SUE 8l1d Sulvey

OPTIONAL SEFIVICES

9111. OS LAP COOldlnallon 48

9b. OS Pulllic: lrMllvement Support 20

90. OS Addilional Signage and Warning Ughll at Fale0n/Ambm1ea Otlve

9c. Falcon Drive Signallmlion BO

9c. Fabin Orive Sln.lCIUAls

9c. Falcon Orive SUE & SIIIVey

9c. Falcon OriYe Geo1echnlcal

lld. OS Improve Sight Dlelllnee for 8 Side Streel$

!Id. Sight Di91ance • Analysis & Plans 43

9d. Sight D!atance • SUM,y

911. OS Sidlt SINel SIOpe Comlc1lon

9e. Sida SIN!el $10ptt Corractlon • Analysis & Plans 83

911. Side S!n!91 Slope Corractlon • SUE & Survey

1,353

Man_Hours_antUeas_CR_ 1_slal!_hrs_PC_DEUl·21· 13.xls• Summary

-

25

25

GFY Tllrn SUb4 Subs

129

9

21

15

44

197 21 0 0

Page 1 of 1

PrnlKt Stiff Hows .... lklb7 Sub& Subt Sub10 8ub11 lub12 TOIIIIHo!n 44

385

111

20

127

97

34

2111

129

48

20

80

25

9

21

43

15

83

44

0

0

0 0 0 0 0 0 0 1SIIIJ

1,5911

8/2l!/2013

Page 40:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

ESTIMATE OF WORK EFFORT FOR TECHNICAL PROPOSALS· GRAND TOTAL

Fln•nc!al Prnfect Number. 42~3,,52-0~1~-­

Estlmator. Andy Padg811

Hounl Imm "Su"""'1ry'

sheet

Grand F'Jojecl WORKACTMTY Total M;,nager

HoulS Hours 1. 6-ral TaSks 44 26

2. Sidewalk Anlllysls 385 39 ~-3. Oralnage Anetysls 111 0

,. Environmental Ptmnilllng 20 0

5a. Signing and Pavement Marking 127 6

Sb. Slgnallzatlon 97 5

6. Ulllly Coonllnallon 34 2

7. Sidewall< Plana 261 13

OPTIONAL SERVICES

9a.. OS LAP Coordnatlon 46 2

9b. OS N:lllc: Involvement Support I 20 1

9c. OS Addtklnal Slgi,age and Warning Ughls at Falcclvi\mbetlea Drive

~alcon Drive Sl!1*ation lmprOYe Slghl !li!llance lor 8 Side Sll'MII

9d Sight Distance • Analysls & Plans

9e. OS Side StJ89I Slope Correcilon

9e. Sida SlreAI Slope Com!dlon • Anlllysls & Plans

TOTN.S

......... _..._at,....,,,,,. P'C c,E1g,:1112-!!llllrfHM~t-

BO 4

43 2

!l3 4

0 0

0 0

1353 104

Chief Se!ior Pn,jeet Engineer Engineer Engln-

Hours HalJlll HIM$ 2 2 2

19 58 96

0 55 0

0 10 0

6 13 42

5 10 34

0 18 2

0 51 39

0 10 7

0 3 3

4 B 26

2 4 14

4 8 l!ll

0 0 0

0 0 0

42 250 2911

CB 1 IIS"""" Road) From SR 580/Maln SJ to SR 586/Cudffl 8PWJ Sldl!i!II! 1'llP!lMIDIID)s MP)

Data: lll22/2013_ Name ol Consunant _ _,ICON=c.ConSIJllanl===.::G..,roup=·..elnc,.,,_ ____ _

EllllPLOYEECLASSIFICATION TOTAL STAFF HOURS ONCADD

Slaft Junior Senfor Slaff ~ --Technldan C14111cw1 Engir,Nrlng Engln- Engineer Onlgner Designer Tecnnlclan ?.~. RANGE

HOl!!tl Hain Hours Hours Hours Hours Hours Houis PERCENT 2 0 10 0 0 0 0 0 44 .q

77 96 0 0 0 0 0 0 3115 424

56 0 0 0 0 0 0 0 111 122

10 0 0 0 0 Q 0 0 20 22

32 25 0 0 0 Q 0 0 124 136

24 20 0 0 0 0 0 0 98 108

3 0 10 0 0 0 0 0 35 39 ·-·

52 105 0 0 0 0 0 0 21)() 286

10 19 0 0 0 0 0 0 .q 53

4 8 0 0 0 0 0 0 19 21

20 16 0 0 0 0 0 0 I 80 I 88

11 9 0 0 0 0 0 0 42 46

21 17 0 0 0 0 0 0 83 91

0 0 0 0 0 0 0 0 0 0

0 0 0 0 0 0 0 0 0 0

322 315 20 0 0 0 0 0 1,349 , ...... (Primo Consullanl) 1,3<49 1,<4114

.......

Page 41:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Financial Project Number.

F !IP Number:

1. BeneralT-

2. Sldewllllt Analyals

3. Dlllinage MS!ysls

14. EINlrOffllMlfllal Pem!lfflng

58. SIQl\lng and Pavement Mall<lr,g

!!!':. S1gn11lZ11tlon 6. Ulll!y Comffnallon 7.-- -9. SUE and Survey

OPTIONAl SERVICES

9a. OS LAP Coonllnallon

9b. OS Publlc tnvolvemenl Support

-., .... ·s..m.wr-............

44

385

111

20

127

97

34

261

129

20

48 9c. OS Addlllonal Slgnaga and Wamng Lights III Faleon/Ambertea. Dnve llo. Falcon Drtwl Slgnalllallon

9d. os Improve Sight Dlstance fore S1de St!HIS

9d. Sight OistanGe • Malysfs & Plans

9e. OS Side Streel Slope Com!G1l<>n

!la. Sklll Stmel Slope C""""'""" • Analysis & Plans

fREFI >-----------~··- -- -

tREFI

.

....,._....._-, '-" CP ! -,, 1ri Pc: DEi .._,,_,,.., fJWl .... ~o.-t'I'-,

80

43

83

ilREFI

EXHIBITC

ESTIMATE OF WORK EFFORT FOR TECHNICAL PROPOSALS· GRAND TOTAL

Project Name:

Date: llll!lll2013 Name of Consultant ICON~ Group, !no

Staff Hour Distribution Percentaau - Grenet T~

Senior Prcj9c! Chief Senior Pmj<!et Staff Junior - staff Campuler ~ Ma- F-r E"'*'- EnnlnAM i;;........,, " ............. .,__ ~r Clerteal IREFI Tecl!nlcllln Technician TOIIII

60.0% S.0% 5.1)% 5.0% 5.0% 0.0% 20.0% 0,0,,, 0.0% 0.1)% 0.1)% OJI% 100.00%

10.0% 5.0% 1S.0% 25.0% 20.0% 25.11% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 100.00%

O.ll% 0.0% 50.0% 0.0% 50.0% O.O'llo 0.11% 0.0% 0.0% 0.0% 0.0% 0.0% 100.00%

0.0% 0.0% 50.0% O.Cl'K. 50.0% 0.0% 0.0% 0.0% 0.0% 0.0% !1,0% 0.0% 100.00%

5.0% 5.0% 10.0% 35.0% 25.0% 20.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 10CUIO%

5.0% 5.0% 10.0% 35.0% 25.0% 20.1)% 0.!1% 0.1)% 0.0% 0.0% 0.0% ll.0'4 100.i)O'l(.

5.0% 0.0% 55.0% 5.0% 5.0% 0.0% 30.1)% 0.0% 0.0% 0.0% 0.1)% 0.0% 100.00%

5.0% 0.0% 20.0% 15.0% 20.0% 40.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.1)% 10CUl0%

7.0% 0.0% 24.0% 69.0% 0.0% 0.0% 0.11% 0.0% 0.0% 0.0% Oft. O.O"lt, 100.00!I,

--5.0% 0.()% 20Jl% 15.0% 20.0% 40.0% 0.0% 0.0% O.O'llo 0.()% O.O'llo o.o% 100.00% 5.0% 0.0% 20.0% 15.0% 20.0% 40.0% O.l!'lfo 0.11% 0.0% 0.0% 0.0% 0.11% 100.l)O'JI,

5.0% 5.0% 10.0% 35.0% 25.0% 20.0!% 0.0,C, 0.0% o.o,. O.O'll. 0.0% O.O'll, 100.00%

5.0% 5.0% 10.0% 35.0% 25.D% 20.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 100.00%

5.0% 5.0% 10.0% 35.0'lfo 25.0% 20.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 100.00%

S.0% 5.0'!lo 10.0% 35.0% 25.tl% 20.0% 0.0% 0.0% Oft. o.o,r, O.Q'!I, 0.0% 100.00%

Page 42:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

ESTIMATE OF WORK EFFORT ANO COST· PRIME CONSULTANT

Name ol Proj•ct: CR 1 (K- Road) From SR 580/Msn SI to SR 5881Curlew Roed Sldewatk 1mpmvemen!S (LAP)

FPN: 424564-3·52-01

-- Proj,,ct ichlelE.,.._ - l'nlfed Slaff Cluillllullan -~ •SK -- En..- E.....-SU!nn*Y·

Fm,· St55.00 $145.00 $135.00 1115.00 SIJS.00 1.GenarolTn ... 44 211 2 2 2 2

~.si-1111<~ 385 39 19 58 95 n ~. o....,_ .wlysi• 111 0 a SS 0 56

~.-Pl!mlllllng 20 0 0 10 0 10

iSa. stonlnQ' tmd P-Mlllldng 127 6 6 13 42 32 lib. 51gna11,-. 97 5 s 10 33 24

~- Utltl!yCoordlnatlon 34 2 0 18 2 3 ~--·"'- 261 13 0 51 39 52

T-lltofl!IOUR 1,079 91 32 217 213 256 TollolSldCod $14,105.00 $4,&111.00 $29,295.00 124,"'95.00 $24,320.00

NolM: 1, This """"1 to be used by Prime C-ullant lo calcUlate 1he Grand To!al fee.

2. Manuallr-Jee from each SOOCOllSullant Unustd subconsul!lnl rows may be -.

Mln..-----.CR.I __ Jn_PC_DEU!·21·!3.­!;-ol W ... Eff"'1

Junta,

e..-Sll5.00

0

911

0

0 26

20

0

105 247

$2D,1195.00

Pagetof1

....... -DNIIIW ~

$110.00 $75.00

10 0 0 0

0 0

0 0

0 0

0 0

10 0 0 0

l!O 0 $2,200.00 $0.00

51111 T"""""""" - ~

S56.00 $45.00 So.GO 0 0 0

0 0 0 0 0 0 0 0 0

0 0 0

0 0 0 0 0 0 0 0 0 0 0 0

S0.00 S0.00 SO.DO

SAI..AAY RELATED COSTS:

8. SUE and Survey

SUBTOTAL ESTIMATl!b Ff!E:

Op!lonat S....... !Ill; LAP Coontnolol, OplianlllServicls9b: __ ..,.~

- SM ~ ~ By Colt ly

Ill.GO - -0 44 $8.110

0 384 $43,030

0 111 $12,745

0 ro $2,300

0 125 $13,835

0 97 $10,625

0 35 S4.31ii 0 21111 127,250 0 um1

S0.00 11---

Op41onel - 9t:-Slgnage ondW"""'O llgMs a1 Fllcan/- llffle

ai- - 9t: Slgnollza1lon {ICON) Op-. Son,iceo 9c: -IAyets)

Op4larml - lie: s..ve, (GFY)

Opllonol -n IIC:-('T1emt) Opllanol SeMcOI 9d: ....,,_ SlghC lllslllnce f<J< II Side -

Opllonol - 9d: Anllysll, ' - (ICON) Opllanol-9d: s..ve, (GFY)

Opllonll- 98:--SlapeCCll'fllclkWl

Opla1III - 98: Anllysls S Plllno f1CON) as-- - lie: !Uw,ylGFY)

Ol'TIOffAL SEIMCEI TOTAL ES'IMATI!D FEE:

GIIAND TOTAL ESTWATED FEE:

~

flalel'llr TMk

$131.1111 $H2.Q8

$11UII!

$115.IXI

S10II.OII

$109.54 $11!4."3

$104.lll

$111.57

$120.(l!iC.00

$45,209.40

SS.030.00 $1,915.00

$4.!i!!O.OO

SSSM.15

$9.095.00

$211,5118Al4

578,134.16

Page 43:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

ESTIMATE OF WORK EFFORT AND COST· SUBCOHSULTANT

Name or Project: #REFI

FPN: 424564-3·52-01 FAf' No.:

SUE Stllflct.... Stllfl Clud- Sbdl CIMtll-Sid~ T'*"- Protect SUrwirar• lS!lrwJorll Technician II 1lcatlan 5 tlc:llllon 6 lk:allon1 KaursFrom ........ 'SHlklmml,ly -· $125.00 $130.(l() $110.00 $8(Hl0 *100 !ll)(l() 1(1111>

B.SUEand"'- 129 ' 0 :J.I tl!I 0 0 0 l Houla 129 9 0 31 89 0 0 • ...... S1,1:i1>.11 SCUii) SU11Jl3 P,13l!.S6 moo II0.00 S0.00

fllotes:

1. Thls Slleet to be used by Subconsullnnt to calcuale Qs fee.

,......._CR.1.-_hta.PC DEl.8'2C·1~ ..... F .. Sh..t·t\FY

Staff Hour Distribution Percentages • Grand Total

SIOIIC- S!ollC-. --11....,...n Tecnniclllnln -5 -bnl -7 ......... R1t°' e·<l"o Q""' !'~-

Std'a.ul-t!Cllllant

SOCIO

0 0

•• 1111

SldC!nll--· .. •!!"'!

Consultant Name: GFY

Dale: 11121f.!013 a-. MlkeCudav

Staff CfNel. Slillfelllnf.. SllllJ a.ni- lltlllfCIHllf.. SN

tlcellonl flcatlon 1D tlc:llllon 11 IIClllon 12 By

SOM $D.ll0 IOOI) Sll.00 -0 0 0 0 129

0 0 0 0 129

$0.00 $0.00 SO.DO -SALARY RELATED COSTS:

OVERHEAD: OPERATING MARGIN: FCCM (Faclllle!I Cepi!al Casi Money):

0% 0%

0.00%

0.00% EXPENSES: SUBTOTAL ESTIMATED FEE:

....., Coltlly -$11.474

$11.IIUAO S11.17Ull

Location vae Tnictc 1111<1 Craw 3

~ 1 5uMly {Fleld) 25

$ 1,650.00

2-man cnrw dll· 5 1,385.00 3-manc:rewmr s 1.064.00 fdtty

SUBTOTAL ESTIMATED FEE: Opllanlll 5ellllcas

GRAND TOTAL ESTIMATED FEE:

-c- -- -ct- Slll!!Cllooll--· _,o -11 -12 T .... . _o:o,;._ . .. .•. o~ ___ .... _o.,... ....... oooii.· ... 1~

8/21/21)13

AWl'l!III

........ Tnk h0,35 $9CU5 ......

$11.674.40 $0.00 $0.00 $0.00

S0.00 $11,1174.40 $5,5!!0.00

$1.385.00 $26.600.00 545,209.40

$0.00

$45,llO!l.40

Page 44:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBIT C

ESTIMATE OF WORK EFFORT AND COST· PRIME CONSULTANT

Name of Project: CA 1 (Keene Road} From SR 580/Maill St 10 SR 586/Curtew Flllad Sidewalk lmptOVemenlS (LAP)

FPN: 424564·3·52.-01

HolnF.- Project - .......,., -St,offC- "SH Mii ..... Clllol'Eftglnar

Enut- .. ...,._. Staff El'IQlnNt ~

Summary· Arm. $155.00 Sl-t5.00 $135.00 $115.00 $95.00 $85.00

OPTIONAL SERVICES 9L 05 LAP c-dlnalfm 48 2 0 10 7 10 19

!lb. OS Pubic lnvolvemenlSu!Jf>Ofl 20 1 I! 2 3 4 9 Ile, F.olconOriYeSlgn- 80 ~ 4 8 28 20 16

9d. OS lffll)rOYe Sigh! Dlsl1nce IM II Sid& Slreels 43 2 2 5 13 1f 9 lie. OS Side Slrffl Slope Con'eellon 83 s 4 e 28 21 17 l---.. 274 14 10 33 79 1111 70

T ..... lbll COii 52.170.00 $1450.00 $4,455.00 $9085.00 $6270.00 $5,950.00

r~CR_1 ___ hn .. PC oae.20,1,.lffllX ,,_ ShHt · OS ICON "'°906 ol!IO

s... DH'91*'

SlallDM!gmr T-.., -$110.00 $75.00 $55.00 $45.00

0 0 0 0

0 0 0 0 0 0 0 0

0 0 0 0

0 0 0 0

0 0 0 0

$0.00 S0.00 so.oo so.oo

SAi.ARY RELATED COSTS:

SUIJTOTAI. ESTIMATED FEE:

Stall

Consultant Name: ICON c:ontullant Group. Inc Consullanl No.:

o..te: IWl/2013 Estlmlllllr. MO'/ l'adg&tt

lllall SK """"' ~ ~ By c..tBy so.oo I0.00 - -

0 0 48 SS,030

0 0 19 $1,91$

0 0 80 18,780

0 0 ~ S4JSIIO 0 0 83 $91111$

0 0 272 S0.00 $0.00 ..... ,,.. ..

~ • S29,380.00

A-.

"*""' T-

$104.79

SI00.79

$109.50

$109.05

$109.511

11111.ln

$29,380.00

Page 45:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Name al Prcject

FPN: FAPNo.:. NIA

I st.If Clanfflcatlonl ~~-, = ~-1 $160.118

rstlucluras-Mlsc.T-. l)wgs, NM-lttclmll 9c.Slrllc"""'·--

T-81.n lloun I TII .... Sllllf COllt

Sc.S1ruclures·Mllc. T nks, Dwg,, Non-lllcm<:al Sc.Strueua--s

~CFl1 Dff hrt~PCDEtl-20-13.Jdlllx F .. ShMM-OSA,......

1 0 I 2'I I 0

I 25 I 0 I $0.00

Sr.SIJUc. -$1.CS 12

1 0 1

$145.12

EXH!BITC

ESTIMATE OF WORK EFFORT AND COST· SUBCONSULTANT

- c ...... - ...... - -~ ~ _......... e.....,_,. CltlHlllcallon Cl IICldlon

Sll~35 $74,03 SC.00 $().()() $0.00 $().1)1)

Q 0 0 0 0 0 19 5 0 0 0 0 19 5 0 0 0 0

$2.248.65 S370.!5 $0.00 $0.00 $0.l)Q $OJlO

Staff Hour Distribution Percentages • Grand Total

Cl\00 Slaff Sllllf - 811111 Opar_. Cluslflalllon Cllmlbtlon Claalftcalcn Clonlllc:adon

00% 0.0% 0.0% 0.11% ~-20,0'l(, 0.0% 0.0"/e 0.0% 0.0%

Consullanl Nlffl8: AYERS

~--·-$11111 - - - lllH ......, ~

~ Cllllolllclllan ~ Clllllllllcallot• .., cone, ........... $(1.1)1) $0.00 $0.00 SO.OD - - T-

0 0 0 0 , $1.S $1"5.12 0 0 0 0 24 $2.IH9 $1011.12 0 0 0 0 25

SO.OD $0.00 SD.00 Sii.Oii IIZ.'lll:L92 $1fUII

GRAND TOTAL ESTIMATED FEE: $2,763.112 IG.00

- - Sholl -CIMllllcltlon Clasltlea1lorl Clusllcdan Clnslllcdan Tog!

~- 0.0'% ..... <I:~. ... E:<!'.!L ..... 100•.: 0.0'% O.O'l!. .... o.:.~ ..• 0,(1% .!~ ... ·

Page 46:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

ESTIMATE OF WORK EFFORT ANO COST· SUBCONSULTANT

Name of Projeet

FPN;

FAPNo· -1111111 Clntlfflcallon

9c. Falcon Olive Geolechnlcal Tallll 1111111 lfoln TGIIIIIIIIIIICost

CR 1 {Keene Road) Fram SR 580/M8ln SI lO SR 58&'Cuf1aw Road SI-Improvements (LAP)

424564·3·52-01 NIA

Hours FRiii! PnljNI SNP,oj s.nlor - EIT c.....-"SH - e,.._. -l en.- Tlldlnlc:IM

"''"""""'· $159.00 $129.00 $101.00 SIO!IOO -.oo $80 00

21 0 2 0 0 12 2 21 0 2 0 0 12 2

$0.00 $258.00 $0.00 $0.00 $1,080,00 $160.00

Noles: 1. This sheet to be used by &Jbconsullllfll lo calculate Its fee.

Sr- El,gll1W1119 Tecllnlclan Tecllnldlln

$67.00 $57.00

4 0 4 0

$268.00 $0.00

:Stan Hour u1stnDtlm:in t'ercemages - lirana I crier · Hoursfn,m "Sl#nmary"

shelll Grand Total

21

.-o.LC:R 1.-J!nl_PCDEL8·20-13_.. F- Sf\Ht, OI Tiena

Prnject ~

00'!!,

SN Proj Senior Engineer Spedalllt 10.0,. 0.0"<-

Projacl Computer Sr Eng EnglnNring Engin- EIT Technician Technician Tecmlclan

00% 55.0-.. 100'!', 20.0% 0.()%

PogoBOol8

a.laf -Sdenlllll $52.00 Sll.00

1 0 1 0

$52.00 $0.00

SALARY RELATED COSTS:

OVERHEAD. OPERATING MARGIN:

1111111 Ciani-fklllllGn 11

$0.00 0 0

$0.00

FCCM (FaclllllN Capital COS! Money~

EXPENSES:

SUBTOTAL ESTIMATED A:E:

Cite: 8121/2013 Elllmlltat: Hanll Jun ..... _

SH ...., tlatlon12 By CfttBy

S0.00 - -0 21 $1,818 0 21

SO.OD $1.S,IJID

~· su1100

0% ()%

0.00%, 0.00%

A-. 11.-Pw

Tall $116.57 ...

Sl,818.00 SO.DO SO.DO S0.00 $0.00

$1,818.00

GEOTECHNICAL FIELD & LABORATORY ESTIMATE $2.341.00

GRAND TOTAL ES'TWATED FEE: $4. 1511.00

Senlof Staff Claslil- Staff Classl· C1encal Selenllsl llcdon 11 flcatton 12 :r_ola!.._, 5.0'r. o:~: -------· _- !10% --- 100.00% _o.:.~ ' $0.00

1!121/l!013 3:14PM

Page 47:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

ESTIMATE OF WORK EFFORT AND COST- SUBCONSULTANT

Name of Project: CR 1 (KEENE ROAD) FROM SR 580 (MAIN ST.) TO SR 586 (CURLEW ROAD)

FPN: 424564-3-52-01 FAPNo· ..

Stllfl Claslflcallon ...........

Slft'WIYO' II Surveyor II TKllnidMIII Slllfl Clasl- Slllf!Clnsl- ..... C111n1-

Hou,aFtum PlojKI ftc:allon 5 tlcatlonl llcatlan 7 "SH su.nm,,,y

Ann" $125.00 $13000 $11000 seooo l!Hlll 9000 SO.IX)

I!,,._ F11ct>n Drive SUE & su.ve,, 9 2 0 2 s 0 0 0

To181 Slllfl Hounl 9 2 0 2 s 0 0 0 Tollll Std CcNlt $293.7S $0.00 $258.50 $378.00 $0.00 $000 $0.00

Notes:

1. This sheet to be used by Subcom!Ultant to calculate Its lee.

Staff Hour Distribution Percentages • Grand Total -........ "SUmtna,y' -GrendTDtal

teWNd_CR__1_9""_t11,1_PC OEL&-»13.lllsa FHSIINl·OS9"GFV

9

0

DO". 0 0 • . ,,.., nzy,. • o:°'··

St8fl Clas!-ftc:allon.

11)11(1

0

0 $000

• ~-°'~

Consullant Name: GFY

Stall Cla8I- Slmffa..1- Si.ffClnel-ftc:allonl tlCllllon 10 tlCllllon 11

II0.00 II0.111! I0.00

0 0 0

0 0 0

$0.00 $0.00 $0.00

SAi.ARY RELATED COSTS:

OVERHEAD: OPERATING MARGIN:

FCCM (Facfllllas Capftal Cost Maney):

EXPENSES: SIJBTOTAL ESTIMATED FEE: Location Vac Truck and Crew 1-7

Deslgnalton 0.fl SuM!y (Reid) o. 7

SUBTOTAL ESTIMATED FEE: Optlonaf S8Nfces

GRAND TOTAL ESTIMATED FEE:

• ·- 0

O.:a-.. .. _o:;;;;. "-~-- -

Date: 8121/2013

e-. Jef!Mou Stall Cleal- SH llallotl 12 By

S0.00 -0 • 0 9

Sl).00 ....... O'l'o 0%

0.00% O.OOo/o

$ 1.850.00 2-man craw da• S 1,385.00 3-man crew da• S 1.064.00

0 T-<>o:-. . jcii-

....., A-.gs Cost By _..., - TIIIII - Nll.75

-.25 nus -- $928.25

so.oo $0.00

SO.OD SO.OD

$921.25

$3.145.00 $831.00

/day $744.80 $5,649.05

S0.00 $5,649.05

11121'21113

Page 48:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

ESTIMATE OF WORK EFFORT AND COST· SUBCONSULTANT

Name of ProjecC CR 1 (KEENE ROAD) FROM SR 580 (MAIN ST.) TO SR 586 (CURLEW ROAD)

FPN: 424564-3-52-01

FAPNo.:

Slal!Clmlftcallan ,--· Project SU.W,0,11 Sunl,Jorn Technician II SlatfCl8nl- smnci.. SWfClaul-HoutoFtam llcallcm 5 ftca11anl tlc:danT

"SHSllmiory Rm" "~"" $1:l!U)O $11000 $8000 S0.00 moo sooo

9c. Falcon Drive SUE a SIJfvev 15 1 0 4 10 0 0 0

TallllSlatfHoan 15 1 0 4 10 0 0 0

Tollll Staff Coat $128.63 SOOD $3aa08 $811.44 $0.00 $0.00 S0.00

NOies: 1. This sheel 10 be used by SUbcOnsullanl to calculale ltS fee.

Fak:on Oriwt sue & SltMty'

Hourafn,m ~Summery" _ .. GlwldT-

15

~CR. 1 IWf. hrs_P'C OEl .8·20-13.JdH Fea Sheet~ OS !Id. GFY

9-11 ......

Staff Hour Distribution Percentages - Grand Tot_al -c-~ -- !b!ICIINI-Toe-• _ .... & -· -7 ~-~ t1.0" no,.. ji_~-

Page 10of60

SldClaul-tlcatlan.

m.m 0

0

SO.OD

-­·-· ~[°'!.. -·

Conoutant Name: GFY

Slllff CIINI- Slaff CIN8I- 81811 Cleal-flCllllon 9 tlcallon 10 ftcllloll 11

SIIOO Sll.00 ll>ClO

0 0 0

0 0 0

so.oo 90,00 SCUIO

SALARY RELATED COSTS:

OVERHEAD: OPERATING MARGIN:

FCCM (Fadlffles C8pllal Cosl Money!: EXPENSES: SUBTOTAL ESTIMATED FEE;

Location Vac Truck and crew O DMlgnallon O Survay (Reid) 4 SUBTOTAL ESTIMATED FEE: Optional Servlcas GRANO TOTAL ESTIMATED FEE:

_a. ... _,o

.f~ ..

-CINol--11

_.o_iii(

Date: 8121'2013

Estimator: MlkeCuti.v St.ti au.I-ftcellon 12

Sl),CX,

0

0 90,00

()'!'.

~

O.oo,',

0.00%

$ 2-man craw dll' $

3-men Ct8W da' $

-o~_

SH a,

.&ellultv

15

15

.....

1,850,00

1,385.00

1.064.00

··I

s.i..y A-.ge Coeta, ..... ,..., - Tak $1,321 S!I0.35

11.m.11 ... 11.m..1,

$1,328.15

$0.00 $0.00

$0.00

$0.00 $1,321.15

$0.00

$0.00

ldtirf $4,256.00 $5,584.15

$0.00

SS,584.15

812:1/2013

Page 49:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

ESTIMATE OF WORK EFFORT AND COST - SUBCONSULTANT

Nama ol Pn:,ject: CR 1 (KEENE ROAD) FROM SR 580 {MAIN ST.) TO SR 588 (CURLEW ROAD)

Ff'N: 424564-3-52-01

FAPNo· .. Stllff Clwlllaollu,t ·--· Pn,jNt ........... !luM!Jor• Tlldmlcllln II

SlllffClani- Slllffa..i-

ffi _F...,.

llcdonS llca!lonl I "SH 9tffllMty

rooo - Sm.OD $10000 $1t000 SII0.00 IOOO

lie. Side S!reet ..._can,,_,· SUE & "'"""" 44 15 0 7 22 0 II

Tallll 111111 Hours 44 1S 0 7 22 0 0 II Totll lltlllr Cost $1\ffl.78 so.oo -92 S1.7SUO $0.00 $0.00 $0.00 I IIUO

NOIIIS:

1. This sheel to be UIIIKI by SUbconsullant lo calculate fts l111t.

Staff Hour Distribution Percentages_. Grand Total

9e Sldo-Slopo Comdon • S\JE& Su,wy

Hours from ·~ "'"' GnondTo!al

44

.......t.CR. 1 .-.h,. PC DE! 8·20-13 ..... FNSl>ul·OS!h.GFY

0

150".

P8ge11ot60

0

}!.!!!>~ ..

C()nsuftant Name: GFY

-ci..i- SlldfClnlll- --fk:donl 1!calhn11 lloallon 11 Slim IOl!O IO.!!O

0 0 0

0 0 0 II0,00 fOOO 11111,00

SALARY RELATED COSTS: OVERHEAD: OPERATING MARGIN: FCCM (Fadlllles Capital Cost Money): EXPENSES: SU8TOTAL EST1111AT1!D FEE: Locallon V&1: Truck and Cnlw 6.29 Deslgnal!on 3.6 SuM,y (Field) 7.11 SUIITIJTAL ESTIMATED FEE;

Opllonal Ser,jces

GRAND TOTAL ESTIMATED FEE:

SlmlfClaul-tlallan1Z

IOGO 0

0

Sii.Oii

0%

0%

0.00%

0.00%

SH ....., a, CfttllJ ·- -44 4410

44 '4,41o.JO

$ l.85000 2-man C18W di!' $ 1,385.00 3-mancrawdll' $ 1,064.00 /day

~

G - T-_J?~--- ·~·---om. ___ ·m,~--~

8121'2013

....... ........ TIA

100

S'IOD.25

M,•110.50 $0.00 $0.00 $0.00 $0.00

$4,4111.!0

$11.11311.50

S4.9BIUlll S'l.565.04 .... .,.

$0.00

$21,!lll.lM

Page 50:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Task No.

1-1

1·2

1-3

1-4

1-5

1-6

1-7

1-8

1-9

HO

1-11

1-12

1·13

1-14

1-15

1-16

1-17

1-18

1-19

EXHIBITC

Task 1: General Tasks

Pro)ect Name: CR I (Keene Road) From SR 580/Main St to SR 586/Curlew Road Sidewalk Improvements (LAP) FPID #: 424564-3-52-0I

Estimator: Andy Padgett Name of Consultant: ICON Consultant Group. Jne

Task Units Noof Hoursl Total

Comments Units Unit Hours

Public Involvement

Community Awareness Plan LS 1 0 0

Notifications LS 1 0 0

Prepare Malling Lists LS 1 0 0

Median Modification letters LS 1 0 0

Driveway Modification Letters LS 1 0 0

Newsletters LS 1 0 0

Renderings and Fly Throughs LS 1 0 0

PowerPoint Presentation LS 1 0 0

Public Meeting Preparations LS 1 0 0

Public Meeting Attendance/Followup LS 1 0 0

MPO Meetings LS 1 0 0

Web Site LS 1 0 0

3.1 Public Involvement SUbtotal 0

Joint Project Agreements EA 0 0 0

Specifications Package Preparatk>n LS 1 12 12 only spec package support

Includes project management efforts for complete setup and maintenance of Contract Maintenance LS 1 0 0 files, developing monthly progress reports, schedule updates, wor1< effort to

develop and execute sub-consultant agreements etc.

Value Engineering (Multi-Discipline LS 1 0 0 Team) Review

Prime Consultant Project Manager LS 1 24 24 See listing below Meetings

Plans Update LS 1 0 0

revlsed_CR_ 1 _stafLhrs_ PC DELB-20-13.xlsx 1. General Tasks Page 12 of60 8/21/2013

Page 51:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

Task 1: General Tasks

Task No. Task Units Noof Hours/ Total

Comments Units Unit Homs

1·20 Post Design Services LS 1 0 0

1-21 Elecirnnic Delvery LS 1 8 8 assemble PDFs of design doc, cost estimte & canst plans. Include AutoCADD fies

1-22 Other Project General Tasks LS 1 0 0

3. Project Common and Project General Tasks Total 44

1-18 - List of Project Manager Meetings

Progress Meetings Phase Reviews Field Reviews

Total Project Manager Meetings

revlsecLCR_ 1 _staff_hrs .. PC DELB-20-13.xlsx 1. General Tasks

EA EA EA

8 1 2

11

2 0 4

16 2 progress meetings per month for 8 monlhs w/ submffllng minutes of meeting 0 8

24

Page 13 of 60 8/21/2013

Page 52:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Task No.

2-1

2-2

2-3

2-4

2-5

2-6

2-7

2-8

2-9

2-10

2-11

2-12

2-13

2-14

2-15

2-16

2-17

2-18

2-19

EXHIBIT C

Task 2: Sidewalk Analysis

Project Name: CR 1 (Keene Road) From SR 580/Main St to SR 586/Curlew Road Sidewalk Improvements (LAP) FPID #: 424564-3-52-01

Estimator: Andy Padgett ame onsu n: onsu tant N of C lta t ICON C G rouo, nc

Task Units Noof Hours/ Total

Comments Units Unit Hours

Typical Section Development LS 2 4 8

Pavement Design Package LS 1 0 0

Access Management LS 1 0 0

HorizontalNertlcal Master Design Files LS 1 100 100

Cross Section Design Files LS 1 100 100

Traffic Control Analysis LS 1 16 16 level 1

Master TCP Design Flies LS 1 0 0

Design Variations and Exceptions LS 1 8 8

Design Report LS 1 24 24

Quantities LS 1 40 40 No comp to be done

Cost Estimate LS 1 18 18 for 60o/ .. , 100% and final submittals plus bus stops

Technical Special Provisions LS 1 0 0

Other Roadway Analysis LS 11 2 22 11 bus stops

Sidewalk Analysis Technical Subtotal 336

Field Reviews LS 1 4 4 field review for bus stops

Technical Meetings LS 1 28 28 Meetings are listed below

Quality Assurance/Quality Control LS o/., 0% 0

Independent Peer Review LS % 0% 0

Supervision LS % 5% 17

Sidewalk Analysis Nontechnical Subtotal 49

Coordination LS % 0% 0

Sidewalk Analysis Total 385

revlsed_CR_ 1 _staff_hrs_PC DE1_8-20-13.xlsx 2. Sidewalk Analysis Page 14 of 60 8121/2013

Page 53:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBIT C

Task 2: Sidewalk Analysis

I Task No.

Task Comments

Technical Meetings

Typical Section EA 0 0 0 Pavement EA 0 0 0 Access Management EA 0 0 0 15% Line and Grade EA 1 4 4 Driveways EA 2 4 8 Local Governments (cities, counties, MPO) EA 2 4 8 meeting/coordination with PST A on bus stops Work Zone Traffic Control EA 0 0 0 30/60/90/100% Comment Review Meetings EA 2 4 8 Other Meetln{e EA 0 0 0 Subtotal Technical Meetings 28

Progress Meetings (if required by FOOT) EA 0 0 0 Phase Review Meetings EA 3 4 0

Total Meetings 28 Carries to 2·15

Note: Project Manager attendance at progress, phase and field review meetings are manually entered on General Task 3

revised_CR_ 1_staff_hrs_PC DEI_B-20-13.xlsx 2. Sidewalk Analysis Page 15 of 60 8/21/2013

Page 54:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

Task 3: Drainage Analysis

Profect Name: CR 1 (Keene Road) From SR 580/Main St to SR 586/Curlew Road Sidewalk Improvements (LAP) FPID #: 424564-3-52-01

Estimator: Andy Padgeu Name of Consuftant: ICON Consultant Group, nc

Task No.

Task

Drainage Analysis

3-1 Data Collection

3-2

3-3

3-4

3.5

3-6

3-7

3-8

Pond Siting Analysis and Report

Design of Cross Drains

Design of Roadway Ditches/Off-site Bypass Svstems

Design of Outfalls

Design of Stormwater Management Facility (Offsite Pond) Ut,51911 OT "1LurJTIWal9r IVtal 1aQ&meOt r a ... lllty ·- nit,-h -- I :--p Pnnn\

Design of Flood Plain Compensation Area

3-9 Design of Storm Drains

3· 10 Optional Culvert Material

3-11 French Drain Systems

3-12 Drainage Wells

3-13 Drainage Design Documentation Report

3· 14 Preparation of Bridge Hydraulic Report

3-15 Temporary Drainage Analysis

3-16 Cost Estimate

3·17 Technical Special Provisions

3-18 Other Drainage Analysis

revisecLCR_ 1 _staff_hrs_PC DEI_B-20-13.xlsx 3. Drainage Analysis

Units

LS

Per Basin

EA

LS

EA

EA

Per System

Per Encroachment

EA

LS ..-er l UUU rm::1 OT

Fnonr.h n .... ;,..

EA

LS

EA

LS

LS

LS

LS

No of Hours I Total Units Unit Hours

1 8 8

1 0 0 NIA

1 0 0 NIA.

0 0

0 0

0 0 NIA

0 0 NIA

0 NIA

4 3 12

0 O NIA

0 O NIA

0 O NIA

1 16 16

1 0 O N/A

0 O NIC.

0 0

0 0

1 0 0

16 of 60

Comments

8/21/2013

Page 55:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Task No.

3-19

3-20

3-21

3-22

3-23

3-24

3-25 3-26 3-27 3-28 3-29

Task Unita

Drainage Analysis Technical Subtotal

Drainage Plans

Drainage Map (not In plans) Sheet

Summary of Drainage Structures Sheet

Drainage Structure Sheet (per Structure) EA

Miscellaneous Drainage Detail Sheets Sheet

Erosion Control Plan Sheet

SW PPP Sheet Drainage Plans Technical Subtotal

Field Reviews Technical Meetinas Qualitv Assurance/Oualitv Control lndeoendent Peer Review Supervision

Drainaae Nontechnical Subtotal

Progress Meetings (if required by FOOT) Phase Review Meetings

Total Meetings

EA EA LS LS LS

EA EA

EXHIBIT C

Task 3: Drainage Analysis

Noof Hours/ Units Unit

1 24

1 0

4 3

1 0

12 2

2 2

1 8 1 0 % Oo/o

% 5%

3. Drainaaa Total

0 0

0 0

Total Hours

36

24

0

12

0

24

4

64 8 0 0 0 3

11

111

0 0

0 Carries to 6.20

Comments

Note: Project Manager attendance at progress, phase and field review meetings are manuaUy entered on General Task 3

revised_CR_ 1_staff_hrs_PC DELB-20-13.xlsx 3. Drainage Analysis 17 of 60 8/21/2013

Page 56:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Task No.

4-1

4-2

4-3 4-4

4-5

4-6

4-7

4-8

4-9

4-10

4-11

4-12

4-13

4-14

4-15

4-16

4-17

4-18

4-19

EXHIBIT C

Task 4: Environmental Permits, Compliance and Clearances

Project Name: CR I (Keene Road) From SR 580/Main St to SR 586/Curlew Road Sidewalk Improvements (LAP) FPID I: 424564-3-52.01

Estimator: Andy Padgett e : onsu tant Nam of Consultant ICON C I G roup, nc

Task Units No.of Hours/ Total Comments Units Units Hours

Preliminary Project Research LS 1 0 0 NIA

Complete Permit Involvement Form LS 1 0 0 NIA Establish Wetland Jurisdictional Lines LS 1 0 0 NIA Agency Verification of Wetland Data LS 1 0 0 NIA Complete And Submit SWFWMO Permit Applications LS 1 16 16 Prepare Exemption request package

como1ete And Submit FOOT Permit Application LS 1 0 0 NIA Prepare Dredge and Fill Sketches LS I 1 0 NIA

Prepare USCG Permit Sketches LS 1 0 0 NIA

Prepare Easement Sketches LS t 0 0 NIA

Prepare R/W Occupancy Sketches LS 1 0 0 N/A

Prepare Coastal Construction Control Line (CCCL) LS 1 0 0 NIA Permit Sketches

Prepare Tree Permit Information LS 1 0 0 NIA

Mitigation Coordination and Meetings LS 0 NIA

Mitigation Design LS 0 NIA

Environmental Clearances LS 1 0 0 CAT X (NEPA) to be prepared by the County

Other Environmental LS 1 0 0

Environmental Permits Technical Subtotal 16

Technical Meetings LS 1 3 3

Quality Assurance/Quality Control LS % 0% 0

Supervision LS % 5% 1

Environmental Permits Nontechnical SubTotal 4

Man_Hours_and_fees_CR_ 1 _staff_hrs_PC_OE1_8·21 ·13.xlsx 4. Env Permitting Page 1 of 2 8/22/2013

Page 57:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

Task 4: Environmental Permits, Compliance and Clearances

Taki No.

Task

Technical Meetings

WMD ACOE USCG USFWS FFWCC FOOT Other meetings Subtotal technical meetings

Progress Meetings Phase Review Meetings

!Total Meetings

Man_Hours_and_fees_ CR_ 1 _staff_hrs_PC_DEI_B-21-13.xlsx 4. Env Permitting

I Units I No. of I Hoursf Total Units Units Hours

4. Environmental Permits Total: 20

EA 1 3 3 EA 0 0 0 EA 0 0 0 EA 0 0 0 EA 0 0 0 EA 0 0 0 EA 0 0 0

3

EA 0 0 0 EA 0 0 0

3

Page 2 of 2

Comments

Bf22/2013

Page 58:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBIT C

Task 5a.: Signing and Pavement Marking Analysis and Plans

Project Name: CR 1 (Keene Road) From SR 580/Main St to SR 586/Curlew Road Sidewalk Improvements (LAP) FPID #: 424564-3-52-01

Estimator: Michelle Schofner, PE, PTOE ameo . onsu tant roup, . N I Consultant ICON C G Inc

Task Task Units

No.of Hours/ Total No. Units Units Hours

Signing and Pavement Marking Analysis Technical

5a.-1 Traffic Data Analysis LS 1 0 a NIA

Sa.-2 No Passing Zone Study LS a 0 0 N/A

5a.-3 Reference and Master Design File LS 1 48 48 8 hrs x (6 Intersections)

Sa.-4 Multi-Post Sign Support Calculations EA 0 0 0 N/A

Sa.-5 Sign Panel Design Analysis EA 0 0 0 NIA

Sa.-6 Sign Lighting/Electrical Calculations EA 0 0 0 NIA

Sa.-7 Quantities LS 0 0 0

Sa.-8 Bid Documents LS 1 0 0

Sa.-9 Cost Estimate LS 1 0 0

5a.-10 Technical Special Provisions LS 0 0 0 NIA

Sa.-11 Other Signing and Pavement Marking LS 0 0 0 NIA

Signing and Pavement Marking Analysis Technical Subtotal 48

Signing and Pavement Marking Plans Technical

5a.-12 Key Sheet Sheet 1 0 0

5a.-13 Tabulation of Quantities Sheet 2 4 8

Sa.-14 General Notes/Pay Item Notes Sheet 1 4 4

Sa.-15 Plan Sheet Sheet 17 3 51

Signing and Pavement Marking Analysts Technical Subtotal 63

revised_ CR_ 1 _staff_hrs_PC DELB-20-13.xlsx Sa.S& PM Page20of60

Comments

8/21/2013

Page 59:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

Task 5a.: Signing and Pavement Marking Analysis and Plans

5a.-16 Field Reviews LS 1 8 e 2 hrs x 2 person x 1 field review

5a.-17 Technical Meetings LS 1 6 6 Meetings are listed below

Sa.-18 Quality Assurance/Quality Control LS % 0% 0

Sa.-19 Independent Peer Review LS % 0% 0

5a.-20 Supervision LS "lo 5% 2

Signing and Pavement Marking Analysis Nontechnical Subtotal 16

Sa.-21 Coordination LS % 0% 0

19. Signing and Pavement Marking Analysis Total 127

Technical Meetings

Sign Panel Design EA 0 0 0 Queue Length Analysis EA 0 0 0 Local Governments (cities, counties) EA 1 2 2 Other Meetings EA 0 0 0 Subtotal Technical Meetings 2

Progress Meetings EA 2 2 4 Phase Review Meetings EA 0 0 0

Total Meetings 6 Carries to 19.13

Note: Proiect Manager attendance at progress, phase and field review meetings are manually entered on General Task 3

revised_ CR_ 1 _staff_hrs_PC DEI_B-20-13.xlsx 5a. S& PM Page 21 of 60

0

8/21/2013

Page 60:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

Task Sb.: Signalization Analysis and Plans

Project Name: CR l (Keene Road) From SR 580/Main St 10 SR 586/Curlew Road Sidewalk Improvements (LAP) FPID #: 424564-3-52·01

Estimator: Michelle Schofner, PB. PTOE Name of Consultant: ICON Consultant Group. Inc

Task Task Units

No.of Hours/ Total No. Units Units Hours

Signalization Analysis Technical

Sb.-1 Traffic Data Collection LS 1 0 0

Sb.·2 Traffic Data Analysis Pl 1 0 0

5b.-3 Signal Warrant Study LS 1 0 0

5b.·4 System Timings LS 0 0 0

Sb.·5 Reference and Master Signalization Design File Pl 3 16 46

Sb.-6 Reference and Master Interconnect

LS 1 0 0 Communication Oeslgn File

Sb.·7 OVerhead Street Name Sign Design EA 0 0 0

Sb.-8 Pole Elevation Analysis LS 1 0 0

Sb.-9 Traffic Signal Operation Report LS 1 0 0

Sb.-10 Quantities LS 1 0 0

5b.-11 Cost Estimate LS 1 0 0

Sb.-12 Technical Special Provisions LS 1 0 0

Sb.-13 Other Signalization Analysis LS 1 0 0

SlgnalizaHon Analysis Technical Subtotal 4a

Slgnallzation Plans

Sb.-14 Key Sheet

Sb.-15 Tabulation of Quantities

Sb.-113 General NotestPay Item Notes

Sb.-17 Plan Sheet

revised_CR_ 1_staff_hrs_PC DELB-20-13.xlsx Sb. Signalization

Sheet

Sheet

Sheet

Sheet

1 0 0

1 8 8

1 8 B

5 3 15

Page 22 of 60

Comments

NIA

NIA

NIA

NIA

3 intersections

NIA

NIA

NIA

N/A

NIA

N/A

8/21/2013

Page 61:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBIT C

Task 5b.: Signalization Analysis and Plans

Task Task Units

No.of Hours/ Total Comments

No. UnHs Units Hours

Signalization Plans Technical Subtotal 31

Sb.-18 Field Reviews LS 1 8 8 2 hrs x 2 person x 1 field review

Sb.-19 Technical Meetings LS 1 8 8 Meetings are listed below

Sb.-20 Quality Assurance/Quality Control LS % Oo/o 0

Sb.-21 Independent Peer Review LS 'Yo Oo/o 0

Sb.-22 Supervision LS o/o 5% 2

Slgnallzatlon Analysis Nontechnical Subtotal 18

Sb.-23 Coordination LS "lo Oo/o 0

21. Slgnallzatlon Analysis and Plans Total 97

Technical Meetl!!9S

FOOT Traffic Operations EA 0 0 0 FOOT Traffic Design EA 0 0 0 Power Company (service point coordination) EA 0 0 0 Maintaining Agency (cities, counties) EA 2 2 4 Railroads EA 0 0 0 Other Meetings EA 0 3 0 Subtotal Technical Meetings 4

Progress Meetings EA 2 2 4 Phase Review Meetings EA 0 0 0

Total Meetings 8 Carries to Sb-19

Note: Project Manager attendance at progress, phase and field review meetings are manually entered on General Task 3

revised_CR_ 1_staff_hrs_PC DEI_B-20-13.xlsx Sb. Signalization Page 23 of 60 8/21/2013

Page 62:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Tuk No.

6-1

6-2

6-3

6-4

6-5

6-6

6-7

6-8

6-9

6-10

6-11

6-12

6-13

6·14

6-15

6·16

6-17

EXHIBIT C

Ta,k &; utmtv coordJnatlon

Project Name: CR I (Keene Road) From SR 580/Main St to SR S861Curlew Road Sidewalk lmprowments (LAP)

FPID t: 424564-3-S2-0I Eetimator: Andy Padgett

Name of Conaullant: ICON Consultant Group, Inc

Tuk Unlla Noof Houri/

Total Hour• Comment• Units Unh

Kickoff Meeting LS 1 0 0 NIA

Identity Existing UAO(s) LS 1 0 0 N/A

Meke Utility Contacls LS 1 0 0 N/A

Exception Coordination LS 1 0 0 NIA

Preliminary Utility Meeting LS 1 4 4 meeting minutes included

Individual/Field Meetings LS 2 3 6 meeting minutes included

Collect and Review Plans and Data from UAO(s) LS 10 2 20

Subordination of Easements Coordination LS 1 0 0 NIA

Utility Design Meeting LS 1 4 4 meeting minutes included

Review Utility Markups and Work Schedules, and LS 1 0 0

Processing of Schedules and Agreements

Utility Coordination/Followup LS 1 0 0 NIA

Utility Constructeblllty Review LS 1 0 0 N/A

Additional Utility Services LS 1 0 0 NIA

Processing Utility Work by Highway Contractor LS 1 0 0 N/A (UWHC)

Contract Plans to UAO(s) LS 1 0 0 NIA

Certification/Close-Out LS 1 0 0

Other Utilities LS 1 0 0 N/A

7. Utllltla Total 34

Technical Meetings

Kickolf EA 0 Preliminary Meeting EA 0 Individual UAO Meetings EA 0 Field Meetings EA 0

Design Meeting EA 0 Other Meetings EA 0

Total Technical Meetings 0

revised_CR_ 1_staff_hrs_PC DEI_B-20-13.xlsx 6. Utility Coordination Page24ol 60 8/21/2013

Page 63:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

Task 7: Sidewalk Plans

Project Name: CR I {Keene Road) From SR 580/Main St to SR 586/Curlew Road Sidewalk Improvements (LAP} FPID ft: 424564-3-52-01

Estimator: Andy Padgett ame SU nt: I O nsultant Group, Inc N ofCon lta C NCo

Task Task Scale -,-« Hours/

No. Units Unit

7-1 Key Sheet Sheet 8

7-2 Summary of Pay Items Including Quantity Sheet 1 24

Input

7-3 Drainage Map Sheet 0 0

7-4 Interchange Drainage Map Sheet 0 0

7-5 Typical Section Sheets Sheet 2 8

7-6 General Notes/Pay Item Notes Sheet 2 6

7-7 Summary of Quantities Sh 0 0

7-8 Box Culvert Data Sheet Sheet 0 0

7-9 Bridge Hydraulics Recommendation Sheets Sheet 0 0

7-10 Summary of Drainage Structures Sheet 0 0

7-11 Optional Pipe/Culvert Material Sheet 0 0

7-12 Project Layout Sheet 0 0

7-13 Plan/Profile Sheet 1"=40' Sheet 20 2

7-14 Profile Sheet Sheet 0 0

7-15 Plan Sheet Sheet 0 0

7-16 Special Profile Sheet 0 0

7-17 Back of Sidewalk Profile Sheet Sheet 0 0

7-18 Interchange Layout Sheet Sheet 0 0

7-19 Ramp Terminal Details (Plan View) Sheet 0 0

revised_ CR... 1 _staff_hrs_PC DEI_B-20-13.xlsx 7. Sidewalk Plans Page25 of60

No.of Total Comments

Sheets Hours

1 8

1 24

0 0

0 0

2 16

2 12

0 0

0 0

0 0

0 0

0 0

0 0

20 40

0 0

0 0

0 0

0 0

0 0

0 0

8/21/2013

Page 64:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Tak Task No.

7-20 Intersection Layout Details

7-21 Miscellaneous Detail Sheets

7-22 Drainage Structure Sheet (Per Structure)

7-23 Miscellaneous Drainage Detail Sheets

7-24 Lateral Ditch Plan/Profile

7-25 Lateral Ditch Cross Sections

7-26 Retention/Detention Ponds Detail Sheet

7-27 Retention Pond Cross Sections

7-28 Cross-Section Pattern Sheet

7-29 Roadway Soil Survey Sheet

7-30 Cross Sections

7-31 Traffic Control Plan Sheets

7-32 Traffic Control Cross Section Sheets

7-33 Traffic Control Detail Sheets

7-34 Utility Adjustment Sheets

7-35 Selective Clearing and Grubbing

7-36 Erosion Control Plan

7-37 SW PPP

7-38 Project Control Network Sheet

7-39 Environmental Detail Sheets

7-40 Utility Verification Sheet (SUE Data)

PSTA Bus Stops

7-41 bus stop plan view additions for 11 bus stops

7-42 haH sections for 11 bus stops

7.43 bus stop detail

revise<LCR_ Lstaff_hrs_PC DELS-20-13.xlsx 7. Sidewalk Plans

Scale

EXHIBIT C

Task 7: Sidewalk Plans

Units No.of Hountl No.of Total

Comments Unite Unit Sheela Houna

Sheet 4 10 4 40 2 intersections per sheet

Sheet 1 0 1 0

EA 0 0 0 0

Sheet 0 0 0 0

Sheet 0 0 0 0

EA 0 0 0 0

Sheet 0 0 0 0

EA 0 0 0 0

Sheet 0 0 0 0

Sheet 0 0 0 0

EA 130 0.25 43 33

Sheet 2 6 2 12

EA 0 0 0 0

Sheet 1 0 1 0

Sheet 5 3 5 15

Sheet 0 0 0 0

Sheet 0 0 0 0

Sheet 0 0 0 0

Sheet 0 0 0 0

LS 0 0 0 0

Sheet 0 0 0 0

LS 11 2 0 22

LS 11 2 4 22

LS 1 5 1 5

Page26of60 8121/2013

Page 65:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Task Task No.

7-41 Quality Assurance/Quality Control

7-42 Supervision

revised_CR_ 1 _staff_hrs_PC DEI_B-20-13.xlsx 7. Sidewalk Plans

EXHIBITC

Task 7: Sidewalk Plans

Scale Units No.of Hounll No.of Units Unit Sheela

Roadway Plana Technical Subtotal ft1

LS % 0%

LS % 5%

5. Roadway Plana Total 87

Page 27 of 60

Talal Comment& Hount

249

0

12

261

8121/2013

Page 66:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

ESlimalOr: Michael Curley- Jeff moss m SR 580 10 SR 586 FINM.IN!l1:ilt3

1\lskllo. T•k llfllla

fM Horizontal Pmjed Contml (HPC)

2-t.m. Roadway Mlle

Multi-wie Roadway Mlle

lrlenllate Mile

B-2 Vmtical PC f Bench Line

2·Lllllll Roadway Mile

Mufti.lane Roadway Mlle

lnlerstale Mile

8-3 Alignment and Existing RflN Uoes

Mil&

8-4 Aerial Targets

2·1.ane Roadway EA

Mtdli-lane Roadway EA

lnlerslate EA

8-5 Reference Points "A"

2-Lane Roadway EA

Multi-lane Roadway EA

lnlerslate EA

RelemncePolnm •e•

Non Alignment Polnls/Appro'.ld!Tl.ia EA

8-6 Topography/OTM {30)

Mila

-Stopt

8-7 P1arinielric {20)

8-8 Roadway Cross-Sectlons/Proliles

revised. CR_ 1_Sla1Lhrs_PC DEL8-20·13.xlsx e. SUE and Surwy

Mlle

Mile

Hoof Unlla

2.00

2.00

2.00

2.00

11.00

0.00

FieldCnw Cnw OllyslUnlt .,.,.

0.50 1.00

0.00

0.00

1.00 2.00

0.00

0.00

0.00

Units/Day

0.00

0.00

0.00

Units/Oay

0.00

0.00

0.00

Units/Day

0.00

9.00 1e.oo I 0.27 3

0.000 0.00

I 0.00 I

EXHIBITC

Task 8: SUE and Suryey

FWd 8llpport Field Office 8llpport Office SUppoft

SUppoft c-. lfaunl I Cnw 0.,. Haun Hain/ er-o..a Haun

0.50 0.50 0.50 0.50 Establish/ set control using GPS melhodologyrell lo Florida 91a1e plane COonllnale syslem. West z-. North American Datum of 1983

0.00 0.00 (Adjualment 1990)

0.00 0.00

0.50 1.00 0.50 1.00 Eslablish' set control using nol1h american -111:al datum (NAVO) of 1988

0.00 0.00

0.00 0.00

Calouale an erbilnlray alignrnen! (will not be field Slaked)

0.00 6.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00

~ 0.00

0.00 0.00

7opogtapic: fllalural to include, bd not limilad lo, drainage fNlunls.

2.40 43.20 2.50 45.00 concrale .... sidewalks,~ suifal;es, a,d ldlly fealtns. Grocn:f / Slsface eleYallons 10 be sufficient in runbel' 111111 spacing to

1.00 3 3.33 10 ~ accurale one (1) fool gromd conloUl'II for lwn dll8ig1~engil-i11g puiposes. ~ dnllnage slruCtlns Qncludn locatlon. pipe and lllrucltn llizlls. taps, grates. lhroals. weirs. and lnYel'I ekwallons) Plus

0.00 0.00 11 bull stops.

0.00 0.00

Page 28 of60 8/'l112013

Page 67:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

TukNo. Tuk

8-9 Skle Stree! Surveys

revlsed_CR_ U1taff .. hrs_PC DEl_8·20·13.xlsx 8. SUE and Su<wy

Unb

EXHIBITC

Task 8: SUE and Survey

"° °' I Flllld Cnlw I er- I Fletd SUpport I .... I Office Support • I Office Support Unilll o.,.llJnll Dap Hours I Cnlw Dap 5:::1 Houra I C..W Dap Houra Cammenla

Page 29of60 8121/2013

Page 68:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

TnkNo. Taelc ......

IMO llndergrot.nd Ulililie&

Designates Mlle/Site

Locales Point

Survey

8·11 Outfall Survey

Mile

B-12 Drainage Suvey

EA

8-13 Bridge SUMIY

Minor I Major EA

8-14

Chamet Survey

8-15 EA

Plll'ld Site Survey

8-16 EA

Mitigation Survey

8-17 Mlle

!Jurisdiction line Survey

Mffe

8-18 Geolechniclll S\4'.!POrl

EA

8-19 Seclional I Gran! Survey

~ 8-20 SubdivlskJn Localloo

Block

8-21 Maintained RIW

Mile

8·22 leoundmy SUrvey

EA

8·23 Water Boundary Survey

EA

revisec:U~R_ 1 _slaff hrs_?C DEI_B-20·13.xlsx 8. SUE and Survey

Noot ......

5.00

24

25%

EXHIBITC

Task 8: SUE and Sun,ey

FlllldC.- (aw Flllld 8upporl Field

Offlc:e 8upporl Office 8upporl Support Commenl$ DllysllJnll -- Haun/CrawDlly9 Hounl

Houn/Craw Dlly9 Haun

0.20 1.00 0.50 0.50 1.50 1.50 Deslgnlle horizomllly fomd Ulllllles from EOP to ROW within 12.5' on

0.125 3.00 0.50 1.50 1.50 4.50 ellher side al 5 areas to be called OUI bV Engineer.

4.00 1.00 0.50 0.50 2.00 2.00

0.00 0.00 0.00

Units/Day

0.00 0.00 0.00

0.00 0.00 0.00

o.oo 0.00 0.00

0.00 0,00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

Unns/Oay

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

0.00 o.oo 0.00

0.00 0.00 0.00

Page 30 0!60 8121/2013

Page 69:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

TaHNo, Tnk

8·24 RIW Staking I R1W Line

8-25 RIW M01'U1'181'11ation

8-26 Line CuttlnlJ

8-27 WOik z- Safety

8-28 Miscellaneous Surveys

$UMl!f SUbtatal

8-29 Supplemental Surveys

8-30 Document A-n:h

8-31 F'Mld Revlevws

8-32 Technical Meetings

9-33 Quality Cortrol I Quality Assuranca

8-34 Supetvision

8-35 Coordination

revisecLCR.1. staff hrs_PC DEUH0-13.l!lsx 9. SUE and Survey

Hoof FfeldCfflw c... Unil9 Unlla DtlytlUnlt Daya

EA 0.00

Mile 0.00

Pain! 0.00

Mile 0.00 I

0.00

0.00

CrewD!lys 29

29 0

Units

Untts

LS E.50 LS

.°': f';; 'i1:7i; fz: ··

LS

';~'Y' .. LS

. . .·.,. .. :., .•... · :: ,. ·.,·· .. "

SuneyTotal C.-0.,. 29

EXHIBIT C

Tuk 8: SUE and Survey

Field Support Fleld Office Support Office Support Support Haun I crew Dllys Haun I Cfflw Dllys Haun

eoinn-ts --0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

Fleld Support 50 omc. Support 111

Haun Haunt

THE% FOR SUPPLEMENTAL WILL SE DETERMINED AT NEGOTIATIONS. THIS ITEM CAN ONLY BE USED IF AUTHORIZED IN

0 0 WAITING BY THE OISTRICT SUFIVEYOR

0

0

3

?;.:,:;{'. 0% 0

·!'!'.~? .. 5% 8

··~ ·. 0% 0

Flak( Support 50

Office Support 'l'IJ Haun H_.

Page 31 of 60 !1121/2013

Page 70:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

TIIHNa. Task

Teomk:alllNllngs

Kld<olf Meeting wilh PC

Baseline Approval Review

NetWlll1t Conlrol Review Ve!lical Conlral ReYiew

Local Gowmmel'IIS (cltkls, courties) Flna1 Submlllal Review

Other Meetings Subbal Technloal lheting8

Pfogren Meetings Phase Review Meetings

Total MNtings

revised_CR_ 1 _SCafLhr:s_PC OE1_6·20·13.xlsx 8. SUE and Sun,ey

Unllll Noof FlllldCrew Unlla o.y.lUnlt

EA 1 2.5 EA 0 0 EA 0 0 EA 0 0

EA 0 0 EA 0 0 EA 0 0

EA 0 0 EA 0 0

EXHIBITC

Task 8: SUE and Survey

Crew Field Support Support

Office Support Office Support Dllp Hol.n I Crew De,-

Hour9 Hours/ Crew 0.,. Hourll

SPLS=

PLS=

Offlca Sl4)IIOl1 = u; Talal Hours = 14' 0 0 0

0 0 0

2.5

0 0

2.5 C-IOl-32

Page 32 of60 8121/2013

Page 71:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Task No.

9a-1

9a-2

9a-3

9a-4

9a-5

9a-6

9a-7

9a·8

9a-9

9a-10

9a-11

9a-12

9a-13

9a-14

9a-15

9a-16

9a-17

EXHIBITC

Task 9a: OS LAP Coordination

Project Name: CR 1 (Keene Road) From SR 580/Main St to SR 586/Curlew Road Sidewalk Improvements (LAP) FPID #: 424564-3-52-01

Estimator: Andy Padgett N ameo onsu : onsu t f C ltant ICON C ltan G I roup, nc

Task Units Noof Hours/ Total

Comments Units Unit Hours

Public Involvement

Community Awareness Plan LS 1 0 0

Notifications LS 1 0 0

Prepare Mailing Lists LS 1 0 0

Median Modification Letters LS 1 0 0

Driveway Modification Letters LS 1 0 0

Newsletters LS 1 0 0

Renderings and Fly Throughs LS 1 0 0

PowerPoint Presentation LS 1 0 0

Public Meeting Preparations LS 1 0 0

Public Meeting Attendance/Followup LS 1 0 0

MPO Meetings LS 1 0 0

Web Site LS 1 0 0

3.1 Public Involvement Subtotal 0

Joint Project Agreements EA 0 0 0

Specifications Package Preparation LS 1 0 0

Contract Maintenance LS 1 0 0

Value Engineering (Multi-Discipline LS 1 0 0 Team) Review

revise<:LCR_ 1_staff_hrs_PC DELB-20-13.xlsx 9a. OS LAP Coore! Page33 of60 8/21/2013

Page 72:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Task No.

9a-18

9a-19

9a-20

9a-21

9a-22

EXHIBIT C

Task 9a: OS LAP Coordination

Task Units Noof Houral Units Unit

Prime Consultant Project Manager LS 1 4 Meetings

Plans Update LS 1 0

Post Design Services LS 1 0

Electronic Delivery LS 1 0

Other Project General Tasks LS 1 16

Project Common and Profect General Tasks Total

9a-18 List of Pro)ect Manager Meetings

Progress Meetings Phase Reviews Field Reviews

Total Project Manager Meetings

Notes:

EA EA EA

1 0 0

0

4 0 0

Total Comments

Hours

4 See listing below LAP meetings

0

0

0

Review of documents prepared by the COUNTY such as: Programmatic Categorical Exclusion, Certifications/Clear Letters, Construction

16 Checklist. Review bid tabulation and letter requesting concurrence in award. Attend Pre-bid Conference

20

4 w/ submitting minutes of meeting 0 0

4

1. If the hours per meeting vary in length (hours) enter the average in the hour/unit column. 2. Do not double count agency meetings between permitting agencies. 3. Protect manager meetings are calculated in each discipline sheet and brought forward to column D except for Photogrammetry.

revlsed_CR_ 1 _staff_hrs_PC DEI_S-20-13.xlsx 9a. OS LAP Coord Page 34of 60 8121/2013

Page 73:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Task No.

9b-1

9b·2

9b-3

9b-4

9b-5

9b-6

9b-7

9b-8

9b-9

9b-10

9b-11

9b-12

9b-13

EXHIBIT C

Task 9b: OS Public Involvement Support

Project Name: CR t (Keene Road) From SR 580/Main St to SR 586/Curlew Road Sidewalk Improvements (LAP} FPID #: 424564-3-52-0I

Estimator: Andy Padgett ameo nsu nt: I ON onsu tant Group, Inc N fCo Ha C C 1

Task Units Noof Hours/ Total

Comments Units Unit Hours

Public Involvement

Community Awareness Plan LS 1 0 0

Notifications LS 1 0 0

Prepare Mailing Lists LS 1 0 0

Median Modification Letters LS 1 0 0

Driveway Modification Letters LS 1 0 0

Newsletters LS 1 0 0

Renderings and Fly Throughs LS 1 8 8 roll plot overlay

PowerPoint Presentation LS 1 0 0

Prepare frequently asked questions handout Coordination and review of materials

Public Meeting Preparations LS 1 24 24 such as: meeting notification mailing (assemble and mail); newspaper display ad; meeting exhibits; sign-in sheet; comment form; flyer preparation; fact sheet; site selection and development of meeting layout.

Task includes set-up, attendance at the public meeting and preparation of a meeting Public Meeting Attendance/Followup LS 1 16 16 summary. The summary scrapbook includes a copy of all stldes, boards, handouts,

completed sign-in sheets and completed comment fonns. Includes two participants.

MPO Meetings LS 1 0 0

Web Site LS 1 a 0

Public Involvement Subtotal 48

revisecl_CR_ 1_staff_hrs_PC DEI_B-20-13.xlsx 9b. OS Public Involve Support Page 35 of 60 8/21/2013

Page 74:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

Task 9b: OS Public Involvement Support

Taek Task Units

Noof Hours/ Total Comments

No. Units Unit Hours

9b-14 Joint Project Agreements EA 0 0 0

9b-15 Specifications Package Preparation LS 1 0 0

9b-16 Contract Maintenance LS 1 0 0

9b-17 Value Engineering (Multi-Discipline

LS 1 0 0 Team) Review

9b-18 Prime Consultant Project Manager LS 1 0 0 See listing below Meetings

9b-19 Plans Update LS 1 0 0

9b-20 Post Design Services LS 1 0 0

9b-21 Electronic Delivery LS 1 0 0

9b-22 Other Project General Tasks LS 1 0 0

Project Common and Proiect General Tasks Total 48

Ust of Project Manager Meetings

Progress Meetings EA 0 0 0 Phase Reviews EA 0 0 0 Field Reviews EA 0 0 0

Total Project Manager Meetings 0 0

Notes: 1. H the hours per meeting vary in length (hours) enter the average in the hour/unit column. 2. Do not double count agency meetings between permitting agencies. 3. Project manager meetings are calculated in each discipline sheet and brought forward to column D except for Photogrammetry.

revised_CA_ 1_staff_hrs_PC DEI_B-20-13.xlsx 9b. OS Public Involve Support Page36 of60 8121/2013

Page 75:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

Task 9c.: OS Signalization Analysis and Plans

Project Name: CR I (Keene Road) From SR 580/Main St to SR 586/Curlew Road Sidewalk Improvements (LAP) FPID #: 424564-3-52-01

Estimator: Michelle Schofner, PE, PTOE ameo nsu : onsu tant roup, nc N fCo ltant ICONC I G I

Task Task Units No.of Hours/ Total

No. Units Units Hours

Signalization Analysis Technical

9c·1 Traffic Data Collection LS 1 0 0

9c·2 Traffic Data Analysls Pl 1 0 0

9c-3 Signal Warrant Study LS 1 0 0

9c-4 System Timings LS 0 0 0

9c-5 Reference and Master SignaHzation Design File Pl 1 20 20

9c-6 Reference and Master Interconnect

LS 1 0 0 Communication Design Fffe

9c-7 Overhead Street Name Sign Design EA 0 0 0

9c-8 Pole 8evation Analysis LS 1 2 2

9c.g Traffic Signal Operation Report LS 1 0 0

9c-10 Quantities LS 1 8 8

9c-11 Cost Estimate LS 1 8 8

9c-12 Technical Special Provisions LS 1 0 0

9c-13 Other Signalzation Analysis LS 1 0 0

Signalization Analysis Technical Subtotal 38

revised_CR_ 1_slaff_hrs_PC DEI_B-20-13.xlsx 9c. OS Signalization Page 37 of 60

Comments

NIA

NIA

N/A

N/A

falcon/ amberlea intersection

NIA

NIA

NIA

N/A

NIA

NIA

8121/2013

Page 76:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBIT C

Task 9c.: OS Signalization Analysis and Plans

Task Task Units

No.of Hours/ Total Comments No. Units Units Hours

Signalization Plana aH 9(:,.14 Plan Sheet Sheet 1

9c-15 Guide Sign Worksheet EA 1 4 4

9c-16 Special Details Sheet 1 2 2

9c-17 Special Service Point Details EA 1 2 2

9c-18 Mast ArmlMonotube Tabulation Sheet Pl 1 4 4

Signalization Plans Technical Subtotal 20

9c-19 Fiekl Reviews LS 1 12 12 3 hrs/trip X 2 person X 2 field review ~- LS 1 8 a Meetings are listed below

rance/Qualtty Control LS 'Yo 0% 0

Peer Review LS % 0% 0

9(:,.23 Supervision LS % 5% 2

Signallzatton Analyeie Nontechnical Subtobil 22

9c-24 Coordination LS e-', 0% 0

21. Slgnallutlon Analysis and PlaM Total 80

Technical Meetfnll!

FOOT Traffic Operations EA 0 0 0 FOOT Traffic Design EA 0 0 0 Power Company (SGl'Vice point cooldination) EA 0 0 0 Maintaining Agency (cities. counties) EA 2 2 4 RaHroads EA 0 0 0 Other Meetings EA 0 0 0 Subtotal Technical Meetings 4

Progress Meetings EA 2 2 4 Phase Review Meetings EA 0 0 0

Total Meetings 8 Carries to 9c-20

Note: Project Manager allllndance at progress, phase and flekt rwi- meetings are manually enmred on G-,ai Task 3

revised_CR_ 1 _staff_hrs PC DEI_B-20·13.xlsx 9c. OS Signalization Page38of 60 8121/2013

Page 77:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

Task 9c.: OS Structures - Summary and Miscellaneous Tasks and Drawings

Estimator: Steve Laney - Ayers

Task No.

Task Units

General Drawings

9c-1 Index of Drawings Sheet

9c-2 Project Layout Sheet

9c-3 General Notes and Bid Item Notes Sheet

9c-4 Miscellaneous Common Details Sheet

9c-5 Incorporate Report of Core Borings Sheet

9c-6 Existing Bridge Plans LS

9c-7 Assemble Computation Book and

LS Quantities

9c-8 Cost Estimate LS

9c-9 Technical Special Provisions LS

Structures - Summary and Miscellaneou8 Tasks and Drawings Subtotal

Task Task

No.

9c-10 Bridge 1

9c-11 Bridge 2

9c-12 Bridge 3

9c-13 Retaining Walls

9c-14 Miscellaneous Structures

Structures Technical Subtotals

revised_CR_ 1 _staff_hrs_PC DEI_B-20-13.xlsx 9c. OS Structure Summary

Total

0

0

0

0

20

20

580/Main St to SR 586/Curlew Road Sidewalk Improvements (LAP) 424564-3-52-01

Design and Production Staffhours

No.of Hours No.of Comments

Units per Unit Sheets Total

0 0 0 0

0 0 0 0

0 0 0 0

0 0 0 0

0 0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0

Task10 Task 11 Task12 Task13 Task14 Task15 Task16 Task17 Taak18

0 0 0 0 0 0 0

0

20

0 0 0 0 0 0 0 0 20

Page 39 of 60 8121/2013

Page 78:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBIT C

Task 9c.: OS Structures - Summary and Miscellaneous Tasks and Drawings

Task Task UnHs

No.of Hours Total Comments

No. Units perUnH

9c-15 Field Reviews LS 1 0 0

9c-16 Technical Meetings LS 1 0 0 Meetings are listed below

9c-17 Quality Assurance/Quality Control LS o/o 0% 0

9c-18 Independent Peer Review LS % 0% 0

9c-19 Supervision LS % 5% 1

Structures Nontechnical Subtotal 1

9c-20 Coordination LS % 0% 0

9. Structures • Summary and MiscellSMH>US Tasks and Drawings Nontechnical and

Coordination Total 1

Technical Meetings

BOA Coordination/Review EA 0 0 0 90/100% Comment Review EA 0 0 0 Aesthetics Coordination EA 0 0 0 Regulatory Agency EA 0 0 0 Local Govemments (cities, counties) EA 0 0 0 Utility Companies EA 0 0 0 Other Meettnss EA 0 0 0 subtotal Technical Meetings 0

Progress Meetings EA 0 0 0 Phase Review Meetings EA 0 0 0

Total Meetings 0 Carries to 9c-16

Note: Profect Manager attendance at progress, phase and field review meetings are manually entered on General Task 3.

revised_ CR_ 1 _stafLhrs_PC DE1_8·20-13.xlsx 9c. OS Structure Summary Page40of60 8121/2013

Page 79:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

(..)

1-iii :c i'.;5

Iak le,; Pl IIM1Yrn • NIIFIPeoeeee

E1Umator. Sttll/8 Laney. Ayars

Tuk Tuk No.

CGncrllll 110x CUIWrt

9c·1 concntte Box CUIVerts

9c·2 concntte 801 cuivens E>ctenslons

IINlnPolN

SC-3 I--- Steel Strain POies

9c-4

9c.5 I--- Concrete Strain Palas

9c·6

9c.7 MntAnM

Be-I Mu1Atms

IMrhMIICm ............ -9c·10 Clnllever &ton S1ruc1ure1

9c·11 Ovame1d Span Sign Slructuras

Bc-12 Speelal (LDng Span) overnead sivn Strucwres

lc-13 Monotuoe Ovalhead Sign Structll'e

tc-14 Bridge Mounted Signs (A1tachad to Suptntr.)

Hlgl!Mn1Ugh"'9

lk:·15 High Mui Llgllllng Structures

laUnd lllrrlllrWlla (Clrmmd Mount)

Bc-16 Hor!Zontal Wall a.om.try

9c·17 Verttcel Wall Geomstry

9e·18 SUmmlry of Quanfflles • Alsthellc 1 ...... _

8.18 Control Drawings

lk:·20 Oellgn for WaH Helah1 Covered by Standards

9c·21 Design for Wall Helaht Not Covered by Standards

llc-22 Aesthetic Detals

..,..,..,11ructu ... 9c·22 Fender SysCtm

9c·24 Fender S)'ltem Access

lk:·25 Special Slructunls

9c-26 Other Structuros

CR 1 (Keene Road) From SR 58G'Maln St to SR 588/Curllw Road Sidewalk Improvements (LAP) G4114-3,52-01

111111 No.DI Hain/ No.or TD181 C-111 11111111 Unit ...... ........

EA 0 0 0 0

EA 0 0 0 0 EJC111nslon

ln11111Conllg 0 0 0 0

EAAdd'I .......... 0 0 0 0

Initial COntlg 0 0 0 0

EAAdd'I Cnnlln 0 0 0 0

EAPoll 2 12 1 2"

EA Design 0 0 D 0

EA De1lgn 0 0 0 0

EA Design 0 0 0 0

EADeslgn 0 0 D 0

EADalgn 0 0 D 0

EA llellgn 0 0 D 0

EA Wall 0 0 0 0

EAWIII 0 0 0 0

Sheet 0 0 0 0

Shatt 0 D D 0

EADHlgn 0 0 0 D

EADeslan 0 0 0 0

LS t 0 0 0

LS I 0 0

LS I 0 0

LS I 0 0

LS I 0 0

11. ll1nlctuM • M..,..__ Total 1 2'I

ml1sd_CR_ 1_111N_hrs_PC DEL 8-20-13.ldu lc, OS Structures-Mscllllaneous Page 41 olSO B/2V2013

Page 80:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

T-No.

....

9c-2

9o-3

....

....

.... 9c.7

.... "" ..

«witied_CR ... 1_1t1t(JH_PG OEl_&-ZO.tJ,lll!O: 9<, OS F.t,,oo SU~ & Su<vev

T-

-"""""'Conlrol (HPC)

a!.t•mt RNdwW'f Mufti. ___ -V-"1PC1Boo<IILIM

2·L1tn•~Y

MIJ!ll.lano Aoadwly -·· Ailonment llffll f;d,;!nt A,W Un••

-IT-~-~ ----........... Ref~~

il!-l.llne-oy Muttl-lono-dway

lnt.fftaht

Relerence Pwt1S

Non Altgnmef,1 Polnttl~m,,.

T~TI.1(30!

-(20)

_.....,c_

IS!do-Su-

- !loo! --- Depl!.lnlt

Mil• -Mlle

-M .. M ..

M"6 -EA

EA

EA

.,. . UnllSlf>ay

EA

EA

EA

·a· UnrurlOay

•"

--.....

EXHIBITC

Illll to.: gs faan/Amberlp SUE n llurvft

- I Flo!dhppo,t I 0.,..-1-0.,.. - 1-"""""' 1-._. -.::: _,_.,.,.. - -om I I 0.00 I I 0.00

uo I I n.oo I I "·"° o.oo I I 0.00 I I o.oo

C.DO I l 000 I I .... 000 I I 000 I I 000

coo I I 000 I I 0.00

000 I I 000 I I 000

000 I I 0.00 I I 000 ... I I .... I I o.oo ooo I I 000 I I 0.00

a.co j I 0.00 I I 0,00

o.oo I I 0.00 I I 0,00

ODO I I 0.00 I I O.DO

MO I I 0.00 I I 0.00

ooo I I 0.00 I I 0.00

o.oo I I 0.00 I I 0.00

o.oo I I 000 I I 0.00

111211:!013

Page 81:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

T-No. r .. Unit,, !loo! I -- I c- I i:s..ppo,t I - °"'"""'" °""' ,_.,.,.. - I -~ 1-9-t =' _,_.,.,.. -

~ 9e~10 ~U!lll!I ..

Deslgn&IH 0.20 l~o.so I ,.so I o.75 - O.tS I ,.so I ,.so I 2.25

5uM,y

9f:·11 louttall Sun,ey

9e·12 Drain•ge Surwy

tc-13 Bridt• SUNey

Mlno<f 11.,.,

!le-I<

Chllfffllll SUn,,ey ..... ---..... .... --~-k-17

JumdlcUon UM' !iu""9Y

.,..,e _,s_ le·19 Secltonll / Grant &uwy

..,. .. ~don locaflon

0<·21 ---;!-~

IP;/'NUne

Dc-25

.., .. k:-21

.....

rtWiad_cR_ 1 _m11-m~Pc oeu,-2~ t3.:c1.s.t k, Oii F•leonSUE & S•""'Y

PIW MoflUl'ft'ffll•tlon

l.ln•tl-

iw..tz.,,,.s., ...

9uMlys

.......,_

Mile

EA

£A

EA

EA

Mif•

Mlle

Ell

c.,.,..

Milo --EA

EA

EA

Mlle

Po'n!

M;fo

'""'· I 2.00 J Q.60 I HO I <00 I 2.40

I I 000 I I 000 I I 000

I Unit9/Doy I I I 000 I I 000 I I 000

I I 000 I I n.oo I I 000

I I ooo I I 0.00 I I 000

I I ooo I I 0.00 I I 000

I I ooo I I 0.00 I I 0.00

I I ooo I I 0.00 I I 0.00

J Unll>IO•v I I I o.oo I I 0.00 I I il.00

I I o.oo I I 0.00 I I 0.00

I I o.oo I I 0.00 I I 0.00

I I o.oo I I 0.00 I I 0.00

I I o.oo I I 0.00 I I 0.00

I I o.oo I I 0.00 I I 0.00

I I o.oo I I 0.00 l 1 .... I I C.00 I I 0.00 I I 0.00

I I o.oo I I 0,00 I I 0.00

I I o.oo I I 0.00 I I 0.00

I I ooo I

3 I 012$ I u• I

I I 0.00 I I 0.00 I I .... I-a.,. I • I """""-"""' I 3 I -..=-1 • -

c-

tJooiOnll"t2""""'"'forffllllll_ .... ,,,_ __ '"' __ -

111i!T/l!tlT3

Page 82:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

TNl<IIG.

91>211

S,,.31)

9c-3l

... ,, 9c·33

llc-34

9c·3!i

r~d_CR t &ttff .. hl'I_PC OEI_B-20-t:J xtu 9e OS Flfcon S\JE I 5UN9y

T•

s.,,,,i.m ...... s..,..

--""' F1ek1 Rwt"'9

T1chntal fwleljnp:

QueUty Comtul I Ooaftfy ADurolflCe

s...,......,.,

-T--,..

Klctoll Mn1lng"""' Fll01' Ba-~-IIW ---Yo_ Control_

loc.t Gowmmentl (CltUH, coumlH) Flna!Submfttal-

~IWiii•

~ren:UNtingl Pt!ne~MN!ino•

.-ii..il-

EXHIBITC

Task lie,; OS Fek:an/Amber!M SUE .... s..wy

- .... , 1--~9-t I .:« I -'-' 1-._. -- oo,.llh,lt C.-llttJ& ..._ -,-o.,,, -THE 1" FOR SUPPL - E~•-.. - ·-·

I 3 I 0 I I 0 I I NEGOTIATIONS. nus !T9I CIIN ONl '( Be USED IF Al1l'>lOll!ZED 1N

0 WRITING BY THE DISTRICT SURllllYOR

Unl1s

I I 0 ,_

I I 0

LS

OllO I I 0

LS

', J I ,,.. I 0

LS

,,.~, I s,,. I 0 ····--

LS . } ,: I "" l •

21.-T-j cr.wn.,,, I , I _.._ I 3 I _......,. I • - -EA EA EA 0

EA 0

EA EA EA

EA EA

-.. -

Page 83:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Task lc,i os FalconlAmbertea Geotecbolcal

Esllmalor: Henri Jean • Tierra CR 1 (Keene Road) From SR 580/Maln St to SR 586(Curlew Road SldeWalk Improvements (LAP) 424564-3-52-01

Taak Taal< No.

Roadway

9c·1 Document Collection and Review

9c-2 Develop Detalled Boring Location Plan

9c.3 Stake Boringa/Ullty Clearance

9c-4 Coon:llnate and Develop MOT Plans for Field Investigation

9c-5 Orllng Access Permits

9c-6 Proparty Clearances

9c.7 Groundwater MonHorlng

9c-8 LBRIResment Modulus Sampffng

9c·9 Coordination of Reid Work

9c·10 Soil and Rock Classlflcallon • Roadway

9c·11 Design LBR

9c-12 Laboratory Data

9c-13 Seasonal High Water Table

9c·14 Parameters for Water Retention Areas

9c·15 Delineate Limits ot Unsuitable Material

9c·16 Electronic Flies for Cross-Sections

9c.17 Embankment Settlement and Stability

9c-18 Stormwater Volume Recovery and/or Background Seepage Analvsis

9c·19 Geotechnlcal Recommendations

9c-20 Pavement Condition Survey and Pavement Evaluation Report

9c·21 Preliminary Roadway Report

9c·22 Final Report

9c·23 Auger Boring Drafting

9c-24 SPT Boring Drafting

revised_CR_ 1_staff_hrs_PC DEI_S-20·13.xlsx 9c. OS Falcon Geotechnlcal

Units Noof Hounl Total

Commentll Unb Unit Hours

LS 1 0 0 Project lnfonnatlon - >

LS 1 0 0

Boring 0 0 0

EA 0 0 0

Location 0 0 0

EA 0 0 0

EA 0 0 0

EA 0 0 0

100 If of boring 0 0 0

100 If of boring 0 0 0

LS 0 0 0

1 oo If of boring 0 0 0

Boring 0 0 0

EA 0 0 0

Cross-section 0 0 0

100 If of boring 0 0 0

Embankment 0 0 0

Boring

EA 0 0 0

LS 1 0 0

LS 1 0 0

LS 1 0 0

EA 0 0 0

100 If boring 0 3 0

100 II boring 0 4 0

0

Page45of60 812112013

Page 84:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

(.)

l­a) r x UJ

Task 9c.; os Falcon/Amberlea Geotechnlcal

Tuk Task No.

Structuree

9c·25 Develop Detailed Boring Location Plan

Bc-26 Stake Borlngs/Ulllity Clearance

Bc-27 Coordinate and Develop MOT Plans for Field Investigation

Bc-28 Drilling Access Permits

9c·29 Property Clearances

9c·30 Collection of Corrosion Samples

9c·31 Coordination of Field Work

9c·32 Soll and Rock Classffication • Structures

9c·33 Tabulation of Laboratory Data

9C·34 Estimate Design Groundwater Level for Structures

Bc-35 Selection of Foundation Alternatives (BDR)

9c·36 Detailed Analysis of Selected Foundation Altemate(s)

ec-37 Bridge Construction and Testing Recommendations

9c·38 Lateral Load Analysis (Optional)

9c·39 Walls

9C·40 Sheet Pile Wall Analysis (Optional)

9c-41 Design Soil Parameters for Signs, Signals, High Mast Lights, and Strain Poles and Geotechnicai Recommendations

9c·42 Box Culvert Analysis

9c-43 Preliminary Report • BDR

9c-44 Final Report· Bridge and Associated Walls

Bc-45 Final Reports • Signs, Signals, Box Culvert, Walls and High Mast Ughts

9c-46 SPT Boring Drafting

Bc-47 Other Geotechnical

revisecl_CR_ 1_staff_hrs_PC DE1_8·20·13.xlsx 9c. OS Falcon Geolechnical

Units Noof Houral Units Unit

LS 1 5

Boring 2 0.75

EA 0 0

Location 0 0

EA 0 0

EA 0 0

100 If of boring 0.7 1.5

100 If of boring 0.7 2

1 oo If of boring 0.7 1

EA 0 0

Bridge boring 0 0

Bridge boring 0 0

Bridge boring 0 0

Bridge boring 0 0

Wall Boring 0 0

Wall Boring 0 0

Boring 2 1

EA 0 0

EA 0 0

EA 0 0

EA 1 5

100 If of boring 0.7 4

LS 1 0

Structural Geotechnical Subtotal

Geotechnlcal Technical Subtotal

Page 46 of 60

Total Comment• Houra

5 Structure Information==>

2 2-35 ft SPTs and Soll Parameter Sheet

0

0

0

0

1

1

1

0

0

0 NA

0 NA

0 NA

0

0

2

0

0

0

5

3

0

20

20

8121/2013

Page 85:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

<.)

I-­co

Taek No.

9c-48

9e-49

9e·50

9e·51

9e·52

9e-53

9e-54

Task Sc.; os FarcontAmberJ• GeotechnlcaJ

Task Unb Hoof Houre.l Tor.I CommentlJ Unb Unit Hours

Technlcal Special Provisions EA 0 0 0

Field Reviews LS 0 0 0

Technical Meetings LS 0 0 0

Quality Assurance/Quality Control LS 'Yo O'Yo 0

Supervision LS o/o 5o/o 1

Geotachnlcal Nontechnlcal Subtotal 1

Coordnation LS % O'Yo 0

Optional Preliminary Contamination Aaseasment LS 1 0 0

30. Geotechnlcal Toti! 21

Technical Meetlnll!

Kickoff Meeting with FOOT EA 0 0 0 Boring Layout Approval EA 0 0 0 Attend In BOR Review Meeting EA 0 0 0 ~ Submittal Review EA 0 0 0 Other Meetings EA 0 0 0 Subtotal Technlcal IINtlngs 0

Progress Meetings EA 0 0 0 Phase Review Meetings EA 0 0 0

Total Meetings D Carries to 9c-49

~ Note: Project Manager attendance at progress, phase and field review meetings are manually entered on General Tuk 3 w

tevlsed... CR_ 1_staff_hrs_PC DEL8·20-13.xlsx 9e. OS Falcon Geolechnlcaf Page47of60 8121/2013

Page 86:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Task No.

9d-1

9d-2

9d-3

9d-4

9d-5

9d-6

9d-7

9d-8

9d-9

9d-10

9d-11

9d-12

9d-13

9d-14

9d-15

9d-16

9d-17

9d-18

9d-19

EXHIBITC

Task 9d.: OS Sight Distance Analysis and Plans

Project Name: CR I (Keene Road) From SR 580/Main St to SR 586/Curlew Road Sidewalk Improvements (LAP) FPID #: 424564-3-52-01

Estimator: Andy Padgett ame onsu n: onsu tant N of C lta t ICON C G roup, nc

Task Units Noof Hours/ Total

Comments Units Unit Hours

Typical Section Package LS 1 0 0

Pavement Design Package LS 1 0 0

Access Management LS 1 0 0

HorizontalNertical Master Design Files LS 1 0 0

Cross Section Design Flies LS 1 0 0

Traffic Control Analysis LS 1 0 0

Master TCP Design Flies LS 1 0 0

Design Variations and Exceptions LS 1 0 0

Design Report LS 1 0 0

Computation Book & Quantities LS 1 0 0

Cost Estimate LS 1 2 2

Technical Special Provisions LS 1 0 0

Other Roadway Analysis LS 8 2 16 sight distance analysis for 8 side streets

Sidewalk Analysis Technical Subtotal 18

Field Reviews LS 1 4 4

Technical Meetings LS 1 4 4 Meetings are listed below

Quality Assurance/Quality Control LS % 0% 0

Independent Peer Review LS % 0% 0

Supervision LS o/o 5% 1

Sidewalk Analysis Nontechnical Subtotal 9

sight distance plan additions for 8 side streets LS 8 2 16

Sidewalk Analysis Total 43

revised_CR_ 1_stafLhrs_PC DEI_B-20-13.xlsx 9d. OS Sight Distance Analysis Page48 of 60 8/21/2013

Page 87:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBITC

Task 9d.: OS Sight Distance Analysis and Plans

Task No. Task

Technical Meetings

Typical Section Pavement Access Management 15% Line and Grade Driveways Local Governments (cities, counties, MPO) Work Zone Traffic Control 30/60/90/100% Comment Review Meetings Other Meetings Subtotal Technical Meetings

Progress Meetings (if required by FOOT) Phase Review Meetings

Total Meetings

Comments

EA 0 0 0 EA 0 0 0 EA 0 0 0 EA 0 0 0 EA 0 0 0 EA 0 0 0 EA 0 0 0 EA 0 0 0 EA 4 4 Coordination meeting with County

4

EA 0 0 0 EA 0 0 0

4 Carries to 9d-15

Note: Project Manager attendance at progress, phase and field review meetings are manually entered on General Task 3

revised_CR_ 1 _staff_hrs_PC DEI_B-20-13.xlsx 9d. OS Sight Distance Analysis Page49 of 60 8/2112013

Page 88:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Estimator. Michael Curley- Jeff moss

Task No. T•k Units

9cl-1 Hort~ontal Project Control (HPC)

2·Lane Roa<lway Mffe

Mufti-lane Roadway

Interstate Mfle

9cl-2 Veltlcal PC I Bench Line

2-Lane Roa<lway

Mufti-lane Roadwoy Mle

lnlll!State Mfle

9d·3 Alignment and Existing R/W Lines

Mne

9d-4 Aer1111 Targats

2-Lane Roadway EA

EA

lnlll!State EA

9d·S Reference Points "A"

2-Lane Roadway EA

Mulll-lane Roadway EA

lnlB!Slale EA

Refarance Points ·e· Non Alignment Polnls/Approxlmata EA

Noof Units

Units/Day

Units/Day

Units/Day

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

EXHIBIT C

Task 9d.: os §laht Distance • Survey

Project: CR 1 (Keene Road) Fram SR 580IMaln St ID SR 5861Cu11aw Road StdeWalk lmpmYemenls (I.AP) FPID· 424564-3-52-01

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

9d-6 Topography/DTM (30) - ·--·-·- ,u ··----, - ·- -···-- ,u, ---.- ·-·--• t---;-----------,t---1---,-----.---r------..----..------..------i""""""" WIIIIII. std8Walb. aspllmll/c:oncretasurtacas, -Ullllyteawras.

Gtound I SUlfaca """'8llons to be 9Ufflclenl In IUnber 111111 apactng to i-----r------------11-----1--~----~--------~---~-----~------tlll'lllftaccutlll8ona (1) lootgmund conlours lorfulunldat!lgn/englneM

lnll!IClns 8.00 0.50 4.00 1.00 4.00 2.50 10.00

1---9d-·7-~A_ant_me1_00_(_20_) _____ -+---+---~----.---...------~--~-----~-----1purposas.Spedladdnllnllgestruclur8s(lndudeslocallon,plpeand

9d·B Roadway Cross·Secttons/Pmllles

9d-9 Side Streat Surveys

ravlsed...CR_ 1 steff __ hrs_PC DEL8·20-13.xlsx 9d. OS Su,vey

Mlle 0.00

Mlle 0.00

0.00 0.00 struclUnt sizes, tops, grates, lhmals, waifs, and '""8rt eleYallans) along -· 0.00 0.00

Paga SO of 60 8/21/2013

Page 89:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

T•skNo. Tmsk

!ld-10 Underground Utllldes

Designates

Locates

Survey

9d·11 Outran Survey

9d·12 Drainage Survey

9<1--13 Bridge Survey

Minor I Major

!ld-14

Channel Survey

9d·15

Pond SMa Sinay

!ld-16

Mlllgatlon Survey

9d-17

Jur1sdlctfon Una Survey

9cHB Geolechnlcal Support

9<1-19 5ecttonal I Grant survey

9<1-20 Sul>dlv191on Location

9d·21 Mlllnlalnedf'JW

9d·22 Boundary Survey

9d-23 Water Boundtlly Survey

revised.CR 1_staff_.hrs_ PC DEl.8-20-13.xlsx 9d. OS Survey

Noaf Units

Units

Mlle/Sfte

Paint

0"4

Mlle

EA

EA

EA

EA

Mlle

Mia

EA

Comer

Mle

Block

Mia

EA

EA

EXHIBITC

Task 9d.: OS Sight Distance· Suryey

Fltlkl er.w Crew Fleld Support Fleld Office Support Otllee Support SUpport c-Dtly9/Unlt Deys Hoen' CNw Deya Haun Houn I Crew Deys Hoen

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00 0.00

0.00 0.00 0.00

Units/Day

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

0.00 I 0.00 0.00

Units/Day

0.00 I 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 D.00

0.00 0.00 0.00

0.00 0.00 D.00 -

Page 51 of 60 8121/2013

Page 90:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Tul<No. Tnk

9d-24 A/W Slaking I R/W Une

9d-25 RIW Monumentatlon

9d-26 Line Cuffing

9d·27 WO<k Zone Safely

9d·28 Miscellaneous Surveys

SurwyS.-

9d-29 Supplemental &J,veys

9d-30 Document Research

9d-31 Raid R8"laws

9d-32 Technical Meetings

9d-33 auar~y con1m1 , Oualhy Assurance

9d-34 Supervision

9d·35 Coonlna1ion

revlsac:LCR. 1 .slafl hrs PC DEL.8·20-13.xfsx 9d. OS SU,vey

Noof FlllldC..W c..w Units llnlls .,.,.,unit u.,.

EA 0.00

Mlle 0.00

Point 0.00

Mlle 0.00

0.00

0.00

Clewo.,a 4

4 0

Units

Units

LS

0.00

LS .. :

LS ,,--. -·

' LS

··-,·""".'.< <· . : . "''',;,'

SurwyTolml CNWU.,. 4

EXHIBITC

Task 9d.: OS Sight Distance - Sun,ey

Fleld SUpport Fhlkl

Offlcll 8uppOlt Olllce 8uppOlt Support HcNn I CNW U.,. Houn I Cl9W U.,. Hclln

C--* Hours

I 0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

Fleld Support 4 OIIIC8 SUpport 10 Houn Houra

THE% FOR SUPPLEMENTAL WILL BE DETERMINED AT NEGOTIATIONS. THIS ITEM CAN ONLY BE USED IF AUTHORIZED IN

0 0 WRITING BY THE DISTRICT SURVEYOR

0

0

0

<11,,-:,: .. 0% 0

'~i~1i~. 5,., 1

:,,;~'lF .. ·· 0% 0

Fi.Id SUpport 4 OIIIC8 SUpport 11

Houn Houra

Page52ol 60 8121/2013

Page 91:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

TUkNo. TUk

Kickoff Meeting wtlh FOOT

Bllselln& Approval Fllnllew ~ Control Review Vertical Control Review

Local Govammants (cllles. counties) Final Submittal Review Olher Meetings

EA EA EA EA

EA EA EA

EA EA

Noof IJnl19

0 0 0 0

0 0 0

0 0

FleldCrew D9y111Unft

0 0 0 0

0 0 0

0 0

Crew 0.,.

0 0 0 0

0 0 0 0

0 0

0 Carrin lo IJd.32

EXHIBITC

Task 9d.: OS Sight Distance • Suotey

Fleld Support Hours I Crew Dlly8

Fleld Support Houn

SPLS=

PLS:

Office Support = Total Hours =

Nola: Prc,fect M.._ attenclence at pn,gnu, phase ond llekl rev!- meetings.,. .....,ually en- on General Ten 3

ravlsed_CR J_Slaff hrs.PC DEI.J!-20-13.xlsx 9d. OS SU!Vey Page 53 of 60

·~

8/21/2013

Page 92:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Task No.

9e-1

9e-2

9e-3

9e-4

9e-5

9e-6

9e-7

9e-8

9e-9

9e·10

se-11

9e-12

9e-13

9e-14

9e-15

9e-16

9e·17

9e-18

9e-19

9e-20

EXHIBITC

Task 9e.: os Cross Slope Correction AnalysJa and Plans

Project Name: CR I (Keene Road) From SR 580/Main St to SR 586/Curlew Road Sidewalk Improvements (LAP)

FPID t: 424564-3-52-01 Estimator: Andy Padgett

me onsu : tant Ill, Ne of C ftant ICON Consul Groll Inc

Taak Units Noof Hours{ Total Comments Units Unit Hours

Typical Section Package LS 1 0 0

Pavement Design Package LS 1 0 0

Access Management LS 1 0 0

HorizontalNertlcal Master Design Flies LS 1 0 0

Cross Section Design Flies LS , 0 0

T raffle Control Analysis LS 1 0 0

Master TCP Design Ries LS 1 0 0

Design Variations and Exceptions LS 1 0 0

Design Report LS 1 0 0

Computation Book & Quantities LS 1 0 0

Cost Estimate LS 1 2 2

Technical Special Provisions LS 1 0 0

Other Roadway Analysis LS 6 3 24 cross slope correction analysis for 8 side streets

Sidewalk Analyals Technical Subtotal 26

Field Reviews LS 1 4 4

T echnlcal Meetings LS 1 4 4 Meetings are listed below

Quality Assurance/Quality Control LS % 0'% 0

Independent Peer Review LS o;., 0% 0

Supervision LS % 5% 1

Sidewalk Analyels Nonmchnlcal Subtotal 9

cross slope correction plan view additions LS 8 2 16

for 8 side streets

haH sections for 8 side streets LS 16 2 32 2 half sections per sidestreet

Sidewalk Analyaia Total 83

revised_ CR_ 1 _staff_hrs_PC DEi. _8-20-13.xfsx 9e. OS Cross Slope Correction Page 54of60 8121/2013

Page 93:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBIT C

Task 9e.: OS Cross Slope Correction Analysis and Plans

Task Task Units

Noof Hours/ Total Comments

No. Units Unit Hours

Technlcal Meetfn9!

Typical Section EA 0 0 0 Pavement EA 0 0 0 Access Management EA 0 0 0 15'Yo Line and Grade EA 0 0 0 Driveways EA 0 0 0 Local Governments (cities, counties, MPO) EA 0 0 0 Work Zone Traffic Control EA 0 0 0 30/60f90/1 OO'Yo Comment Review Meetings EA 0 0 0 01her Meeti!11!! EA 4 4 COORDINATION MEETING WITH COUNTY Subtotal Technlcal Meetings 4

Progress Meetings (if required by FOOT) EA 0 0 0 Phase Review Meetings EA 0 0 0

Total Meetings 4 Carries to 9e-15

Note: Protect Manager attendance at progress, phase and field review meetings are manually entered on General Task 3

revisecl_CR_ 1_staff_hrs_PC DEI_B-20-13.xlsx 9e. OS Cross Slope Correction Page 55 of 60 8/21/2013

Page 94:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

ESl!rnator. Micl18el Curley- Jeff moss

TukNo. Tuk Unb

9e-1 Horizonlal ProjGet Control (HPC) L 2-L.ant1 Roadway Mile

Multi-lane Roadway Mile

lnlenllata Mile

99-2 Vellk:al PC I Bench Line

2-Lane Roadway Mlle

Mull-lane Roadway Mlle

lnlerstate Mlle

9e-3 Allr,,menl and Exlsllng PJW Lines

Mlle

9e-4 Ae!ial Targeis

2-Lana Roadway EA

Mufti-lane Roadway EA

lnten!tate EA

9e-5 Reference Points "A"

2-Lane Roadway EA

Multi-lane Roadway EA

Interstate EA

Aeferenc& Points ·e· Noo Aligmlenl Poinls/Approximate EA

9e-6 TopographylOTM (30)

inlrsdnS

9e-7 Planlmetric: (20)

Mlle

9e-8 Aoedway Cross-SedlonlllProflles

Mlle

re\'ised_CR_t_Slalf_hrs_PC DEl_8·20·13.xlsx 9e. OS SUE and Sutvey

Moot FlllldCnw Unb DaplUnlt

~ UnblDay

Unlls/Oay

8.00 0.50

I

EXHIBITC

Task le.: OS Cross Slope Correction· SUE and Survey

Crew Support

.. _ Support

Daya ICrew Daya Hours

~ 0.00

0.00

0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

0.00 0.00

4.00 0.50 2.00

0.00 0.00

0.00 0.00

Page 56 of 60

Office Support Haun I Crew Daya

2.50

CR 1 (KEENE ROAD) FROM SR 580 (MAIN ST.) TO SR 51!6 (CURLEW ROAD) 424564-3-52.01

Offlm Support C--* Haun

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

o.oo 0.00

0.00

0.00

-opogniphlc -- to Include, bul not limlled to, dminage features, IOOl1Cl'8le walls, sidewalks, lllpl,all/concnllle S\lface&. and ~ leallns.

10.00 Gffll.l1d I IUface llkmllionlll to be stMiclenl In nc.mber and spacing to -.e acn.nte one (1) foot grOl.l1d conkN.n lor fljwe deslgn(engil-11111 fUPOSIIII· Speclllad dminage llnldtn9 (ln,:ludes locallan, pipe and lllruclura alms, tops, grates. lhroals. wei111. and ir1Y«I eleYellonls) along the

0.00 rigll of way

o.oo

8(21/2013

Page 95:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Tak No. Taek

9e-9 Side Sll'NI Surveys

revised_CR_ 1 _staff_h!s_PC OEl_fl..20-13.>dsx 9e. OS SUE and SUr,ey

Unb

EXHIBITC

Task Be.: gs Cc:911 Slope Correction • SUE and Sumv

Noaf I FWdCtew I Crew I Alhl~ I ~ I on-..,. I mftce.._ Unlla .,.,.,.. .,. Hours/ C-0.,. 8:' Hours/Crew.,. Haun eomi-

Page 57 of 60 8/21/2013

Page 96:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

TnlcNo. Tnk Unla

9e·10 Undmgrou,d UtMilles

Designates Mile/Sil9

Locales Point

Surv9Y

9e-11 Outfall Survey

Mile

9e-12 Drainage &wvey

EA

9e-13 Bridge &wvey

Mino4' I Major EA

9e·14

Channel SuM!y

9e·15 EA

Pond Sfte &wvey

9e-16 EA

Mitigation &wvey

911-17 Mlle

Jurisdldlon Line Sm,ey

Mlle

9e-18 Geolechnic8I Support

EA

9e-19 Sectional I Grant Survey

Comer

Mile

9e·20 Sl.tldMslon Location

Block

9e-21 Maintained R/W

Mile

• Survey µ 9e·23 Walef Bounda,y Survey

EA

revise<l.CA_LslafLhrs_PC DEL B-20-13.ldsx 911. OS SUE and Survey

Noaf Unla

8.00

40

30%

EXHIBIT C

Task 99.: OS Crass Slope Correction· SUE and Survey

FfeldCJww et.. Flllld Support Field

Office 8uppalt Offlca 8uppalt 8uppalt Comlslllma DaplUnlt .,.,. Houra I 0.-Deye ...... _ Hotn I CNw Deye Hours

o.40 3.20 1.00 3.20 1.50 4.80 Designate horitXnally found IAllilles at inlels on side streela and at Cl.lll'9l!I

when! slope changes - -ry and provide a teat hole on Gach found 0.15 6.00 1.00 6.00 1.50 9.00 ttlllty for -11c:al -mcatlon.

9.20 2.76 1.00 2.76 1.50 4.14

0.00 0.00 0.00

Unlls/Oay

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

Unils/Day

0.00 0.00 0.00

0.00 0.00 0.00

0.00 o.oo 0.00

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

0.00 0.00 0.00

Page58ol60 M!1r.!013

Page 97:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

EXHIBIT C

Task 9e.: OS Cross Slope Correction - SUE and Survey

Noof Fllllder.w c- Fllld Support F..td

Office Support Office SUppClrt TNkNo. TNk unb Support Unb o.,.IUnil Days Hours I Crew Days It-.

HounJIQ.w Dayll Hours

9&-24 RIW Staking I RIW line

EA o.oo 0.00 0.00

Mile 0.00 0.00 0.00 --· 99-25 R/W Morunentllllon

Point 0.00 0.00 0.00

99-26 Line Cutting

Mile 0.00

!le-27 WOl"I! Zone Safaly

1Ul6 0.125 1.50

9e~ ~&.veys 0.00 0.00 0.00

9'Jl'WY 8ubtallll Cr9WDayll 17 Fllld Suppart 14 Offlae Support 211 Hounl Hours

9&-29 Supplemental Surveys

17 0 0 0

9e-30 Document Rtl11&11rch Units

0

9e-31 FleldRmews Units

0

9e-32 Ted"lnlall Meetings LS

0.00 0

9&-33 Quallly Contn:,I / Quallly Assurance LS

···,::' :--.; r·· ~ i, ,. _7~; ;/" '' ;~~~,C/ ····· . -·-

0% 0

98-34 Supervision LS ; . ·i,15. 5% 2

99-35 Coordlration LS

!ii>.:. '2~ """":;;:,,-:.;; ''"'''C~;: ~ I 0% 0

revised. CFL Lstaff .. hrs_PC DEi _8-20-13.xlsx !le. OS SUE and Su,vey

SU,.., TOIII C-Dayll 17 Flllkl Suppart ..... ,. Offlclt Support • ......

Page59ol60

C:0.-.

THE% FOR SUPf'LEMENTAL WllL BE DETERMINED AT NEGOTIATIONS. THIS ITEM CAN ONLY BE USED IF AUTHORIZED IN

WRITING BY THE DISTRICT SURVEYOR

Page 98:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Tok

Technlcal Meelinp

Klckolf Meelirlg with FOOT Baseline Approval Review Nalwofk Control Review Vertical Control Review

Local Govemments (cities, COl.l'llles) Flnlll Slilmltal Review

Dlher Meetings 8ubtolal Teehnkel MNtlnp

P~Maetinga ~ Aeview Meetings

TNIMNtfnp

fflllised_CR_ 1_staff_hrs_PC DEI_B-20-13.xlsx 9e. OS SUE and St.wvey

EA 0 EA 0 EA 0 EA 0

EA 0 EA 0 EA 0

EA 0 EA 0

EXHIBITC

Task 9e.: os Cross Slope Correction • SUE and Sum1

SPL5,.

PLS=

Office SUppolt ..

0 0 TolalHotn= 44

0 0 0 0 0 0

0 0 0 0 0 0

0

0 0 0 0

0 CaniMlo9e-32

Page 60 oleo 8121/2013

Page 99:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Appendix 1 Terms for Federal Aid Contracts I Florida Department of Transportation

TERMS FOR FEDERAL AID CONTRACTS (APPENDIX I):

The following terms apply to all contracts in which involve the expenditure of federal funds:

A. It is understood and agreed that all rights of the County and the Florida Department of Transportation relating to inspection, review, approval, patents, copyrights, and audit of the work, tracing, plans, specifications, maps, data, and cost records relating to this Agreement shall also be reserved and held by authorized representatives of the United States of America.

B. It is understood and agreed that, in order to permit federal participation, no supplemental agreement of any nature may be entered into by the parties hereto with regard to the work to be performed hereunder without the approval of the U.S. Department of Transportation, anything to the contrary in this Agreement not withstanding.

C. Compliance with Regulations: The Consultant shall comply with the Regulations of the U.S. Department of transportation Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement.

D. Nondiscrimination: The Consultant. with regard to the work performed during the Agreement, shall not discriminate on the basis of race, color, national origin, sex, age, disability, religion or family status in the selection and retention of subcontractors, including procurements of material and leases of equipment. The Consultant will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Agreement covers a program set forth in Appendix B of the Regulations.

E. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations made by the Consultant, either by competitive bidding or negotiation for work to be performed under a subcontract, including procurements of materials and leases of equipment, each potential subcontractor or supplier shall be notified by the Consultant of the Consultant's obligations under this Agreement and the Regulations relative to nondiscrimination on the basis of race, color, national origin, sex, age, disability, religion or family status.

F. Information and Reports: The Consultant will provide all information and reports required by the Regulations, or directives issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the County, Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the Consultant is in the exclusive possession of another who fails or refuses to furnish this information, the Consultant shall so certify to the Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administrationas appropriate, and shall set forth what efforts it has made to obtain the information.

G. Sanctions for Noncompliance: In the event of the Consultant's noncompliance with the nondiscrimination provisions of this Agreement, the Florida Department of Transportation shall impose such contract sanctions as it or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to,

1. withholding of payments to the Consultant under the Agreement until the Consultant complies and/or

2. cancellation, termination or suspension of the Agreement, in whole or in part.

H. Incorporation or Provisions: The Consultant will include the provisions of Paragraph C through Hin every subcontract, including procurements of materials and leases of equipment unless exempt by the Regulations, order. or instructions issued pursuant thereto. The Consultant will take such action with respect to any subcontract or procurement as the County, Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions, including sanctions for noncompliance. In the event a Consultant becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Consultant may request the Florida Department of Transportation to enter into such litigation to protect the interests of the Florida Department of Transportation, and, in addition, the Consultant may request the United States to enter into such litigation to protect the interests of the United States.

I. Interest of Members of Congress: No member of or delegate to the Congress of the United States will be admitted to any share or part of this contract or to any benefit arising therefrom.

J. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during his tenure or for one year thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State.

K. Participation by Disadvantaged Business Enterprises: The Consultant shall agree to abide by the following statement from 49 CFR 26.13(b ). This statement shall be included in all subsequent agreements between the Consultant and any subconsultant or contractor.

Page 1 of 2

Page 100:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

Appendix 1 Terms for Federal Aid Contracts I Florida Department of Transportation

The Consultant, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Consultant to carry out these requirements is a material breach of this Agreement, which may result in termination of this Agreement or other such remedy as the recipient deems appropriate.

L. It is mutually understood and agreed that the willful falsification, distortion or misrepresentation with respect to any facts related to the project(s) described in this Agreement is a violation of the Federal Law. Accordingly, United States Code, Title 18, Section 1020, is hereby incorporated by reference and made a part of this Agreement.

M. It is understood and agreed that if the Consultant at any time learns that the certification it provided the Florida Department of Transportation in compliance with 49 CFR, Section 26.51, was erroneous when submitted or has become erroneous by reason of changed circumstances, the Consultant shall provide immediate written notice to the Florida Department of Transportation. It is further agreed that the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" as set forth in 49 CFR, Section 29.510, shall be included by the Consultant in all lower tier covered transactions and in all aforementioned federal regulation.

N. The County hereby certifies that neither the Consultant nor the Consultant's representative has been required by the Florida Department of Transportation, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this Agreement, to

1. employ or retain, or agree to employ or retain, any firm or person, or

2. pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind;

The County further acknowledges that this Agreement will be furnished to a federal agency, in connection with this Agreement involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil.

0. The Consultant hereby certifies that it has not: 1. employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or

person (other than a bona fide employee working solely for the above Consultant) to solicit or secure this Agreement;

2. agreed, as an express or implied condition for obtaining this Agreement, to employ or retain the services of any firm or person in connection with carrying out this Agreement; or

3. paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for the above Consultant) any fee contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the Agreement.

The consultant further acknowledges that this Agreement will be furnished to the State of Florida Department of Transportation and a federal agency in connection with this Agreement involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil.

Other Requirements: The Consultant shall comply with Florida Department of Transportation's DBE Program Plan unless the County or the Consultant has a

DBE Program Plan approved by the USDOT. The Florida Department of Transportation currently has a race neutral program with an

8.60% Goal.

A DBE preference is not permitted. Use DBEs certified under the Florida Unified Certification Program Directory: http://www.dot.state.fl.us/equalopportunityoffice/dbecertification.shtm

E- VERIFY: The Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Consultant during the term of this Agreement; and shall expressly require any subconsultants performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the term of the Agreement.

Page 2 of 2

Page 101:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0539-NC(RM)

The Contracted vendor shall obtain and maintain, and require any sub-contractors to obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth. For projects with a Completed Operations exposure, Contractor shall maintain coverage and provide evidence of insurance for two (2) years beyond final acceptance. All insurance policies shall be from responsible companies duly authorized to do business in the State of Florida and have an AM Best rating of A- VIII or better. Within ten (10) calendar days after contractor receipt of notice of award, the Contractor shall provide the County with properly executed Certificates of Insurance to evidence compliance with the insurance requirements of the agreement. The Certificate(s) of Insurance shall be signed by authorized representatives of the insurance companies shown on the Certificate(s). A copy of the endorsement(s) referenced in paragraph three (3) for Additional Insured shall be attached to the certificate( s).

No work shall commence at any project site unless and until the required Certificate(s) of Insurance are received and approved by the County. Approval by the County of any Certificate of Insurance does not constitute verification by the County that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of the Agreement. County reserves the right to require a certified copy of the entire insurance policy, including endorsements, at any time during the RFP and/or contract period.

All policies providing liability coverage(s}, other than professional liability and worker's compensation policies obtained by the Contractor and sub-contractor(s) to meet the requirements of the Agreement shall be endorsed to include Pinellas County Board of County Commissioners and the Florida Department of Transportation (FOOT) as an Additional Insured.

If any insurance provided pursuant to the Agreement expires prior to the completion of the Work, renewal Certificates of Insurance and endorsements shall be furnished by the Contractor to the County at least thirty (30) days prior to the expiration date.

Contracted vendor shall also notify County within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, nonrenewal or adverse material change in coverage received by said Contractor from its insurer. Notice shall be given by certified mail to: Pinellas County Purchasing Department, 400 S. Ft. Harrison Avenue, 6th Floor, Clearwater, Florida 33756; and nothing contained herein shall absolve Contractor of this requirement to provide notice.

Should the Contractor, at any time, not maintain the insurance coverages required herein, the County may terminate the Agreement, or at its sole discretion may purchase such coverages necessary for the protection of the County and charge the Contractor for such purchase. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the County to purchase such insurance shall in no way be construed to be a waiver of any of its rights under the Agreement.

Each insurance policy shall include the following terms and/or conditions in the policy:

(1) Companies issuing the insurance policy, or policies, shall have no recourse against County for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of Contractor.

(2) The term "County" or "Pinellas County" shall include all Authorities, Boards, Bureaus, Commissions, Divisions, Departments and Constitutional offices of County and individual members, employees thereof in their official capacities, and/or while acting on behalf of Pinellas County.

(3) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by County or any such future coverage, or to County's Self-Insured Retentions of whatever nature.

(4) All policies shall be written on a primary, non-contributory basis.

(5) Any certificate of insurance evidencing coverage provided by a leasing company for either workers compensation or commercial general liability shall have a list of covered employees certified by the leasing company attached to the certificate of insurance. The County shall have the right, but not the obligation to determine that the contractor is only using employees named on such list to perform work for the County. Should employees not named be utilized by contractor, the County, at its option may stop work without penalty to the county until proof of coverage or removal of the employee by the contractor occurs, or alternatively find the contractor to be in default and take such other protective measures as necessary.

(6) Insurance policies, other than Professional Liability, shall include waivers of subrogation in favor of Pinellas County, from both the Contractor an sub-contractor(s).

PINELLAS COUNTY PURCHASING RFP- PROFESSIONAL SERVICES NON-CONTINUING CONTRACT REVISED:08/2012

Page 102:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112-0639-NC(RM) Page 14 of 21

The insurance requirements for this Agreement, which shall remain in effect throughout its duration and for two (2) years beyond final acceptance for projects with a Completed Operations exposure, are as follows:

(A) Workers' Compensation Insurance

Limit

Employers Liability Limits

Per Employee Per Employee Disease Policy Limit Disease

Florida Statutory

$ 500,000 $ 500,000 $ 500,000

(8) Commercial General Liability Insurance including, but not limited to, Independent Contractor, Contractual Liability Premises/Operations, Products/Completed Operation and Personal Injury.

Limits

General Aggregate Products/Completed Operations Aggregate Personal Injury and Advertising Injury Each Occurrence

$ 2,000,000 $1,000,000 $1,000,000 $1,000,000

(C) Business Automobile or Trucker's/Garage Liability Insurance covering owned, hired and non-owned vehicles. Coverage shall be on an "occurrence" basis, such insurance to include coverage for loading and unloading hazards, unless Contractor can show that this coverage exists under the Commercial General Liability policy.

Limit

Per Accident $ 1,000,000

(D) Exeess ar Umlar:ella Lialaility IAswraAee exeess of the primary oa¥erage reEtwiree , iA paragrapl:is (A), (Q), aAd (C) alaa..«e:

GeAeral Aggr:egate Eash OoewrreAee

$XXXXi.X $XXXXXX

(E) Professional Liability Insurance (Errors and Omissions) with at least minimum limits as follows. If "claims made" coverage is provided, "tail coverage" extending three (3) years beyond completion and acceptance of the project with proof of "tail coverage" to be submitted with the invoice for final payment. In lieu of "tail coverage", Contractor may submit annually to the County, for a three (3) year period, a current certificate of insurance providing "claims made" insurance with prior acts coverage in force with a retroactive date no later than commencement date of this contract.

Limits

General Aggregate Each Occurrence or Claim

$ 2,000,000 $ 2,000,000

For acceptance of Professional Liability coverage included within another policy required herein, a statement notifying the certificate holder must be included on the certificate of insurance and the total amount of said coverage per occurrence must be greater than or equal to the amount of Professional Liability and other coverage combined.

PINELLAS COUNTY PURCHASING RFP- PROFESSIONAL SERVICES NON-CONTINUING CONTRACT REVISED:08/2012

Page 103:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

112..0539-NC(RM} Page 15 of 21

(F) Pollution LeSJal/en¥irom:nental LeSJal Liabilitv Insurance for poll1:1tion losses arising from all services perf:oi:med to comply •Nith this contract. Co•.•eFage shall Sf'lf'IIY to sudElen anEI graElual pollution conElitions incluEling U:ie Elischarge, dispersal, release or escape of smoke, •;apoFS, soot, f1:1mes, acids, alkalis, to*ic chemicals, lifi!1:1ids or gases, waste materials or other irritants, contaminants or polh,1tants into or upon lane, the atmosphere or any waterco1.:1rse or beay ef water. which res1.:1lts in 8eaily lnjUF)' or Property Damage. Co•.ierage shoulEI incl1:Jde and be fur the at least the minim1:1m limits listed below:

1) liodily injury, sickness, disease, mental ang1:1ish or shock stistained by any persen, inch::1ding deatl:I; proJ')erty damage incl1.:1Eling physical injury to or destR:1ction of tangible property including tf:le res1:1lting less ef use thereof, clean up sests, and the loss ef use ef tangible preperty tl:lat has not l:>een physically inj1i1red or destroyed;

2) Defense includins costs, charges and e*penses inc1,irred in tl:le investigation, adj1:1stment er defense ef claims fur s1:1ch compensation eamages.

3) Cost of CleanuJ3/RemeEliatioA.

General Aggregate each Ocsurrence

$XXXXXX $XXXXXX

For asseptance ef Pollution Legal/environmeAtal Legal biaeility coverage iAch::1Eled witl:lin anotf:ler policy cO¥erage reqc1ired herein, a statement notifying the sertificate holder must be includes on tl:le certificate of insurance and the total arno1:1nt of said coverage per oce1:1rrence rn1::1st be greater tl:ian or eq1:1al to the amount of Poll1:1tion Legal/en\'ironrnental Legal liability and other coverage combined.

(G) Cyber Risk liability (Network Sectirity/Pri•.,aey liability) Insurance for protection of prii;ate or confidential infurmation •.•.il:lether electronie or non electronic, net\verk security and privacy; privacy against liability f.or system attacks, eenial or loss ef service, iAtrod1::1etion, implantation or spreae of malicious software coele, secufity breacl:l, unautt:lerize€1 access aAd use; iAcludiAg regulatory actioA e*penses; anEI notificatien and sreeit monitoring eMpenses with at least minirnum lirnits as follo•Ns:

General Aggregate each Occ1:1rrense

$XXXXXX $ xxx.xxx

(~) CrimelFieelityJFinansial Institution lnstirance Ge\•erage shall include Clients' Preperty eAdoFSement similar er efi!1::1ivalent to 180 form CR 04 01 0§ Oe, with at least miRirn1:1m limits as follows:

General Aggregate each Occurrence

$ X.Y.XXY.X $ xx.xx.xx

(I) Property Insurance CoAtractor will be responsible for all €1amage to its own property, e{luipment and/or materials.

(J) Builders Risk/Installation rloater lns1:1ranGe Co1:1nty property sl:lall be co•..ered by preof of a Builders Risk policy an€1/or Installation Floater policy severing tt:le interests ef Pinellas County property 1:1ntil acceptance of installee efi!uipment is graAte€1. Coverage shall be maintainee for the entire time the property and!~r e{lwipment is in the Contractor's care, c1:1stoey, andtor coAtrol, incl1:1eing transit. Limit and valuation shall be replacernent cost. If the Centractor delivers the efi!uiprnent and leads eq1:1iprnent 1:1sing a crane, then no crane, boom, jig, or weight e*clwsion shall apply. Contracter's property, installation floater, b1:1ih:lers risk, if reGJ1:1ire€1, anEl!er efi!1:1ipment policy shall centain a wai>;er ef sueregatioA in favor of the County. All deec1ctibles will be the responsibility ef the contractor.

PINELLAS COUNTY PURCHASING RFP- PROFESSIONAL SERVICES NON-CONTINUING CONTRACT REVISED:08/2012

Page 104:  · 2019-11-26 · On February 1, 2013, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, the Purchasing Department on behalf of the Department of Environment

-~----··-~ ICON CONSULTANT GROUP. INC.

DRMP INC.

BAYSIDE ENGINEERING INC.

RFP TITLE: Professional Engi.-ring ServtcH SR 580 • CR 1 • c...- and R-.<t ADA Ramps (LAP) RFP 11 112--0539-NC(RM) ORAL PRESENTATION

EVALUATOR l!VM.UATOR l!YAUMTOR IMII.UATOR .. - ~·- -

DAVID KEW TOM DENNIS

TALHOUK LEVY WASHBURN SIMPSON

900.00 885.00 900.00 885.00

870.00 885.00 894.00 885.00

850.00 835.00 874.00 865.00

Date: April 2C , 2013

EVM.IMftlll TOl'M.f!OINTS 'IOML- -- -- - -GREG

CUTRONE

900.00 4470.00 894.00 1

879.00 4413.00 882.60 2

867.00 4291.00 858.20 3