stage ii scope of services - florida department of ......tbd 430500 1 sr 687/4th street n from south...

32
EXHIBIT "A" CONSTRUCTION ENGINEERING AND INSPECTION SCOPE OF SERVICES FOR Interstate Construction Engineering Support Financial Project ID(s): 258422 2 62 03 Federal Project No.: TBD Revised: 04/24/19 04/17/19

Upload: others

Post on 14-Mar-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

EXHIBIT "A"

CONSTRUCTION ENGINEERING AND INSPECTION

SCOPE OF SERVICES

FOR

Interstate Construction Engineering Support

Financial Project ID(s): 258422 2 62 03

Federal Project No.: TBD

Revised: 04/24/19 04/17/19

Page 2: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

i

TABLE OF CONTENTS

1.0 PURPOSE: ................................................................................................................................................. A-1

2.0 SCOPE: ...................................................................................................................................................... A-7

3.0 LENGTH OF SERVICE: ......................................................................................................................... A-7

4.0 DEFINITIONS: ......................................................................................................................................... A-8

5.0 ITEMS TO BE FURNISHED BY THE DEPARTMENT TO THE CONSULTANT: ........................ A-9

6.0 ITEMS FURNISHED BY THE CONSULTANT: ................................................................................ A-10

6.1 DEPARTMENT DOCUMENTS: .................................................................................................................. A-106.2 OFFICE AUTOMATION: ........................................................................................................................... A-106.3 FIELD OFFICE: ........................................................................................................................................ A-106.4 VEHICLES: ............................................................................................................................................. A-106.5 FIELD EQUIPMENT: ................................................................................................................................ A-116.6 LICENSING FOR EQUIPMENT OPERATIONS: ............................................................................................ A-11

7.0 LIAISON RESPONSIBILITY OF THE CONSULTANT: .................................................................. A-11

8.0 PERFORMANCE OF THE CONSULTANT: ...................................................................................... A-12

9.0 REQUIREMENTS OF THE CONSULTANT: .................................................................................... A-12

10.0 PERSONNEL: ......................................................................................................................................... A-18

10.1 GENERAL REQUIREMENTS: .................................................................................................................... A-1810.2 PERSONNEL QUALIFICATIONS: ............................................................................................................... A-1810.3 ADDITIONAL SERVICES AND PERSONNEL ................................................................................................. A-21

11.0 QUALITY ASSURANCE (QA) PROGRAM: ...................................................................................... A-23

11.1 QUALITY ASSURANCE PLAN: ................................................................................................................. A-2311.2 QUALITY ASSURANCE REVIEWS: ........................................................................................................... A-2411.3 QUALITY RECORDS: ............................................................................................................................... A-24

12.0 AGREEMENT MANAGEMENT:......................................................................................................... A-24

12.1 GENERAL: .............................................................................................................................................. A-24

13.0 OTHER SERVICES: .............................................................................................................................. A-25

14.0 POST CONSTRUCTION CLAIMS REVIEW: ................................................................................... A-25

15.0 CONTRADICTIONS: ............................................................................................................................. A-25

16.0 THIRD PARTY BENEFICIARY .......................................................................................................... A-25

17.0 DEPARTMENT AUTHORITY ............................................................................................................. A-25

Page 3: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-1 April 24, 2019

SCOPE OF SERVICES CONSTRUCTION ENGINEERING AND INSPECTION

1.0 PURPOSE:

This scope of services describes and defines the Construction Engineering and Inspection (CEI) services which are required to support the management, construction, and administration of interstate and high profile projects in District VII listed below.

Contract Number

FPN Location County

T7383 405822 2 SR 55 (US 19) From Green Acres to W Jump Ct CITRUS

T7402 257862 3 CR 580 (Sam Allen Road) From SR 39/Buchman Hwy to Park Rd HILLSBOROUGH

T7408 428953 1 SR 93A (I-75) and SR 60 (Adamo Dr) Interchange From WB SR60 Ent Ramp to CSX RR/CR

574 HILLSBOROUGH

T7406 428957 1 SR 93A I-75 Interchange SB Off-Ramp from EB/WB I-4 to Bypass Canal HILLSBOROUGH

T7413 436588 1 SR 400 (I-4) Resurfacing From 50th St to McIntosh Rd HILLSBOROUGH

E7R13 441111 1 I-275 (SR 93) From Kennedy Blvd to Lois Ave HILLSBOROUGH

T7412 430573 1 SR 56 (I-75) Interchange from CR 54 to Cypress Ridge Blvd (Phase I) PASCO

E7J46 433880 1 Gateway Expressway PINELLAS

T7380 415489-3 US 301 fr SR 674 to CR 672 HILLSBOROUGH

T7388 416561-2 SR 54 fr CR 577 to CR 579 PASCO

E7R20 410755-2 SR 679 (PIN BAYWAY) STRUCTURE E INTERCOASTAL WTRWY PINELLAS

TBD 255893 4 SR 574 (MLK BLVD) FROM EAST OF KINGSWAY RD TO E OF MCINTOSH RD HILLSBOROUGH

TBD 256323 1 SR 52 (SCHRADER HWY) FROM W OF SUNCOAST PKWY TO E OF US 41 (SR 45) PASCO

TBD 256324 2 US 41 (SR 45) FROM N OF CONNERTON BLVD TO S OF SR 52 PASCO

TBD 256774 2 US 19 (SR 55) FROM N OF SR 580(MAIN ST)TO NORTHSIDE DR PINELLAS

TBD 256774 3 US 19 (SR 55) FROM NORTHSIDE DR TO NORTH OF CR 95 PINELLAS

TBD 256881 5 US 19/SR 55 FROM S OF HARN BLVD TO N OF 1ST ST PINELLAS

TBD 257165 3 US 41 (SR 45) FROM SR 44 TO S OF WITHLACOOCHEE TRAIL BRIDGE CITRUS

TBD 411011 8 I 75 (SR 93) FM S OF US98/SR50/CORTEZ TO N OF US98/SR50/CORTEZ HERNANDO

TBD 411012 5 I 75 (SR 93) FROM N OF SR 50 TO HERNANDO/SUMTER CO/L HERNANDO

TBD 411014 5 I-75 FROM ST JOE RD OVERPASS TO LAKE LOLA RD OVERPASS PASCO

TBD 416732 3 SR 50 FROM US 98/MCKETHAN RD TO US 301 HERNANDO

TBD 416732 4 SR 50 FM WINDMERE RD/BRONSON BLTO US 98/MCKETHAN RD HERNANDO

TBD 416733 2 SR 50/CORTEZ BLVD FROM COBB RD TO W OF BUCK HOPE RD HERNANDO

TBD 416735 1 SR 50/CORTEZ BLVD FROM W OF BUCK HOPE RD TO W OF JEFFERSON STREET HERNANDO

TBD 417011 1 SR 54 FROM E OF CR587/GUNN HWY TO E OF ALTAMONT LN PASCO

TBD 422904 2 I-275 (HOWARD FRKL) FROM SR 687 (4TH ST N) TO N OF HOWARD FRANKLAND PINELLAS

TBD 422904 4 I 275 (HOWARD FRKL) FM N OF HOWARD FRANKLAND TO S OF SR 60 HILLSBOROUGH

Page 4: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-2 April 24, 2019

TBD 422904 9 I-275/SR 93(HOWARD FRKL) #150210 FROM N OF 4TH STREET TO S OF SR 60 PINELLAS

TBD 424213 3 CITY OF TAMPA DOWNTOWN TAMPA ATMS 191 SIGNALS - PHASE 2 HILLSBOROUGH

TBD 424213 4 CITY OF TAMPA KENNEDY/HYDE PARK/DALE MABRY ATMS 142 SIGNALS- PHASE 3 HILLSBOROUGH

TBD 424213 6 CITY OF TAMPA USF AREA/BUSCH BLVD ATMS 119 SIGNALS - PHASE 4 HILLSBOROUGH

TBD 424501 5 I-275 (SR 93) FROM 54TH AVE S TO S OF ROOSEVELT BLVD PINELLAS

TBD 424513 3 I-75/SR 93A @ BIG BEND ROAD FROM W OF COVINGTON TO E OF SIMMONS HILLSBOROUGH

TBD 427454 3 I-75 NB ON RAMP FROM NB US 301 TO I-75 NB HILLSBOROUGH

TBD 429059 2 SR 574 (E MLK BLVD) AT SR 583 (N 50TH ST) HILLSBOROUGH

TBD 429251 1 I-75 (SR 93A) FM S OF CSX/BROADWAY AVE TO EB/WB I-4 EXIT RAMP HILLSBOROUGH

TBD 430051 2 SR 50 FROM LOCKART RD TO E OF REMINGTON RD HERNANDO

TBD 430337 1 I-4 (WESTBOUND) FM W OF ORIENT RD TO WEST OF I-75 HILLSBOROUGH

TBD 430500 1 SR 687/4TH STREET N FROM SOUTH OF I-275/SR 93 TO NORTH OF 119TH AVE PINELLAS

TBD 430501 1 9TH ST S (MLK STREET) FROM 6TH AVE S TO 7TH AVE S PINELLAS

TBD 431821 2 I-275 FROM JEFFERSON/ORANGE ST TO N OF BEARSS AVE HILLSBOROUGH

TBD 432734 2 OVERPASS ROAD INTERCHANGE FROM OLD PASCO ROAD TO BOYETTE RD PASCO

TBD 432734 3 OVERPASS ROAD INTERCHANGE FROM OLD PASCO ROAD TO BOYETTE RD PASCO

TBD 433071 2 N 62ND STREET FROM CSX INTRMD ENTRANCE TO NORTH OF E COLUMBUS DRIVE HILLSBOROUGH

TBD 433797 1 US 19 (SR 55) FROM N OF NEBRASKA AVE TO S OF TIMBERLANE RD PINELLAS

TBD 433799 1 US 19 (SR 55) FROM N OF CR 95 TO S OF PINE RIDGE WAY S PINELLAS

TBD 433863 1 US 98/SR 700 FM N OF OAKDALE AVE TO N OF MANECKE RD HERNANDO

TBD 433864 1 US 41/JEFFERSON ST FM E OF GARY ST TO E OF N MILDRED AVE HERNANDO

TBD 434736 2 SR 574/W REYNOLDS ST FROM E OF TURKEY CREEK RD TO N ALEXANDER ST HILLSBOROUGH

TBD 434781 5 DRAINAGE BOX CULVERT FROM W OF MACDILL AVE TO THE HILLSBOROUGH RIVER HILLSBOROUGH

TBD 434807 3 US 19(SR 55) FROM N OF ANCLOTE RIVER BRIDGE TO S OF BRITTANY PARK BLVD PINELLAS

TBD 434848 2 US 41/SR 45 FROM N OF BULLFROG CREEK TO DENVER ST HILLSBOROUGH

TBD 435142 1 SR 52 REALIGNMENT FROM URADCO PLACE TO W OF FORT KING ROAD PASCO

TBD 435720 1 GOOD NEIGHBOR TRL CONNECTOR FM W SUNCOAST PKWY TO SR 50/CORTEZ BLVD HERNANDO

TBD 435750 1 SR 60 FROM VALRICO RD TO E OF DOVER RD HILLSBOROUGH

TBD 435914 2 US 19 FROM 66TH AVE N TO 118TH AVE N PINELLAS

TBD 436041 1 SR 60 / BRANDON BLVD FROM OF BRANDON TOWN CTR TO GORNTO LAKE RD HILLSBOROUGH

TBD 436056 1 10TH & 11TH AVE S BROOKER CREEK BRIDGE #157235 PINELLAS

TBD 436243 1 US 301/SR 43 AT RIVERVIEW DRIVE HILLSBOROUGH

TBD 436244 1 SR 582 / FOWLER AVE AT RAINTREE BLVD, GILLETTE AVE, N RIVERHILL DR HILLSBOROUGH

TBD 436245 1 US 92/SR 600/SR 573/S DALE MABRY AT EL PRADO BLVD AND INTERBAY BLVD HILLSBOROUGH

TBD 436421 1 SR 54 FROM OLD MILLPOND DR TO LITTLE RD PASCO

TBD 436481 1 SR 579 (FLETCHER AVE) FROM FLORIDA AVE TO NEBRASKA AVE HILLSBOROUGH

TBD 436485 1 ALT US 19/SR 595/SEMINOLE BLVD FROM S OF 53RD AVE N TO N OF 100TH TERR PINELLAS

TBD 436488 1 ALT US 19/S & N MYRTLE AVE FM SR 60/CHESTNUT TO MOHAWK ST PINELLAS

Page 5: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-3 April 24, 2019

TBD 436734 1 SR 674/E COLLEGE AVE FROM S US 41/SR 45 TO E OF COLLEGE CHASE DR HILLSBOROUGH

TBD 437249 1 US 92/SR 600/S DALE MABRY HWY FR NEPTUNE STREET TO HENDERSON BLVD HILLSBOROUGH

TBD 437264 2 GOOD NEIGHBOR TRAIL GAP FR W OF SR 50/CORTEZ BLVD TO GOOD NEIGHBOR TR HERNANDO

TBD 437312 1 I-75/SR 93A FROM MANATEE COUNTY LINE TO N OF CR 672 HILLSBOROUGH

TBD 437349 1 WITHLACOOCHEE-DUNNELLON TRAIL CONNECTOR FM N END WITHLA. TO S END

DUNN CITRUS

TBD 437498 1 SR 60(CCAMPBELL) PEDESTRIAN OVERPASS FM CCAMPBELL TRL TO BAYSHORE TRL PINELLAS

TBD 437513 1 US 92/SR 600/W GANDY BLVD FROM W OF FRONTAGE ROAD TO W OF S BRIDGE ST HILLSBOROUGH

TBD 437514 1 US 19/SR 55/S SUNCOAST BLVD FR HERNANDO CO LN TO W GREEN ACRES CITRUS

TBD 437514 2 US 19/US 98/SR 55/S SUNCOAST BLVD FR HERNANDO CO LN TO W GREEN ACRES CITRUS

TBD 437519 1 BRIDGE PAINTING PROJECT PINELLAS COUNTY VARIOUS LOCATIONS PINELLAS

TBD 437553 1 SR 595/N MYRTLE AVE AT RR CROSSING 626815-H N OF HART TO N OF MAPLE ST PINELLAS

TBD 437554 1 SR 590 @ RR CROSSING 626839-W FR E OF PHILIPPE PKWY TO W OF PARRISH LN PINELLAS

TBD 437607 1 I-75/SR93A OVER RIVERVIEW DRIVE BR# 100356 AND 100357 HILLSBOROUGH

TBD 437623 1 ALT US 19/SR 595 FROM MOHAWK ST TO N OF TILDEN ST/SKINNER BLVD PINELLAS

TBD 437624 1 ALT US 19/SR595/SEMINOLE FR N OF 101ST AVE N TO EAST BAY DR/MISSOURI PINELLAS

TBD 437625 1 US 19/SR55/34TH ST N FROM N OF 44TH AVE N TO N OF PARK BLVD PINELLAS

TBD 437626 1 ALT US 19/SR 595 FROM MOHAWK ST TO N OF TILDEN ST/SKINNER BLVD PINELLAS

TBD 437639 1 US 301/SR 676A FROM S OF BLOOMINGDALE AVE TO BLOOMINGDALE AVE HILLSBOROUGH

TBD 437640 1 US 301/SR 43 FROM FALKENBURG RD TO SLIGH AVENUE HILLSBOROUGH

TBD 437641 1 SR 580/HILLSBOROUGH AVE FROM MEMORIAL HWY/SHELDON RD TO HIMES AVE HILLSBOROUGH

TBD 437641 2 US 92/SR 580/HILLS.AVE FROM TOWN AND COUNTRY BLVD TO E OF DALE MABRY HILLSBOROUGH

TBD 437643 1 SR 693/66TH ST FROM 30TH AVE NE TO 58TH AVE N PINELLAS

TBD 437644 1 SR 60/KENNEDY BLVD FROM WESTSHORE BLVD TO HENDERSON BLVD HILLSBOROUGH

TBD 437644 2 SR 60/KENNEDY BLVD FROM WESTSHORE BLVD TO WOODLYNNE AVE HILLSBOROUGH

TBD 437646 1 SR 573/S DALE MABRY HWY FROM PINEWOOD ST TO GANDY BLVD HILLSBOROUGH

TBD 437650 1 GIBSONTON DR EB FROM NB ON RAMP TO I-75 HILLSBOROUGH

TBD 437710 1 ALT US 19/SR 595 FROM S OF CURLEW PL TO N OF COUNTRY CLUB CT PINELLAS

TBD 437789 1 I-75 (SR93A) AND I-4(SR 600) HILLSBOROUGH COUNTY VARIOUS LOCATIONS HILLSBOROUGH

TBD 437805 1 I-275(SR93) &US19(SR55) PINELLAS COUNTY VARIOUS LOCATIONS PINELLAS

TBD 437807 2 US 92/SR 687/4TH ST N & S FROM 5TH AVE N TO 5TH AVE S PINELLAS

TBD 437825 1 SR 685/N FLORIDA AVE @ RAILROAD CROSSING 626298-W @ E POLK ST HILLSBOROUGH

TBD 438710 4 I-75/SR 93 FROM SOUTH END OF NB EXIT RAMP TO N END OF NB ACCESS RAMP HILLSBOROUGH

TBD 438710 6 I-75/SR 93 FROM S END OF ACCESS RAMP TO N END OF EXIT RAMP PASCO

TBD 438783 1 BRIDGE SUBSTRUCTURE REPAIR FROM HILLSBOROUGH CO TO BRIDGE #100301 HILLSBOROUGH

TBD 438784 1 BRIDGE DECK REHAB HILLSBOROUGH CO VARIOUS LOCATIONS HILLSBOROUGH

TBD 438785 1 SUBSTRUCTURE REPAIR PINELLAS COUNTY BRIDGE #150210 PINELLAS

TBD 438786 1 BRIDGE DECK REPLACEMENT FROM PINELLAS CO TO VARIOUS LOCATIONS PINELLAS

Page 6: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-4 April 24, 2019

TBD 439401 1 US 92/SR 687/4TH ST N FROM 30TH AVE N TO 94TH AVE N PINELLAS

TBD 439448 1 US 98/SR 700/PONCE DE LEON FR S OF CITRUS WAY/CR491 TO N OF CITRUS WAY HERNANDO

TBD 439460 1 SR 583 (56TH STREET) AT WHITEWAY DRIVE HILLSBOROUGH

TBD 439515 1 SUNSHINE SKYWAY FISHING PIER REPAIR BRIDGE #139003 MANATEE

TBD 439516 1 SUNSHINE SKYWAY FISHING PIER REPAIR BRIDGE #159008 PINELLAS

TBD 439525 1 SR 682/PINELLAS BAYWAY FROM SR 699 GULF BLVD TO TOLL PLAZA PINELLAS

TBD 439526 1 SR 699/GULF BLVD FROM N OF 36TH AVE TO 131ST AVE PINELLAS

TBD 439532 1 MORRIS BRIDGE ROAD FROM DAVIS ROAD TO FOWLER AVENUE HILLSBOROUGH

TBD 439532 2 MORRIS BRIDGE ROAD FROM DAVIS ROAD TO FOWLER AVENUE HILLSBOROUGH

TBD 439548 1 SUBSRUCTURE REPAIR PINELLAS COUNTY BRIDGE # 150204 PINELLAS

TBD 439549 1 US 92/SR 600/GANDY BRIDGE EB FROM OLD TAMPA BAY TO BRIDGE # 100300 HILLSBOROUGH

TBD 439550 1 SUBSTRUCTURE REPAIR HILLSBOROUGH COUNTY VARIOUS LOCATIONS HILLSBOROUGH

TBD 439551 1 BRIDGE PAINTING HILLSBOROUGH COUNTY VARIOUS LOCATIONS HILLSBOROUGH

TBD 439553 1 I-275 SUNSHINE SKYWAY BRIDGE #150189 OVER TAMPA BAY PINELLAS

TBD 439554 1 US 41B/SR 45 SB OVER MCKAY BAY BRIDGE #100299 HILLSBOROUGH

TBD 439565 1 MOVEABLE BRIDGE REPAIR PINELLAS COUNTY VARIOUS LOCATIONS PINELLAS

TBD 439698 1 FOREST RIDGE ELEMENTARY FR CR486/NORVELL BRYANT TO W LAKE BEVERLY DR CITRUS

TBD 439699 1 PLEASANT GROVE ELEMENTARY - PLEASANT GROVE RD AND DRUID RD CITRUS

TBD 439772 1 GIBSONTON DR AT FERN HILL DR HILLSBOROUGH

TBD 439829 1 D/W PED INTERSECTION LIGHTING DIST/ST-WIDE

TBD 439829 5 INTERSECTION LIGHTING PINELLAS COUNTY VARIOUS LOCATIONS. PINELLAS

TBD 439829 6 INTERSECTION LIGHTING PASCO COUNTY VARIOUS LOCATIONS PASCO

TBD 439829 7 N FLORIDA AVE AT E NORVELL BRYANT HWY/E PARSONS PT ROAD CITRUS

TBD 439829 8 INTERSECTION LIGHTING PINELLAS COUNTY VARIOUS LOCATIONS PINELLAS

TBD 439830 1 SR 39/PAUL S BUCHMAN HWY FROM HILLSBOROUGH CO LINE TO S BAY AVE PASCO

TBD 439831 1 SR 39/PAUL S BUCHMAN HWY FR N OF KNIGHTS GRIFFIN RD TO PASCO CO LINE HILLSBOROUGH

TBD 440064 1 US 98/SR700/PONCE DE LEON BLVD FROM N OF LANDFILL RD TO CITRUS CO LINE HERNANDO

TBD 440093 2 PINELLAS TRAIL LOOP - PH 3 FROM ULMERTON RD TO BELLEAIR RD PINELLAS

TBD 440244 1 SR679/PINELLAS BAYWAY FM N OF BRIDGE 150243 TO N OF MADEIRA CIR PINELLAS

TBD 440244 2 SR679/PINELLAS BAYWAY FM N OF TOLL BOOTH TO N OF MADEIRA CIR. PINELLAS

TBD 440245 1 SR 693/66TH ST N FROM S OF SR 688/ULMERTON RD TO S OF 138TH AVE PINELLAS

TBD 440246 1 US 19/SR55/34TH ST FROM SR 682/54TH AVE S TO 22ND AVE N PINELLAS

TBD 440246 2 US 19/SR55/34TH ST FROM SR 682/54TH AVE S TO 22ND AVE N. PINELLAS

TBD 440246 3 US 19/SR55/34TH ST FROM SR 682/54TH AVE S TO 30TH AVE S PINELLAS

TBD 440249 1 SR674/SUN CITY CTR FR E OF COLLEGE CHASE DR TO E OF COMMERCIAL CTR DR HILLSBOROUGH

TBD 440251 1 SR 60/E SR 60 FROM W OF N/S VALRICO RD TO W OF TURKEY CREEK RD HILLSBOROUGH

TBD 440252 1 US 301/SR 41 FROM N BRECKENRIDGE PKWY/SLIGH AVE TO I-75/SR 93A HILLSBOROUGH

TBD 440253 1 SR597/DALE MABRY N FROM N OF S VILLAGE DR/W FLETCHER TO S OF VAN DYKE HILLSBOROUGH

Page 7: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-5 April 24, 2019

TBD 440253 2 SR597/DALE MABRY N FROM N OF S VILLAGE DR/W FLETCHER TO S OF VAN DYKE. HILLSBOROUGH

TBD 440361 1 I-275/US 19/SR 55/SR 93 FROM END OF SB ON RAMP TO END OF SB OFF RAMP PINELLAS

TBD 440511 2 US 41B/N TAMPA ST & N FLORIDA AVE FROM E TYLER TO MLK HILLSBOROUGH

TBD 440511 5 OLA AVE BIKEWAY FROM W 7TH AVE TO USB 41/N FLORIDA AVE HILLSBOROUGH

TBD 440511 6 CENTRAL AVE BIKEWAY FROM W 7TH AVE TO USB 41/N FLORIDA AVE HILLSBOROUGH

TBD 440749 1 US 41 @ CSX GRADE SEPARATION SOUTH OF CAUSEWAY BLVD HILLSBOROUGH

TBD 441083 2 I-75 SB REST AREA HILLSBOROUGH

TBD 441084 1 I-4 EB WEIGH STATION HILLSBOROUGH

TBD 441098 1 SR 580 / BUSCH BLVD MULTIPLE LOCATIONS 12ST, 19TH ST, PAWNEE AVE HILLSBOROUGH

TBD 441098 2 SR 580 / BUSCH BLVD FROM WEST OF N BROOKS ST TO EAST OF N BROOKS ST HILLSBOROUGH

TBD 441099 1 SR 581 (BRUCE B DOWNS BLVD) AT SR 54 PASCO

TBD 441104 1 N TURKEY OAK DR FROM SR 44 TO US 19 CITRUS

TBD 441320 1 SR 56/54 FROM GUNN HWY TO SR 581 PASCO

TBD 441386 1 US 41/SR 45/BROAD ST FR S OF INGRAM ST TO S OF SR 700/PONCE DE LEON HERNANDO

TBD 441387 1 US 41/SR 45 FROM N OF 15TH AVE TO S OF BULLFROG CREEK HILLSBOROUGH

TBD 441388 1 US 301/SR 43 FROM N OF LAKE ST CHARLES BLVD TO N OF PROGRESS BLVD HILLSBOROUGH

TBD 441403 1 I-75/SR 93A FROM N OF CR 672 TO S OF PROGRESS BLVD HILLSBOROUGH

TBD 441441 2 ALT US 19/SR 595/N PINELLAS AVE FROM OSCAR HILL RD TO DIXIE HWY PINELLAS

TBD 441463 1 HILLSBOROUGH COUNTY MOVEABLE BRIDGE REHAB AT VARIOUS LOCATIONS HILLSBOROUGH

TBD 441464 1 I-275/SUNSHINE SKYWAY BRIDGE # 150189 OVER TAMPA BAY PINELLAS

TBD 441467 1 US 41/SR 45 OVER ALAFIA RIVER LONG BRIDGE REPAIR HILLSBOROUGH

TBD 441468 1 PINELLAS COUNTY DECK REPAIR AT VARIOUS LOCATIONS PINELLAS

TBD 441469 1 HILLSBOROUGH COUNTY BRIDGE PRESERVATION REHAB AT VARIOUS LOCATIONS HILLSBOROUGH

TBD 441493 1 SR 574/ MLK BLVD W OF N MACDILL AVE TO N HABANA AVE HILLSBOROUGH

TBD 441650 1 SR 694 FROM W OF US 19/SR 55 TO E OF GRAND AVE/S FRONTAGE RD PINELLAS

TBD 441652 1 SR 682/PINELLAS BAYWAY FROM E OF SR 679 TO E OF 41ST ST S PINELLAS

TBD 441657 1 SR 586/CURLEW RD FROM E OF TALLEY DR/69TH ST TO SR 584/TAMPA RD PINELLAS

TBD 441657 2 SR 586/CURLEW RD FROM E OF TALLEY DR/69TH ST TO SR 584/TAMPA RD. PINELLAS

TBD 441665 1 SR 44/NE 5TH FROM US 19/US 98/SR 55/SUNCOAST BLVD TO E OF NE 10TH AVE CITRUS

TBD 441665 2 SR 44/NE 5TH FROM US 19/US 98/SR 55/SUNCOAST BLVD TO E OF NE 10TH AVE. CITRUS

TBD 442862 1 US 98 FROM S OF CR 575/TRILBY RD TO N OF CR 575/TRILBY RD PASCO

TBD 442862 2 US 98/SR 700 FROM S OF CR 575/TRILBY RD TO N OF CR 575/TRILBY RD. PASCO

TBD 442955 1 42ND AVE N FROM 46TH ST N TO 35TH ST N PINELLAS

TBD 443316 1 I-4 FROM WEST OF PARK ROAD TO EAST OF PARK ROAD HILLSBOROUGH

TBD 443317 1 I-4 FROM WEST OF THONOTOSASSA RD TO EAST OF THONOTOSASSA RD HILLSBOROUGH

TBD 443318 1 I-4 FROM WEST OF BRANCH FORBES RD TO EAST OF BRANCH FORBES RD HILLSBOROUGH

TBD 443319 1 I-4 FROM EAST OF EB WEIGH STATION TO EAST OF MCINTOSH ROAD HILLSBOROUGH

TBD 443320 1 I-4 FROM EAST OF MANGO RD TO WEIGH STATION ON-RAMP HILLSBOROUGH

Page 8: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-6 April 24, 2019

TBD 443321 1 I-4 FROM WEST OF MANGO RD TO EAST OF MANGO RD HILLSBOROUGH

TBD 443353 1 I-275 SKYWAY BRIDGE FROM SOUTHERN END TO NORTHERN END PINELLAS

TBD 443426 1 SR 60 FROM W OF SR 39 TO W OF CLARENCE GORDON JR RD HILLSBOROUGH

TBD 443427 1 US 301/US 41/SR 43 FROM S OF WHITT RD TO N OF RIVERCREST DR HILLSBOROUGH

TBD 443428 1 US 301/SR 43 FROM S OF CR 672 TO N OF CR 672 HILLSBOROUGH

TBD 443444 2 USB 41/SR 685/FLORIDA AVE/TAMPA ST FROM KENNEDY BLVD TO BEARSS AVE HILLSBOROUGH

TBD 443445 2 SR 60/KENNEDY BLVD FROM WEST OF MEMORIAL HWY TO EAST OF ASHLEY DR HILLSBOROUGH

TBD 443445 3 SR 574/W MLK BLVD FROM WEST OF DALE MABRY HWY TO EAST OF I-275 HILLSBOROUGH

TBD 443492 1 US 41/SR 45/NEBRASKA AVE FROM KENNEDY BLVD TO BUSCH BLVD HILLSBOROUGH

TBD 443498 1 TAMPA BAY REGIONAL MITIGATION SITES HILLSBOROUGH

TBD 443516 1 EL PRADO SIDEWALK FROM S OMAR AVE TO S LOIS AVE HILLSBOROUGH

TBD 443516 2 EL PRADO SIDEWALK FROM S LOIS AVE TO BAYSHORE BLVD HILLSBOROUGH

TBD 443577 1 SR 60/COURTNEY CAMPBELL CAUSEWAY FM E OF ROCKY PT DR TO W OF BAYPORT HILLSBOROUGH

TBD 443600 1 40TH AVENUE NE OVER PLACIDO BAYOU PINELLAS

TBD 443684 1 I-275/SR 93 BUS ON SHOULDER PINELLAS

TBD 443711 1 W PLATT STREET AT FREMONT AVENUE HILLSBOROUGH

TBD 443711 2 CLEVELAND STREET AT ROME AVENUE HILLSBOROUGH

TBD 443770 1 I-275/SR 93 FROM N OF I-4 TO N OF MLK HILLSBOROUGH

TBD 443832 1 HILLSBOROUGH COUNTY BEARING PAD REPAIRS VARIOUS LOCATIONS HILLSBOROUGH

TBD 443833 1 PINELLAS COUNTY BEARING PAD REPAIRS VARIOUS LOCATIONS PINELLAS

TBD 443834 1 HILLSBOROUGH COUNTY SUBSTRUCTURE REPAIR VARIOUS LOCATIONS HILLSBOROUGH

TBD 443835 1 HILLSBOROUGH COUNTY CULVERTS SUBSTRUCTURE REPAIR VARIOUS LOCATIONS HILLSBOROUGH

TBD 443836 1 PINELLAS COUNTY SUBSTRUCTURE REPAIR VARIOUS LOCATIONS PINELLAS

TBD 443837 1 US 19/SR 55 OVER PITHLACHASCOTEE RIVER BR#140005 SUBSTRUCTURE REPAIR PASCO

TBD 443841 1 HILLSBOROUGH COUNTY LONG BRIDGE REPAIR VARIOUS LOCATIONS HILLSBOROUGH

TBD 443842 1 I-275 SB OVER 31ST ST S BRIDGE # 150149 PINELLAS

TBD 443928 1 SR 590/ST PETERSBURG DR E FROM S BAYVIEW BLVD TO DARTMOUTH AVE PINELLAS

TBD 443929 1 ROSERY RD FROM MISSOURI AVE TO EAGLE LAKE PARK PINELLAS

TBD 443968 1 DOYLE CARLTON DR/LAUREL ST ROUNDABOUT HILLSBOROUGH

TBD 444004 1 SR 60/FISH CREEK TRAIL BRIDGE FROM S OF FISH CREEK TO N OF FISH CREEK HILLSBOROUGH

TBD 444184 1 I-275/SR 93 SB FROM HOWARD FRANKLAND BRIDGE TO REO ST HILLSBOROUGH

TBD 444263 1 SR 45/SR685 FROM PUBLIX ENTRY TO GRAND VILLA DR/NEBRASKA AVE NB HILLSBOROUGH

TBD 444418 1 I-75/SR 93 FROM COWHOUSE CREEK BR #482 TO CR 579/FLETCHER NB ON RAMP HILLSBOROUGH

TBD 444419 1 I-75/SR 93 FR S END OF SR 56 NB OFF RAMP TO N END OF I-275 SB ON RAMP HILLSBOROUGH

TBD 444420 1 I-75/SR 93 FR S END OF SR 50 NB OFF RAMP TO N END OF SR 50 NB ON RAMP HERNANDO

TBD 444421 1 I-75/SR 93 FR S END OF SR 52 NB OFF RAMP TO N END OF SR 52 NB ON RAMP PASCO

TBD 444422 1 I-175/SR 594 FROM END OF BROOKER CREEK BRIDGE TO W END OF BRIDGE #168 PINELLAS

TBD 444423 1 I-375/SR 595 FR E END OF 5TH AVE N BR #128 TO W END OF CSX/4TH BR #158 PINELLAS

Page 9: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-7 April 24, 2019

TBD 444424 1 US 19/SR 55 FROM CYPRESS ST TO PINELLAS TRAIL PINELLAS

TBD 444425 1 I-75/SR 93 FROM N END OF CR 41/BLANTON NB ON RAMP TO HERNANDO CO LINE PASCO

TBD 444425 2 I-75/SR 93 FROM PASCO CO LINE TO N OF CHURCH RD HERNANDO

2.0 SCOPE:

Provide services as defined in this Scope of Services, the referenced Department manuals, and procedures.

The projects for which the services are required are:

Financial Project IDs: 258422 2 62 03 Descriptions: CEI Interstate Construction Engineering and Support County: Hillsborough, Pinellas, Hernando, Pasco and Citrus

Exercise independent professional judgment in performing obligations and responsibilities under this Agreement. Pursuant to Section 4.1.4 of the Construction Project Administration Manual (CPAM), the authority of the Consultant’s lead person, such as the Senior Project Engineer, and the Consultant’s Project Administrator shall be identical to the Department’s Resident Engineer and Project Administrator respectively and shall be interpreted as such.

Services provided by the Consultant shall comply with Department manuals, procedures, and memorandums. Such Department manuals, procedures, and memorandums are found at the State Construction Office’s website.

On a single Construction Contract, it is a conflict of interest for a professional firm to receive compensation from both the Department and the Contractor either directly or indirectly.

Other projects developing within the geographical area of District VII may be added at the Department’s discretion. The Consultant must perform to the satisfaction of the Department’s representatives for consideration of additional CEI services.

3.0 LENGTH OF SERVICE:

The Consultant services for each construction assignment shall begin upon issuance of a task work order authorized by the District Professional Services Administrator. Task work order(s) will be issued subsequent to contract execution, at the Department’s discretion.

The Department’s District Procurement Services Manager shall furnish the Consultant a Task Work Order specifying the work to be done and the fees to be paid for each project under this agreement. No work shall commence by the Consultant until authorized by the Department.

This agreement shall remain in effect for a term of five (5) years, providing funding and written direction from the Department is in effect. This term is at the Department’s discretion.

Page 10: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-8 April 24, 2019

4.0 DEFINITIONS:

A. Agreement: The Professional Services Agreement between the Department and the Consultant setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of services, and the basis of payment.

B. Contractor: The individual, firm, or company contracting with the Department for performance of work or furnishing of materials.

C. Construction Contract: The written agreement between the Department and the Contrac-tor setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of labor and materials, and the basis of payment.

D. Construction Project Manager: The Department employee assigned to manage the Construction Engineering and Inspection Contract and represent the Department during the performance of the services covered under this Agreement.

E. Construction Training/Qualification Program (CTQP): The Department program for training and qualifying technicians in Aggregates, Asphalt, Concrete, Earthwork, and Final Estimates Administration. Program information is available at CTQP website.

F. Consultant: The Consulting firm under contract to the Department for administration of Construction Engineering and Inspection services.

G. CEI Project Administrator/Project Engineer: The employee assigned by the Consultant to be in charge of providing Construction Contract administration services for one or more Construction Projects.

H. CEI Resident Compliance Specialist: The employee assigned by the Consultant to oversee project specific compliance functions.

I. CEI Senior Project Engineer: The Engineer assigned by the Consultant to be in charge of providing Construction Contract administration for one or more Construction Projects. This person may supervise other Consultant employees and act as the lead Engineer for the Consultant.

J. District Construction Engineer: The administrative head of the District’s Construction Offices.

K. District Contract Compliance Manager: The administrative head of the District Contract Compliance Office.

L. District Consultant CEI Manager: The Department employee assigned to administer the Consultant Construction Engineering and Inspection (CCEI) Program in the District.

M. District Director of Transportation Operations: The Director of Construction, Maintenance, Traffic Operations, Materials, and Safety.

N. District Final Estimates Manager: The administrative head of the District Final Estimates Office.

Page 11: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-9 April 24, 2019

O. District Procurement Services Manager: The Administrative Head of the Professional Services Office.

P. District Secretary: The Chief Executive Officer in each of the Department's eight (8) Districts.

Q. Districtwide Contract Compliance Specialist Consultant: The Consultant hired under a separate agreement with the Department to ensure contractors on multiple contracts are in compliance with the requirements of the Federal Highway Administration and USDOL.

R. Engineer of Record: The Engineer noted on the Construction plans as the responsible person for the design and preparation of the plans.

S. Operations Engineer: The Engineer assigned to a particular County or area to administer Construction and Maintenance Contracts for the Department.

T. Public Information Office: The Department’s office assigned to manage the Public Information Program.

U. Resident Engineer: The Engineer assigned to a particular County or area to administer Construction Contracts for the Department.

5.0 ITEMS TO BE FURNISHED BY THE DEPARTMENT TO THE CONSULTANT:

A. The Department, on an as needed basis, will furnish the following Construction Contract documents for each project. These documents may be provided in either paper or electronic format.

1. Construction Plans,

2. Specification Package,

3. Copy of the Executed Construction Contract, and

4. Utility Agency’s Approved Material List (if applicable).

B. The Department will allow connection to the FDOT Network by the Consultant through either dialup communications, authorized Virtual Private Network (VPN) or approved leased lines. Appropriate approvals must be received from the Department prior to their use.

C. The Department will furnish and support the software packages for SiteManager.

D. The Department will furnish, install, and support the software packages required to conduct and complete tasks under this agreement.

E. Field Office - The Consultant personnel assigned to this contract will be furnished office space in the Interstate Construction Program Office located at FDOT District 7. Adequate space will be provided to accommodate the number of personnel assigned at any given time. All cost associated with providing the office space (electric, water, janitorial, etc.) will be paid by the Department.

Page 12: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-10 April 24, 2019

6.0 ITEMS FURNISHED BY THE CONSULTANT:

6.1 Department Documents:

All applicable Department documents referenced herein shall be a condition of this Agreement. All Department documents, directives, procedures, and standard forms are available through the Department’s Internet website. Most items can be purchased through the following address. All others can be acquired through the District Office or on-line at the Department’s website.

Florida Department of Transportation Maps and Publication Sales 605 Suwannee Street, MS 12 Tallahassee, Florida 32399-0450 Telephone No. (850) 414-4050

http://www.fdot.gov/construction/

6.2 Office Automation:

Provide all software and hardware necessary to efficiently and effectively carry out the responsibilities under this Agreement.

All computer coding shall be input by Consultant personnel using equipment furnished by them.

All informational, contractual and other business required for this project will be through a system of paperless electronic means. When the specifications require a written submission of documentation, such documents must be submitted electronically.

All documents requiring a signature must be executed electronically by both parties in accordance with Chapter 668, Florida Statutes, and have the same force and effect as a written signature. The Department will provide a web-based collaboration site to facilitate the electronic document exchange. All persons requiring access to the collaboration site shall be identified during the preconstruction conference. All persons that normally sign paper documents, and will be using the site, must acquire digital signature certificates.

Ownership and possession of computer equipment and related software, which is provided by the Consultant, shall remain at all times with the Consultant. The Consultant shall retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment should be maintained and operational at all times.

Current technical specifications for office automation can be viewed at: http://www.fdot.gov/Construction/DesignBuild/ConsultantCEI/OfficeAutomation.shtm

6.3 Field Office:

See Section 5.0 – Subsection E.

6.4 Vehicles:

Page 13: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-11 April 24, 2019

Vehicles will be equipped with appropriate safety equipment and must be able to effectively carry out requirements of this Agreement. Vehicles shall have the name and phone number of the consulting firm visibly displayed on both sides of the vehicle.

6.5 Field Equipment:

Supply survey, inspection, and testing equipment essential to perform services under this Agreement; such equipment includes non-consumable and non-expendable items.

Hard hats shall have the name of the consulting firm visibly displayed.

Equipment described herein and expendable materials under this Agreement will remain the property of the Consultant and shall be removed at completion of the work.

Handling of nuclear density gauges shall be in compliance with their license.

Retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment shall be maintained and in operational condition at all times.

6.6 Licensing for Equipment Operations:

Obtain proper licenses for equipment and personnel operating equipment when licenses are required. The license and supporting documents shall be available for verification by the Department, upon request.

Radioactive Materials License for use of Surface Moisture Density Gauges shall be obtained through the State of Florida Department of Health.

7.0 LIAISON RESPONSIBILITY OF THE CONSULTANT:

For the duration of the Agreement, keep the Department’s Construction Project Manager in Responsible Charge informed of all significant activities, decisions, correspondence, reports, and other communications related to its responsibilities under this Agreement.

Facilitate communications between all parties (i.e. architectural, mechanical, materials, landscaping, local agencies, etc.) ensuring responses and resolutions are provided in a timely manner. Maintain accurate records to document the communication process.

Inform the designated Department project personnel of any design defects, reported by the contractor or observed by the consultant.

Submit all administrative items relating to Invoice Approval, Personnel Approval, User IDs, Time Extensions, and Supplemental Amendments to the Construction Project Manager for review and approval.

The Department will be in responsible charge of the Interstate Construction projects. It will carry the authority to give the final direction on issues regarding the projects. Both the Consultant and CEI assigned to specific projects will report to the Department.

The Consultant will provide support functions to the Department as deemed necessary to assist them with the timely and efficient completion of the Interstate Construction projects. They will

Page 14: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-12 April 24, 2019

monitor the overall program for consistency and coordination between the individual projects, and will report and be responsible to the Department.

The CEI Consultant (by others) will be responsible for all construction, engineering and inspection of their respective project. They will handle survey control, resident inspection, testing, project management and administration, project issues, and any other duties that are required to ensure compliance with the project contract documents. The CEI will report and be responsible to the Department.

8.0 PERFORMANCE OF THE CONSULTANT:

During the term of this Agreement and all Supplemental Amendments thereof, the Department will review various phases of Consultant operations, such as construction inspection, materials sampling and testing, and administrative activities, to determine compliance with this Agreement. Cooperate and assist Department representatives in conducting the reviews. If deficiencies are indicated, remedial action shall be implemented immediately. Department recommendations and Consultant responses/actions are to be properly documented by the Consultant. No additional compensation shall be allowed for remedial action taken by the Consultant to correct deficiencies. Remedial actions and required response times may include but are not necessarily limited to the following:

A. Further subdivide assigned inspection responsibilities, reassign inspection personnel, or assign additional inspection personnel, within one week of notification.

B. Immediately replace personnel whose performance has been determined by the Consultant and/or the Department to be inadequate.

C. Immediately increase the frequency of monitoring and inspection activities in phases of work that are the Consultant's responsibility.

D. Increase the scope and frequency of training of the Consultant personnel.

9.0 REQUIREMENTS OF THE CONSULTANT:

It shall be the responsibility of the Consultant to provide services as necessary to support the Department with the timely and efficient completion of Interstate Construction projects.

In conjunction with fulfilling these responsibilities, the Consultant initially shall furnish the personnel and specific services described in this section of the Scope of Services. Other personnel and services as outlined in Section 10.0, Additional Services and Personnel may be added at a later date as deemed necessary by the Project Manager.

A. CEI Senior Project Engineer (SPE) - The SPE shall provide a senior level person to manage the contractual aspect of this agreement, along with providing contract based quality control of Consultant. The SPE may also be requested to support and or assist the Project Manager and Construction Project Managers in administration of Construction and other consultant contracts, providing in-sight and detailed analysis of specific issues, concerns and problem areas requiring detailed reviews. This effort may be part-time and shall be directed by the Department.

Page 15: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-13 April 24, 2019

B. CEI Community Outreach Specialist - The Consultant will establish a Public Information Office within the Interstate Program Office which will be staffed with a CEI Community Outreach Specialist that will be familiar with the Interstate construction activities and associated companies providing CCEI, construction and other services.

The CEI Community Outreach Specialist will be responsible for establishing and coordinating contact with the media, and key contacts with the community groups and other public opinion leaders. The Consultant will work with the public and private sectors to maintain good community relations and to develop and disseminate information throughout the contract duration. The CEI Community Outreach Specialist will assist the District PIO staff in other assigned duties such as working with elected and appointed officials, other government agencies, and special interest groups.

All releases of information will be coordinated through the CEI Community Outreach Specialist who will work closely with the Department PIO and management staff.

Services to be provided by the CEI Community Outreach Specialist will include, but not be limited to:

Prepare and disseminate information to the public regarding Interstate Construction Projects. This will include marketing a community bases program providing press kits, news releases and updates as approved by the Department. Develop fact sheets for interstate construction projects.

Inform the public of pre-approved detours, lane closures, maintenance of traffic plans, alternative travel routes and any other information pertinent to the public at a minimum frequency of once a week. Contact parties in work areas in advance of construction MOT and disruptions. Disseminate pre-approved project information to the media for their use in assisting in public notification of major traffic changes.

Provide a central source of information for the public in regards to the projects. This will include brochures, fact sheets, maps, progress reports, along with face to face meeting when required.

Receive, respond and share public comments relating to the Construction Program and Maintenance of Traffic Plans.

Contact parties within the work areas in advance of road work detours and other disruptions.

Maintain close coordination with local government agencies and municipalities. This will include law enforcement, emergency medical services and fire departments.

Attend various meetings such as Weekly Progress Meetings for each project, Community Involvement Meetings, Public Hearings, meetings for services, organizations and other public groups, etc.

Page 16: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-14 April 24, 2019

Maintain a Project hotline and distribute the telephone number to property owners, motoring public, local governments and agencies.

Maintain an Internet website for the Interstate Program Office that will provide information to the public as well as medium for answering public complaints and inquires. Including project pages for other assigned projects on or near the interstate system and posting/sending info on each (including weekly closures) to the site's email subscribers.

Provide as-needed project information to any DEPARTMENT staff request.

Coordinate any information meetings that may be necessary regarding Interstate Construction Projects.

Assist in establishing emergency/disaster procedures for the construction projects and coordinate the dissemination of information during an emergency or disaster.

Develop and implement a communication plan including: Public address presentation, audio/visual presentation, exhibits, public service announcements, and monitor public acceptance of the projects.

Work with public and private sector to maintain positive community relations and information dissemination throughout the project durations.

Ride/walk through project areas regularly to get motorist/pedestrian perspective and bring any perceived issues to the attention of project managers.

Participate in Department staff meetings and project review meetings to stay current on Department policies and projects.

Participate in MOT meetings to learn about project traffic changes and share with project manager's the public/media reaction to previous MOT.

Attend other meetings to identify and analyze project related issues which might cause public, private or governmental concern related to perception, non-technical functional use and/or unwarranted media attention.

Receive, log and forward to appropriate parties, public inquiries and complaints for projects assigned to the Consultant.

Maintain statistics on PIO activities, public interaction, media coverage, and web use and provide to the Department via the monthly report.

Coordinate and hold public meetings as appropriate and needed for projects.

Page 17: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-15 April 24, 2019

Coordinate presentation support for Project Manager and Construction Project Managers.

Communicate regularly with consultant CEI staff to stay on top of project issues and share with them community events or other items that may impact MOT or the project in general.

The CEI Community Outreach Specialist may also be requested to draft formal responses for the Departments use to governmental, policy makers, and other special interest groups.

Maintain a website linked to the Department’s website and provide current and accurate information. All web applications must meet the standards established in Section 508 of the Rehabilitation Act. The website must be capable of receiving e-mail inquiries regarding the project. The website may be continued for the duration of this contract.

In addition to the above duties the CEI Community Outreach Specialist may also be responsible for any necessary administrative support related to office operations.

C. Contract Support Specialist (CSS) – will be responsible for assisting in establishing and maintaining the project filing and document control systems, maintaining appropriate logs and charts for all issues as directed by the Resident Engineer.

Supplemental Agreement oversight - The CSS will assist in the phases of Supplemental Agreement, Change Order and Work Order Execution after draft SA approval. As needed, the CSS will secure funding for the Supplemental Agreement through the Request for Funds Authorization process then receive the documents for the Certification of Funds and Supplemental Agreement for the CCEI, review for accuracy and submit to District for further processing and signatures. The CSS will track all aspects of the process including FHWA concurrence for timely completion. The CSS will coordinate, format and submit the monthly anticipated SA Report to the Project Manager.

Monthly Status Reports - This involves ensuring timely submission from the CCEI, reviewing for accuracy, coordination review with the Project Manager and timely inputting into the CPTS systems for uploading by the District Construction Office.

Preparing Monthly Project Report - The CSS will prepare an electronic (pdf format) Monthly Report in a form and content determined by the Department, which gives the status of the projects that will include the following information:

i. Graphics and pictures to document project progress

ii. Comparisons between actual, existing and anticipated costs

Page 18: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-16 April 24, 2019

iii. Physical project progress including original, actual and projected

iv. Contract changes

v. Summary of public information activities

EEO/Sublet/subcontracted processing and tracking - The CSS will prepare a sublet/subcontractor report for each project at the request of the Project Manager.

Forms updating and distribution - The CSS will be responsible for distributing to each CCEI firm any new or updated versions of standard FDOT forms available through the mainframe library and Informs software.

In addition to the above duties the CSS may also be responsible for any necessary administrative support, related to office operation.

D. CEI Project Administrator – will be responsible for monitoring project’s schedule and coordination, and participating in the review of schedule submittal (initial, updates and revisions) for approval with the CCEI, Department’s Project Manager and the District Construction Office. The review will include the following criteria:

Complies with contract provisions

Clearly shows a critical path

Shows proper sequences and durations

Provides adequate review time for submittal

Provides adequate time for Department actions

Relationships between activities is logical

Activities should be grouped by MOT phasing

Show interfaces with other contracts

Time allotted for utility relocation work is reasonable

Milestones should be included

Activities are cost loaded (If required)

Contract time, milestones and completion dates are clearly identified

The CEI Project Administrator will attend project related meetings, as required, to convey schedule observations and conditions observed during reviews. These meeting will also facilitate an understanding of the contractor intent and means

Page 19: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-17 April 24, 2019

and methods to be used in schedule reviews.

The CEI Project Administrator will be proficient in the use of scheduling software (Primavera P6) and will utilize the software to review schedules and produce and reports, bar charts, or network diagrams as deemed necessary.

The CEI Project Administrator will also be responsible for the evaluation of the CCEI’s analysis of construction claims and will assist in claims review as deemed necessary as directed. The CEI Project Administrator will be responsible for ensuring consistency among the CCEI’s claim analysis and negotiations for the claim settlements. The CEI Project Administrator will maintain tracking log of all claims submitted by the contractors including such information as dollar amount, description, Department position and possible date of resolution.

The CEI Project Administrator will be proficient in claim evaluation, scheduling, construction logic, negotiations and construction time impacts. The CEI Project Administrator will be knowledgeable of the CPAM, state and federal regulations of allowable costs when evaluating extent of compensation on claims.

E. Associate Contract Support Specialist (ACSS) – Will provide support to the Consultant and Department staff in routine and specialized tasks to facilitate overall management of the tasks associated under this agreement.

Duties of the ACSS will include assistance with the following:

Coordinating road closures information and preparing summations of such for dissemination to media

Acquiring information and updating project web site with pre-approved material

Receive, log and assist in responding to public records request

Assist with obtaining, logging and filing print and video clip media coverage

Develop and maintain governmental contact listing

Assist in preparing project fact sheets and other hand-out material, distributable at public speaking or presentations

Assist in construction contract supplemental agreement processing

Assist with subcontract sublet request processing and logging

Assist with general receiving, logging and filing of contract change information and prepare status reports of overall process

Assist with Work Program Funding Requests and associated backup material

Page 20: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-18 April 24, 2019

Assist in General Office Operations and Clerical tasks

10.0 PERSONNEL:

10.1 General Requirements:

Provide prequalified personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. Method of compensation for personnel assigned to this project is outlined in Exhibit “B.”

Unless otherwise agreed to by the Department, the Department will not compensate straight overtime or premium overtime for the positions of Senior Project Engineer, Project Administrator/Project Engineer, Contract Support Specialist and Assistant or Associate to any of these positions.

10.2 Personnel Qualifications:

Provide competent personnel qualified by experience and education. Submit to the Construction Project Manager the names of personnel proposed for assignment to the project, including a detailed resume for each containing at a minimum: salary, education, and experience. The Consultant Action Request form for personnel approval shall be submitted to the Construction Project Manager at least two weeks prior to the date an individual is to report to work.

Personnel identified in the Consultant technical proposal are to be assigned as proposed and are committed to performing services under this Agreement. Personnel changes will require written approval from the Department. Staff that has been removed shall be replaced by the Consultant within one week of Department notification.

Before the project begins, all project staff shall have a working knowledge of the current CPAM and must possess all the necessary qualifications/certifications for fulfilling the duties of the position they hold. Cross training of the Consultant’s project staff is highly recommended to achieve a knowledgeable and versatile project inspection team but shall not be at any additional cost to the Department and should occur as workload permits. Visit the training page on the State Construction Office website for training dates.

Minimum qualifications for the Consultant personnel are set forth as follows. Exceptions to these minimum qualifications will be considered on an individual basis. However, a Project Administrator working under the supervision and direction of a Senior Project Engineer or an Inspector working under the supervision and direction of a Senior Inspector shall have six months from the date of hire to obtain the necessary qualifications/certifications provided all other requirements for such positions are met and the Consultant submits a training plan detailing when such qualifications/certifications and other training relative to the Department’s procedures, Specifications and Standard Plans will be obtained. The District Construction Engineer or designee will have the final approval authority on such exceptions.

Complex Category Two (CC2) Bridge Structures: Bridge structures that are complex and require advanced designs and construction engineering and inspection. The following structures are classified as CC2 bridge structures:

Page 21: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-19 April 24, 2019

Concrete Post-Tensioned Segmental Box Girder (CPTS) Concrete Post-Tensioned Continuous Beam (CPTCB) Movable Bridges (MB) Post-tensioned Substructures (PTS)

CEI SENIOR PROJECT ENGINEER - A Civil Engineering degree and registered in the State of Florida as a Professional Engineer (or if registered in another state, the ability to obtain registration in the State of Florida within six months) and six (6) years of engineering experience [(two (2) years of which are in major road or bridge construction)] or [(five (5) of which are in major bridge construction) - for Complex Bridge Projects with the exception of PTS projects which require two (2) years of major bridge construction], or for non-degreed personnel the aforementioned registration and ten (10) years of engineering experience (two (2) years of which are in major road or bridge construction). Qualifications include the ability to communicate effectively in English (verbally and in writing); direct highly complex and specialized construction engineering administration and inspection program; plans and organizes the work of subordinate and staff members; develops and/or reviews policies, methods, practices, and procedures; and reviews programs for conformance with Department standards. Also must have the following:

QUALIFICATIONS: Attend the CTQP Quality Control Manager course and pass the examination.

CERTIFICATIONS: FDOT Advanced MOT

OTHER: Complete the Critical Structures Construction Issues, Self Study Course, and submit the mandatory Certification of Course Completion form (for structures projects)

A Master's Degree in Engineering may be substituted for one (1) year engineering experience.

CEI PROJECT ADMINISTRATOR/PROJECT ENGINEER - A Civil Engineering degree plus two (2) years of engineering experience in construction of major road or bridge structures, or for non-degreed personnel eight (8) years of responsible and related engineering experience, two (2) years of which involved construction of major road or bridge structures with the exception of Complex Category 2 (CC2) bridge structures. This position also requires at least 3 years of construction project scheduling.

For CC2 bridge structures, a Civil Engineering degree and registered in the State of Florida as a professional engineer (or if registered in another state, have the ability to obtain registration in Florida within six (6) months) plus five (5) years general bridge construction experience, two (2) years of which must have been with the type of CC2 bridge construction project for which CEI services are being provided by this scope orfor non-degreed and/or non-registered personnel eight (8) years of general bridge construction experience, (4) years of which must have been with the type of CC2 bridge construction project for which CEI services are being provided by this scope. Additionally, a minimum of one (1) year of experience as the Project Administrator in primary control of the type of CC2 construction project for which CEI services are being provided by this scope. As an exception, only one (1) year of PTS bridge experience will

Page 22: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-20 April 24, 2019

be required for registered project administrators and two (2) years of PTS bridge experience for non-registered project administrators. Post-tensioning experience is not required for precast prestressed concrete flat slab superstructures but successful completion of an FDOT accredited grouting and post-tensioning course is required. To be in primary control, a Project Administrator must have supervised two or more inspectors as well as two or more support staff (Office Manager, Resident Compliance Specialist, and Secretary) and must have been directly responsible for all CEI services assigned.

CPTS years of experience must have included a minimum of twelve (12) months experience in each of the following areas: (1) casting yard operations and related surveying; (2) segment erection and related surveying, post-tensioning (PT) of tendons and grouting of prestressing steel. CPTCB years of experience must include monitoring of the following: girder erection, safe use of girder erection cranes, stabilization of girders after erection, false work for temporary girder support, and PT and grouting operations. PTS years of experience must include monitoring of the following: installation of PT ducts and related hardware and post-tensioning and grouting of strands or be the level of experience that meets the criteria for CPTS or CPTCB bridges. MB years of experience must have been in MB mechanical and/or electrical construction.

Receives general instructions regarding assignments and is expected to exercise initiative and independent judgment in the solution of work problems. Directs and assigns specific tasks to inspectors and assists in all phases of the construction project. Will be responsible for the progress and final estimates throughout the construction project duration. Must have the following:

QUALIFICATIONS: CTQP Final Estimates Level II

CERTIFICATIONS: FDOT Advanced MOT

OTHER: Attend CTQP Quality Control Manager Course and pass the examination. Attend a FDOT accredited post-tensioning training course and pass the examination (for post-tensioned CC2 projects) Attend a FDOT accredited grouting training course and pass the examination (for post-tensioned CC2 projects) Complete the Critical Structures Construction Issues, Self Study Course, and submit the mandatory Certification of Course Completion form (for structures projects)

A Master's Degree in Engineering may be substituted for one (1) year of engineering experience

CEI COMMUNITY OUTREACH SPECIALIST - A Bachelor’s degree in Mass Communications and a minimum of ten (10) years professional experience dealing with both print and electronic news media in news reporting and the public. They shall be experienced in dealing with the media, governmental agencies and the public on issues related to transportation and construction. They shall be able to speak on behalf of the DEPARTMENT on all issues relating to a construction project.

Page 23: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-21 April 24, 2019

CEI CONTRACT SUPPORT SPECIALIST - A High School diploma or equivalent and four (4) years of road & bridge construction engineering inspection (CEI) experience having performed/assisted in project related duties (i.e., Materials Acceptance and Certification (MAC) System, progress and final estimates, EEO compliance, processing Construction Contract changes, etc.) or a Civil Engineering Degree. Should exercise independent judgment in planning work details and making technical decisions related to the office aspects of the project. Should be familiar with the Department’s Procedures covering the project related duties as stated above and be proficient in the computer programs necessary to perform these duties. Shall become proficient in Trimble Business Center - Heavy Construction Edition (HCE) or approved surface to surface comparison software and Engineering Menu.

QUALIFICATIONS: CTQP Final Estimates Level II

CEI ASSOCIATE CONTRACT SUPPORT SPECIALIST - High school graduate or equivalent plus three (3) years of secretarial and/or clerical experience including two (2) years experience in construction office management having performed project related duties (i.e., Materials Acceptance and Certification (MAC) System, progress and final estimates, EEO compliance, processing Construction Contract changes, etc.). Experienced in the use of standard word processing software. Should exercise independent initiative to help relieve the supervisor of clerical detail. Assists the Project Administrator in office related duties (i.e., CQR, progress, and final estimates, EEO compliance, Processing Construction Contract changes, etc.). Project specific work under the general supervision of the Senior Project Engineer and staff.

QUALIFICATIONS: CTQP Final Estimates Level I

10.3 Additional Services and Personnel:

In addition to the Requirements set forth in Section 9.0, the following is a list of services and personnel that may be required as part of this contract.

A. Preconstruction Planning Requirements - The Consultant may participate in pre-construction activities which are, but not limited to, plans reviews on upcoming projects, establishment of contract time, Pre-Bid Conferences, Pre-Construction Conferences and early utility relocations.

B. Construction Coordination - The Consultant may be asked to provide recommendations for project specific revisions along the Interstate.

Environmental Coordinator - The Consultant may be asked to provide and Environmental coordinator who will monitor the overall corridor construction activities regarding erosion control, NPDES, wetland mitigation/enhancement areas, landscaping and other environmental concerns.

Page 24: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-22 April 24, 2019

Plans Review/Constructability Engineer - The Consultant may be requested to provide personnel to participate in plans/constructability reviews on upcoming projects and/or TCP plan changes or VECP reviews on current projects.

C. Monitor and Expedite Construction Progress - The Consultant will evaluate construction progress based on individual CEI project input, and determine any special problems which may develop. They may be asked to provide recommendations and an action plan to maintain the schedule and resolve any problems.

The Consultant will present briefings to the Resident Engineer and others on a regular basis of construction progress and field situations, advise on action needed and highlight events which may affect construction progress in the future.

D. Evaluate Contract Changes - The Consultant may be asked to implement a contract change management program to expedite the Consultant CEI analysis and approved of contract changes.

The Consultant may also be asked to review change and/or time extension requests as submitted by the CEI and make recommendations to the Resident Engineer.

E. Quality Assessment - The Consultant may also be called upon to assist with the Quality program with regards to:

Conformance to proper procedure and standards

Reliability, Product Acceptance or rejection

Document Quality Control

Material Testing Surveillance

Environmental Compliance

Monthly & Final Estimate Prep

Submittal Tracking

Affirmative action/EEO administration

Any other task as maybe requested and approved

F. Special / Technical Services - The Consultant may be asked, in writing and authorized by the Department, to provide any special or technical construction support services that may be required and not identified in this Agreement.

G. Special Events Support - The Consultant may be requested to provide material and/or services to assist the Department in conducting special events at or near existing or planned District VII construction projects. Payment for such services will be pre-authorized by the Department. In the event that the suspension of

Page 25: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-23 April 24, 2019

Contractor operations requires the removal of Consultant forces from the project, the Consultant will be allowed ten (10) days maximum to demobilize, relocate, or terminate such forces.

H. Aerial and Time-lapse photography – The Consultant may be requested to provide services for aerial and time-lapse photography for specific projects on a periodic basis.

11.0 QUALITY ASSURANCE (QA) PROGRAM:

11.1 Quality Assurance Plan:

Within thirty (30) days after receiving award of an Agreement, furnish a QA Plan to the Construction Project Manager. The QA Plan shall detail the procedures, evaluation criteria, and instructions of the Consultant’s organization for providing services pursuant to this Agreement. Unless specifically waived, no payment shall be made until the Department approves the Consultant QA Plan.

Significant changes to the work requirements may require the Consultant to revise the QA Plan. It shall be the responsibility of the Consultant to keep the plan current with the work requirements. The Plan shall include, but not be limited to, the following areas:

A. Organization:

A description is required of the Consultant QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibilities and autonomy of the QA organization shall be detailed as well as the names and qualifications of personnel in the quality control organization.

B. Quality Assurance Reviews:

Detail the methods used to monitor and achieve organization compliance with Agreement requirements for services and products.

C. Quality Assurance Records:

Outline the types of records which will be generated and maintained during the execution of the QA program.

D. Control of Subconsultants and Vendors:

Detail the methods used to control subconsultant and vendor quality.

E. Quality Assurance Certification:

An officer of the Consultant firm shall certify that the inspection and documentation was done in accordance with FDOT specifications, plans, standard indexes, and Department procedures.

Page 26: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-24 April 24, 2019

11.2 Quality Assurance Reviews:

Conduct semi-annual Quality Assurance Reviews to ensure compliance with the requirements of the Agreement. Quality Assurance Reviews shall be conducted to evaluate the adequacy of materials, processes, documentation, procedures, training, guidance, and staffing included in the execution of this Agreement. Quality Assurance Reviews shall also be developed and performed to achieve compliance with specific QA provisions contained in this Agreement. The semi-annual reviews shall be submitted to the Construction Project Manager in written form no later than one (1) month after the review.

On short duration CCEI projects (nine (9) months or less), the CCEI shall perform an initial QA review within the first two (2) months of the start of construction.

On asphalt projects, the CCEI shall perform an initial QA review on its asphalt inspection staff after the Contractor has completed ten (10) full work days of mainline asphalt paving operations, or 25% of the asphalt pay item amount (whichever is less) to validate that all sampling, testing, inspection, and documentation are occurring as required of the CCEI staff.

11.3 Quality Records:

Maintain adequate records of the quality assurance actions performed by the organization (including subcontractors and vendors) in providing services and products under this Agreement. All records shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective actions taken. All records shall be available to the Department, upon request, during the Agreement term. All records shall be kept at the primary job site and shall be subject to audit review.

12.0 AGREEMENT MANAGEMENT:

12.1 General:

(1) With each monthly invoice submittal, the Consultant will provide a Status Report for the Agreement. This report will provide an accounting of the additional Agreement calendar days allowed to date, an estimate of the additional calendar days anticipated to be added to the original schedule time, an estimate of the Agreement completion date, and an estimate of the Consultant funds expiration date per the Agreement schedule for the prime Consultant and for each subconsultant. The Consultant will provide a printout from the Equal Opportunity Reporting System showing the previous month’s payments made to subconsultants. Invoices not including this required information may be rejected.

(2) When the Consultant identifies a condition that will require an amendment to the Agreement, the Consultant will communicate this need to the Construction Project Manager for acceptance. Upon acceptance, prepare and submit an Amendment Request (AR), and all accompanying documentation to the Construction Project Manager for approval and further processing. The AR is to be submitted at such time to allow the Department 12 weeks to process, approve, and execute the AR. The content and format of the AR and accompanying documentation shall be in accordance with the instructions and format to be provided by the Department.

Page 27: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Financial Project ID (s): 258422-2-62-03

Stage II A-25 April 24, 2019

(3) The Consultant is responsible for performing follow-up activities to determine the status of each Amendment Request submitted to the Department.

13.0 OTHER SERVICES:

Upon written authorization by the District Construction Engineer or designee, the Consultant will perform additional services in connection with the project not otherwise identified in this Agreement. The following items are not included as part of this Agreement, but may be required by the Department to supplement the Consultant services under this Agreement.

A. Assist in preparing for arbitration hearings or litigation that occurs during the Agreement time in connection with the construction project covered by this Agreement.

B. Provide qualified engineering witnesses and exhibits for arbitration hearings or litigation in connection with the Agreement.

C. Provide inspection services in addition to those provided for in this Agreement.

D. Provide services determined necessary for the successful completion and closure of the Construction Contract.

14.0 POST CONSTRUCTION CLAIMS REVIEW:

In the event the Contractor submits a claim for additional compensation and/or time after the Consultant has completed this Agreement, analyze the claim, engage in negotiations leading to settlement of the claim, and prepare and process the required documentation to close out the claim. Compensation for such services will be negotiated and effected through a Supplemental Amendment to this Agreement.

15.0 CONTRADICTIONS:

In the event of a contradiction between the provisions of this Scope of Services and the Consultant’s proposal as made a part of their Agreement, the provisions of the Scope of Services shall apply.

16.0 THIRD PARTY BENEFICIARY:

It is specifically agreed between the parties executing this Agreement that it is not intended by any of the provisions of any part of the Agreement to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Agreement to maintain a claim, cause of action, lien or any other damages or any relief of any kind pursuant to the terms or provisions of this Agreement.

17.0 DEPARTMENT AUTHORITY:

The Department shall be the final authority in considering modifications to the Construction Contract for time, money or any other consideration except matters agreed to by the Contractor through contract changes negotiated by the Consultant, as authorized in Section 9.1 herein.

Page 28: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

STATE OF FLORIDADEPARTMENT OF TRANSPORTATION

PROFESSIONAL SERVICES UNIT EXPANDED LETTER OF RESPONSE - CONSULTANT EVALUATION

Name of Project: ______________________________________________________ Financial Project No (s): _____________________________________Ad No. 20705 Name of Consultant: ___________________________________________________

Instructions: Each Technical Review Committee (TRC) member shall independently complete this evaluation form for each shortlisted firm’s letter and include their signature and date of completion. Each TRC member must return the completed hardcopy evaluations to PSU in the Special TRC meeting. Each TRC member shall include comments specific to each firm on their evaluation for each scoring area and a summary comment for the firms. This form will be used to summarize each reviewer’s scores onto the Professional Services Selection Package 375-030-2A form prepared by Professional Services for the Technical Review Committee.

SCORE

1. UNDERSTANDING THE SCOPE (0-40) ________

Under this area, the Department will evaluate the Consultant’s understanding of the Scope of Services. The Department will also evaluate areas such as the Consultant’s method for maintaining quality throughout the project and unique concepts (i.e. public awareness plan, staffing).

2. PROPOSED PROJECT STAFFING (0-50) ________

Under this area, the Department will evaluate the Consultant’s staffing quality and availability, experience on similar projects, and proposed Subconsultants. The Department will also evaluate the Consultant’s management ability. The Department may evaluate management and inspection staff separately.

A. Technical Staff (0-25) Technical staff includes the CEI Sr. Project Engineer, CEI Project Administrator as defined in the scope.

B. Support Staff (0-25) Support staff includes CSS, ACSS and CEI community outreach specialist.

3. COMMUNICATION/VALUE ADDED (0-10)

Under this area the Department will evaluate the Consultants plan to ensure communication with the Department for the highest level of service. Any value-added components proposed will also be evaluated.

Total Score: ________

The following space should be used to summarize any major comments which the Technical Review Committee member considers relevant to the firm's overall score.

Prepared by: Date: __________________________

Page 29: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

- EXPANDED LETTER OF RESPONSE - CONSULTANT EVALUATION -

Name of Project: ________________________ Financial Project No (s): __________________ Ad #: 20705Name of Consultant: _____________________ Name of TRC: _____________________

UNDERSTANDING THE SCOPE (0-40)

PROPOSED PROJECT STAFFING (0-50)

A. Technical Staff (0-25)

B. Support Staff (0-25)

COMMUNICATION/VALUE ADDED (0-10)

______________________________________________________________________________ COMMENTS

Page 30: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

Required Certifications and Forms

Form numbers:

375-030-30 Truth in Negotiations Certificate375-030-60 Vendor Certification Regarding Scrutinized Companies Lists375-030-32 Certification Regarding Debarment, Suspension, Ineligibility

and Voluntary Exclusion for Federal Aid Contracts375-030-33 Certification for Disclosure of Lobbying Activities on Federal Aid

Contracts 375-030-34 Disclosure of Lobbying Activities375-030-83 Professional Services DBE or Small Business Commitment Form

Page 31: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

G:\Professional Services\CONTRACT.398\258xxxx\25842226.203 20705\ACQUISITION\CEI CONSULTANT ESTIMATED STAFFING.doc

CEI CONSULTANT ESTIMATED STAFFING

Financial Project No. Description:

Name of Consultant

Total in

Months

Personnel Classifications

Jan Feb Mar Apri May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

Totals in Man Months

Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

Legend L = Letting P = Preconstruction C = Construction T = Post Construction

Survey Party Estimate: Man Party For Days Man Party For Days Man Party For Days

Comments: Notes: No need to type if kept legible.

Denote a time period for each construction contract. Denote a time period for consultant services including pre and post services of 30 calendar days and 30 calendar days. Denote classifications from consultant scope of services and full-time-equivalents for time period needed. Personnel are to be distributed to each construction project on additional sheets if needed.

Page 32: Stage II Scope of Services - Florida Department of ......tbd 430500 1 sr 687/4th street n from south of i-275/sr 93 to north of 119th ave pinellas tbd 430501 1 9th st s (mlk street)

G:\Professional Services\CONTRACT.398\258xxxx\25842226.203 20705\ACQUISITION\CEI CONSULTANT ESTIMATED STAFFING.doc

CEI CONSULTANT ESTIMATED STAFFING

Financial Project No. Description:

Name of Consultant

Total in

Mos

Personnel Classifications

Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

Totals in Man Months

Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

Legend L = Letting P = Preconstruction C = Construction T = Post Construction

Survey Party Estimate: Man Party For Days Man Party For Days Man Party For Days

Comments: Notes: No need to type if kept legible.

Denote a time period for each construction contract. Denote a time period for consultant services including pre and post services of 30 calendar days and 30 calendar days. Denote classifications from consultant scope of services and full-time-equivalents for time period needed.

Personnel are to be distributed to each construction project on additional sheets if needed.