SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES PLANNING FEASIBILITY STUDY

Similar documents
SCOPE OF SERVICES FOR SR 77 FEASIBILITY STUDY PROJECT DESCRIPTION: FROM NORTH OF BLUE LAKE ROAD TO JACKSON COUNTY LINE FDOT

SCOPE OF SERVICES FOR ALTERNATIVE CORRIDOR EVALUATION

SCOPE OF SERVICES FOR PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY PROJECT DESCRIPTION FDOT District 3 Gadsden County & Leon County

SCOPE OF SERVICES FOR PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDIES I-75 (SR 93) FROM TURNPIKE (SR 91) TO SR 200 FDOT District 5 District 5

SCOPE OF SERVICES FOR ALTERNATIVE CORRIDOR EVALUATION

SCOPE OF SERVICES FOR PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDIES CR 887 (OLD US 41) FROM US 41 TO LEE COUNTY LINE FDOT

SCOPE OF SERVICES FOR PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDIES I-4 (SR 400) FROM W OF SR 570 (POLK PARKWAY) TO W OF US 27 INTERCHANGE FDOT

SCOPE OF SERVICES FOR PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDIES I-75 (SR 93) FROM E OF SR 951 TO SR

SCOPE OF SERVICES FOR PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDIES SR 544 (LUCERNE PARK RD) FROM AVE T NW TO SR 17 FDOT District 1 Polk County

EXHIBIT A GENERAL ENGINEERING CONTRACT (GEC) - TRAFFIC AND REVENUE SCOPE OF SERVICES

SCOPE OF SERVICES FOR FEASIBILITY STUDY. District Three Okaloosa, Walton, and Washington County

SCOPE OF SERVICES FOR CORRIDOR FEASIBILITY STUDY. District Three Escambia County

UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL

Contract Review Sheet

Traffic Impact Analysis Guidelines Methodology

Approved by the Roanoke Valley-Alleghany Regional Commission April 25, 2013

City of Albany, New York Traffic Engineering

SOUTH CENTRAL PLANNING AND DEVELOPMENT COMMISSION. Scope of Services. Terrebonne Parish

PROJECT COST REPORTING

QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO.

HILLSBOROUGH COUNTY AVIATION AUTHORITY

PROFESSIONAL ENGINEERING SERVICES NON-CONTINUING SERVICES SAMPLE AGREEMENT

City of Beverly Hills Beverly Hills, CA

REQUEST FOR PROPOSALS (RFP)- SCIENCES BUILDING FOR DSA INSPECTION SERVICES, SADDLEBACK COLLEGE

This policy shall apply to all directly-operated and contract network providers of the MCCMH Board.

FY 2017 Rural Transportation Planning Work Program SCOPE OF WORK

City of Fairfax, Virginia City Council Regular Meeting

Chicago Title Insurance Company

Telemetry Upgrade Project: Phase-3

Whereas, FDOT is willing to reimburse USFWS for the increased staff required to provide priority project review; and,

EXHIBIT A SCOPE OF SERVICES ITB-DOT-09/ EB EMERGENCY ROADSIDE ASSISTANCE PATROL SERVICES (EMA)

EXHIBIT 3 Page 1 of 12

VEHICLE MAINTENANCE & REPAIR

Allen County Highway Engineering Department Problems and Progress

(3/01) NW T.O. INDIANA AMERICAN WATER COMPANY, INC.

SECTION ARCHITECTURAL AND ENGINEERING CPM SCHEDULES

3) day of ----'~'---''"'(A'-'-1{-'--'-uhLC---'------'' 2014 (hereinafter the "Effective Date"), by and between

Whereas, the FDOT is willing to reimburse the SHPO for the increased staff required to provide priority project review; and

Bob Brown, Community Development Director Annette Chavez, Chief Building Official Gail Papworth, Principal Human Resources Analyst

REQUEST FOR QUALIFICATIONS

TOWN OF QUEEN CREEK S. ELLSWORTH ROAD QUEEN CREEK, AZ (480)

POLICY TITLE: Purchasing District Purchasing POLICY NO: 850 PAGE 1 of 11 PURCHASING POLICY 1 - DISTRICT PURCHASING

Safety Projects, LAP, and Utilization of Force Accounts. Lawrence Taylor D7 Safety Consultant/LAP Project Manager February 10, 2016

TITLE 70: DEPARTMENT OF FINANCE SUBCHAPTER COST AND PRICE ANALYSIS REGULATIONS

COST REIMBURSABLE CONTRACT

City of Signal Hill Cherry Avenue Signal Hill, CA

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER

INTRODUCTION. Introduction Page 1 of 5. G:\Comp\Adopted Comprehensive Plans\15. Cylce 16-2 and 16-3\Elements not changed\_d. Introduction.

MEMORANDUM OF UNDERSTANDING for DATA SHARING BETWEEN DISTRICT AND SCCOE

PROFESSIONAL SERVICES AGREEMENT NO

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E.

ECONOMIC FEASIBILITY DEVELOPMENT PROCESS

SECTION PROJECT SCHEDULES (SMALL PROJECTS DESIGN/BID/BUILD)

MANUAL ON SUBMITTING VOUCHER PAYMENTS FOR PROFESSIONAL SERVICES AGREEMENTS

AGREEMENT FOR SCHOOL CROSSING GUARDS SERVICES

Pinellas County. Staff Report

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

Corridors of Commerce DRAFT Scoring and Prioritization Process. Patrick Weidemann Director of Capital Planning and Programming November 1, 2017

Pinellas County. Staff Report. File #: A, Version: 1 Agenda Date: 8/7/2018

ERRORS, OMISSIONS, AND CONTRACTUAL BREACHES BY PROFESSIONAL ENGINEERS ON DEPARTMENT CONTRACTS

Chapter 2. County, Hospital, and Agency Program Administration

FLORIDA DEPARTMENT OF TRANSPORTATION

Budget Policy and Procedures

Educational Use Only S A M P L E S A M P L E

The Transportation Partnership Opportunity Fund

DEPARTMENT OF PUBLIC WORKS Administration Division

ADDENDUM TO RFP DOCUMENTS

JAA SOLICITATION. REQUEST FOR QUOTATIONS (RFQ) No.: AEROSHELL PRODUCTS HERLONG JACKSONVILLE, FL

CONSULTANT SERVICES AGREEMENT

Pinellas County. Staff Report

ODOT Local Public Agencies (LPA) Cost Recovery and Financial Audit Guidance

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services


State of Florida Department of Transportation EXHIBIT A, SCOPE OF SERVICES

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT

Application For Permit To Conduct Fireworks Exhibition Packet. (All blanks are to be completed & signatures where needed.)

I. PROPOSAL PREPARATION INSTRUCTIONS AND REQUIRED PROPOSAL INFORMATION

CHAPTER Committee Substitute for Senate Bill No. 124

CONTACT: Tom McCann Tom Harbour Dennis Rule (623) (623) (623)

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1113 VALUE ENGINEERING IN CONSTRUCTION. October 19, 2012

INTRODUCTION TO CAPITAL IMPROVEMENTS PROGRAMMING

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

Butte County Board of Supervisors Agenda Transmittal

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS

Dear Cities, Counties, Transit Agencies, and CMAs:

CAPITAL IMPROVEMENTS ELEMENT

Professional Auditing Services

Retirement Plan Compliance and Administration Services Agreement

CONTRACT FOR SERVICES RECITALS

Transcription:

US 301 from Marion C/L to I-10 Planning Study FIN#: 434578-1-12-01 Federal Project #: TBD Alachua, Bradford, Clay, Duval, Florida SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES PLANNING FEASIBILITY STUDY PROJECT DESCRIPTION This Scope of Services provides for the Planning Study for US 301 from Marion County line in Alachua County to I-10 in Duval County. The Financial Identification Number is 434578-1-12-01. The goal of this study is to analyze the operations at the intersections and provide alternatives for intersection improvements on the existing corridor to identify needs for short-term and long-term alternatives. Stage I March 7, 2018 A-1 FPID: 434578-1-12-01

SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES PLANNING FEASIBILITY STUDY This Exhibit forms an integral part of the agreement between the State of Florida Department of Transportation (hereinafter referred to as the DEPARTMENT) and (hereinafter referred to as the CONSULTANT) relative to the transportation facility described as follows: Financial Project ID: 434578-1-12-01 Federal Aid Project ID: TBD County: Alachua, Bradford, Clay, Duval Description: US-301 from Marion C/L to I-10 Planning Study 1. PURPOSE The purpose of this Exhibit is to describe the scope of work and the responsibilities of the CONSULTANT and the DEPARTMENT regarding the Planning Feasibility Study necessary to comply with Department procedures. The general objective is for the CONSULTANT to provide professional services needed by the DEPARTMENT during the Planning Feasibility Study. 2. PROJECT DESCRIPTION The CONSULTANT will study intersection improvements along the US-301 corridor and provide alternatives, in consultation with the DEPARTMENT, to be analyzed and documented in the Planning Feasibility Study that minimize impacts to the natural, social, cultural and physical environment. 2.1 Schedule The CONSULTANT will be responsible for identification of a detailed project activity/event schedule for the DEPARTMENT and CONSULTANT activities required to meet the current DEPARTMENT schedule. 2.2 Submittals The CONSULTANT shall furnish plans and documents as required by the DEPARTMENT to adequately control, coordinate, and approve work. The CONSULTANT shall distribute submittals as directed by the DEPARTMENT. The Project Manager will determine the specific number of copies. 2.3 Provisions for Work All maps, plans, reports, and designs are to be prepared with English values in accordance with all applicable DEPARTMENT manuals, memorandums, and guidelines. 3. WORK TASKS Work will be assigned on an as needed basis. The activities may include any work needed to support the Planning Feasibility Study for this project. Stage I March 7, 2018 A-2 FPID: 434578-1-12-01

Work will be controlled via the project schedule. The activities necessary to meet the project schedule will be approved by the project manager; however, it is the responsibility of the CONSULTANT to advise the project manager on those activities the CONSULTANT determines are necessary to deliver the project. These include activities to be performed by the CONSULTANT, DEPARTMENT, or other consultants and advisors. The work tasks may include, but are not limited to: Cost Estimates Public Involvement Support Concept Development Traffic Counts and Forecasts Traffic Analysis Crash Data Review/Analysis Data Review/Analysis Origin/Destination Surveys 3.1 PROJECT SUPPORT The CONSULTANT will support the DEPARTMENT during the study. 4. PROJECT REQUIREMENTS 4.1 Liaison Office The DEPARTMENT and the CONSULTANT will designate a Liaison Office and a Project Manager who shall be the representative of their respective organizations for the project. While it is expected the CONSULTANT shall seek and receive advice from various state, regional, and local agencies, the final direction on all matters of this project remain with the DEPARTMENT s Project Manager. 4.2 Key Personnel The CONSULTANT s work shall be performed and directed by the key personnel identified in the proposal by the CONSULTANT. Any changes in the indicated personnel shall be subject to review and approval by the DEPARTMENT. The CONSULTANT shall identify the key personnel to be assigned to the project and their hourly rates. The CONSULTANT must have an approved overheard billing rate to charge overhead. Hourly rates may not change throughout the life of the project without the DEPARTMENT s approval. 4.3 Progress Reporting The CONSULTANT shall meet with the DEPARTMENT as required and shall provide written progress and schedule status reports that describe the work performed on each activity. Progress and schedule status reports shall be delivered to the DEPARTMENT monthly. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished. 4.4 Quality Control The CONSULTANT shall be responsible for insuring that all work products conform to DEPARTMENT standards and criteria. This shall be accomplished through an internal Quality Control (QC) process Stage I March 7, 2018 A-3 FPID: 434578-1-12-01

performed by the CONSULTANT. This QC process shall insure that quality is achieved through checking, reviewing, and surveillance of work activities by objective and qualified individuals who were not directly responsible for performing the initial work. Prior to submittal of the first invoice, the CONSULTANT shall submit to the DEPARTMENT'S Project Manager for approval the proposed method or process of providing Quality Control for all work products. The Quality Control Plan shall identify the products to be reviewed, the personnel who perform the reviews, and the method of documentation. 4.5 Correspondence Copies of all written correspondence between the CONSULTANT and any party pertaining specifically to this contract shall be provided to the DEPARTMENT for their records within one (1) week of the receipt of mailing of said correspondence. 4.6 Professional Endorsement The CONSULTANT shall have a Registered Professional Engineer in the State of Florida sign and seal all reports, documents, and plans as required by DEPARTMENT standards. 4.7 Computer Automation Plans will be developed utilizing Computer Aided Drafting and Design (CADD) systems. The DEPARTMENT makes available software to help assure quality and conformance with policy and procedures regarding CADD. It is the responsibility of the CONSULTANT to meet the requirements in the DEPARTMENT s CADD Manual. The CONSULTANT will submit final documents and files as described therein. 4.8 Coordination with other Consultants The CONSULTANT is to coordinate the work with any and all adjacent and integral consultants so as to complete homogeneous plans and specifications for the project(s) described herein. 4.9 Optional Services At the DEPARTMENT s option, the CONSULTANT may be requested to provide optional services. The fee for these services shall be negotiated in accordance with the terms detailed in exhibit B, Method of Compensation, for a fair, competitive and reasonable cost, considering the scope and complexity of the project(s). A supplemental agreement adding the additional services shall be executed in accordance with paragraph 2.00 of the standard consultant agreement. 5 INVOICING LIMITS Payment for the work accomplished will be in accordance with Method of Compensation of this contract. Invoices shall be submitted to the DEPARTMENT, in a format prescribed by the DEPARTMENT. The DEPARTMENT Project Manager and the CONSULTANT shall monitor the cumulative invoiced billings to insure the reasonableness of the billings compared to the project schedule and the work accomplished and accepted by the DEPARTMENT. 6.0 SERVICES TO BE PERFORMED BY THE DEPARTMENT The DEPARTMENT will provide those services and materials as set forth below: Stage I March 7, 2018 A-4 FPID: 434578-1-12-01

Project data currently on file. All available information in the possession of the DEPARTMENT pertaining to utility companies whose facilities may be affected by the proposed construction. All future information that is in possession or may come to the DEPARTMENT pertaining to subdivision plans, so that the CONSULTANT may take advantage of additional areas that can be utilized as part of the existing right-of-way. Coordination with the Federal Highway Administration. Existing FDOT right-of-way maps. The DEPARTMENT will permit the CONSULTANT to utilize the DEPARTMENT'S computer facilities upon proper authorization as described in the DEPARTMENT Procedure No. 261 009. The DEPARTMENT will provide available FDOT crash data. Stage I March 7, 2018 A-5 FPID: 434578-1-12-01