Você está na página 1de 66

HILLSBOROUGH TRANSIT AUTHORITY (HART)

TAMPA, FLORIDA

SOLICITATION, OFFER AND AWARD FORM


REQUEST FOR PROPOSALS
1. SOLICITATION #: RFP-7165CG 4. BRIEF DESCRIPTION:
2. ISSUE DATE: 11/24/2010
3. FOR INFORMATION CONTACT: Design Services for Tampa International Airport (TIA) Transfer
NAME: Damaris Cordova Center
PHONE: 813-449-4659 FAX: 813-664-1119
E-MAIL: cordovad@gohart.org
5. PRE-PROPOSAL CONFERENCE: (See Exhibit C for more information.)
rd
LOCATION: 1201 E. 7th Avenue, 3 Floor DATE AND TIME: 12/7/2010, 10:30 a.m., Eastern Standard Time
Tampa, Fl 33605
6. SUBMIT OFFER TO THE FOLLOWING ADDRESS: 7. OFFER SUBMISSION DUE DATE AND TIME:
Hillsborough Transit Authority (HART)
Attn: Procurement and Contracts Administration Department, 12/21/2010, 2:00 p.m., Eastern Standard Time
RFP-7165CG
st
4305 East 21 Avenue
Tampa, FL 33605
8. SUBMIT WITH OFFER: Original offer and 4 photocopies including the exhibits and attachments listed on Page 2 of this form.
9. OFFERS WILL NOT BE PUBLICLY OPENED.
10. FIRM OFFER PERIOD: Offers shall remain firm for a period of 120 calendar days from the date specified in Block 7, above.
11. This solicitation and any resulting contract, respectively, consists of this Form and the exhibits and documents designated with a
symbol  on Page 2 of this form.
OFFER
(To be completed by Offeror)
12. DISCOUNT FOR PROMPT PAYMENT: _____%, _____ Calendar Days (Please refer to Invoice and Payment clauses in Exhibit D)
13. If this offer is accepted within the period specified in Block 10, above, the offeror agrees to fully provide the goods and/or services
covered by this solicitation at the prices and timelines specified in the solicitation.
14. ACKNOWLEDGEMENT OF AMENDMENTS: The offeror acknowledges receipt of the following solicitation amendments (write in all
amendment numbers and amendment dates.
Amendment Number and Date Amendment Number and Date Amendment Number and Date

15. OFFEROR'S NAME AND ADDRESS: (Type or Print) 16. NAME AND TITLE OF OFFEROR’S REPRESENTATIVE
(PERSON AUTHORIZED TO EXECUTE CONTRACTS):
(Type or Print)

17. OFFEROR’S REPRESENTATIVE SIGNATURE & DATE:


TELEPHONE: E-MAIL:
CELL PHONE: FAX:
AWARD
(To be completed by HART)
18. DBE: A DBE goal no DBE (Disadvantaged Business Enterprise) goal established for this contract. Federal funds shall not be
utilized.
19. ACCEPTED AS TO: 20. TOTAL AMOUNT OF AWARD: 21. CONTRACT NUMBER:

22. HART’S CONTRACTING OFFICER’S SIGNATURE & CONTRACT AWARD DATE:

Name: _____________________________ Signature: ____________________________________ Date: ____/____/____

CS-01 (OCT 10) Page 1 of 2


Solicitation, Offer and Award Form
NAME FORM DESCRIPTION FORM # SUBMIT WITH
TECHNICAL OFFER?
 Cover Sheet Solicitation, Offer and Award Form CS-01 YES
 Schedule Schedule S-01 YES
 Exhibit A Representations and Certifications A-02 YES
 Exhibit B
Special Solicitation Instructions and Conditions
B-01
Attachment 1 to Exhibit B – Certificate of Current Cost or Price
 Exhibit C Solicitation Instructions and Conditions C-05
 Exhibit D Special Provisions D-01
 Exhibit F General Provisions F-03
Statement of Work
 Exhibit H H-01
Attachments 1 through 6
 Offeror’s/Contractor’s Technical Proposal YES

CS-01 (OCT 10) Page 2 of 2


Solicitation, Offer and Award Form
Solicitation No. RFP-7165CG
HILLSBOROUGH TRANSIT AUTHORITY (HART)
TAMPA, FLORIDA

SCHEDULE
CAUTION: A false statement in any offer submitted to HART may be a criminal OFFENSE.

NOTE: For Invitations for Bids the terms "Offer" and "Offeror" shall mean "Bid" and "Bidder", respectively; and for Request for
Proposals the terms "Bid" and "Bidder" shall mean "Offer" and "Offeror", respectively, in this solicitation
and any associated exhibits.

THE OFFEROR MUST SIGN AND DATE THIS SCHEDULE WHERE PROVIDED
AND SUBMIT ALL PAGES WITH THE OFFER.

The line item unit price(s) must include all costs that the offeror intends to recover, such as, but not limited to:
supervision, labor, equipment, materials, vehicle licensing, vehicle title, warehousing, freight, pick-up,
financing, carrying charges, and all other such charges to accommodate the supplies/services and delivery
requirements. No price adjustments will be made, unless specifically provided for by an additional provision
included in this contract.
Line Item CONTRACTOR: TITLE OF PROJECT:

1 DIRECT LABOR (Specify) HOURS RATE/HOUR EST. COST ($)


$

TOTAL LABOR TOTAL BASE $


HOURS ----> LABOR COST --->
2 LABOR BURDEN (Specify)
BURDEN RATE x BASE = BURDEN
__________ $
TOTAL
_____________ x __
(percentage) (Total Base
Labor Cost)
3 TOTAL LABOR AND BURDEN
(Sum of lines 1 and 2) TOTAL $
4 DIRECT COSTS
(Sum of materials, tools, etc.) TOTAL $
5 TRAVEL
(Sum of airfare, hotel, etc.) TOTAL $
6 CONSULTANTS (Specify)
TOTAL $
7 SUBCONTRACTS (Specify)
TOTAL $
8 TOTAL DIRECT COST
(Sum of Lines 3 - 7) TOTAL $
9 FEE _____% of Lines 8
TOTAL $
10 TOTAL CONTRACT COST
(Sum of lines 3, 8 and 9) TOTAL $
I certify that the individuals listed in Block 1 as performing Direct Labor on the project are employees of this firm. I further certify that any
subcontractors/subconsultants required to perform this level of effort are listed and submitted on this form.

PRINT NAME AND TITLE AND DATE SIGNATURE OF AUTHORIZED AGENT

Price proposal will be requested from the firm selected as the most highly ranked qualified offeror.

S-01 (OCT 10) Page 1 of 1


Schedule
Solicitation No. RFP-7165CG
HILLSBOROUGH TRANSIT AUTHORITY (HART)
TAMPA, FLORIDA

EXHIBIT A
REPRESENTATIONS AND CERTIFICATIONS
(LOCALLY ASSISTED SUPPLY/SERVICE CONTRACT)

** NOTE: THIS FORM MUST BE COMPLETED AND RETURNED WITH THE OFFER **

TABLE OF CONTENTS

1. Affirmative Action Compliance ................................................................................................................................. 1


2. Contingent Fee ........................................................................................................................................................ 1
3. Covenant Against Gratuities .................................................................................................................................... 1
4. Disadvantaged Business Enterprise (DBE) ............................................................................................................. 2
5. Interest of Public Officials ........................................................................................................................................ 2
6. Parent Company and Identifying Data ..................................................................................................................... 2
7. Type of Business ..................................................................................................................................................... 2
8. Certification of Independent Price Determination .................................................................................................... 3
9. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion .......................................... 3
10. Certification of Non-Segregated Facilities ............................................................................................................... 4
11. Certification of Restrictions on Lobbying ................................................................................................................. 4
12. Communication Policy and Certification .................................................................................................................. 5
13. Conflict of Interest Certification ................................................................................................................................ 5
14. Non-Discrimination Assurance ................................................................................................................................ 6
15. Disadvantaged Business Enterprise Goals ............................................................................................................. 6

REPRESENTATIONS
1. Affirmative Action Compliance

(a) The offeror represents as part of its offer that it has a workforce of (# of employees): ______

(b) It (Mark one with an "X"):

has developed and has on file


has not developed and does not have on file

at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41
CFR 60-1 and 60-2), or it (Mark one with an "X"):

has has not

previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of
the Secretary of Labor.

2. Contingent Fee

Except for full-time bona fide employees working solely for the offeror, the offeror represents as part of its offer that it
(Mark one with an "X"):
 has  has not

been employed or retained any company or persons to solicit or obtain this contract, and (Mark one with an "X"):

 has  has not

paid or agreed to pay any person or company employed or retained to solicit or obtain this contract any commission,
percentage, brokerage, or other fee contingent upon or resulting from the award of this contract.

3. Covenant Against Gratuities

The offeror represents as part of its offer that no employee, official, or member of the Board (Executive Committee) of
the Authority is or will be pecuniarily interested or benefited directly or indirectly in this contract. The Contractor further
represents and warrants that it has not offered or given gratuities (in the form of entertainment, gifts, or otherwise) to any
employee, official, or member of the Board (Executive Committee) of the Authority with a view toward securing favorable
A-02 (OCT 10) Page 1 of 6
Exhibit A
Solicitation No. RFP-7165CG
treatment in the awarding, amending, or evaluating the performance of any contract resulting from the solicitation. For
breach of any representation or warranty in this clause, the Authority shall have the right to annul this contract without
liability and/or have recourse to any other remedy it may have at law.

4. Disadvantaged Business Enterprise (DBE)

The offeror represents as part of its offer that it (Mark one with an "X"):

is is not

a disadvantaged business enterprise (DBE). A DBE is defined as "a for-profit small business concern which is at least
51 percent owned by one or more socially and economically disadvantaged individuals, or in case of any publicly owned
business, at least 51 percent of the stock is owned by one or more socially and economically disadvantaged individuals
and whose management and daily business operations are controlled by one or more of the socially and economically
disadvantaged individuals who own it." For purposes of this definition, socially and economically disadvantaged
individuals include Black Americans, Hispanic Americans, Asian-Pacific Americans, Subcontinent Asian Americans,
Native Americans; women; and any additional groups whose members are designated as socially and economically
disadvantaged by the Small Business Administration (SBA), at such time as the SBA designation becomes effective.

5. Interest of Public Officials

The offeror represents and warrants that no employee, official, or member of the Board (Executive Committee) of the
Authority is or will be pecuniarily interested or benefited directly or indirectly in this contract.

6. Parent Company and Identifying Data

(a) The offeror represents as part of its offer that it (Mark one with an "X"):

 is  is not

owned or controlled by a parent company. A parent company, for the purpose of this provision, is one that owns or
controls the activities and basic business policies of the offeror. To own the offering company means that the parent
company must own more than 50 percent of the voting rights in that company. A company may control an offeror as a
parent even though not meeting the requirements for such ownership if the company is able to formulate, determine, or
veto basic policy decisions of the offeror through the use of dominant minority voting rights, use of proxy voting, or
otherwise.

(b) If the offeror is not owned or controlled by a parent company, it shall insert its own Employer's Identification Number
below:

(c) If the offeror is owned or controlled by a parent company, it shall enter in the blocks below the name and main office
address of the parent company, and the parent company's Employer's Identification Number.

NAME OF PARENT COMPANY AND MAIN OFFICE


ADDRESS (INCLUDE ZIP AND PHONE): PARENT COMPANY'S EMPLOYER'S IDENTIFICATION #:

7. Type of Business

(a) The offeror represents as part of its offer that it operates as (Mark one with an "X"):

 an individual  a sole proprietorship

 a partnership  a corporation

A-02 (OCT 10) Page 2 of 6


Exhibit A
Solicitation No. RFP-7165CG
 another entity ____________________.

(b) If incorporated, under the laws of the State of:

(c) Age of the firm: __ years, __ months

(d) Previous year’s annual gross receipts:

 less than $500K $500K- $2 mil.  $2 mil. - $5 mil.  more than $5 mil.

CERTIFICATIONS

8. Certification of Independent Price Determination

(a) By submission of this offer, the offeror certifies, and in the case of a joint offer, each party thereto certifies as to its
own organization, that in connection with this procurement:

(1) The prices in this offer have been arrived at independently, without consultation, communication, or agreement,
for the purpose of restricting competition, as to any matter relating to such prices with any other offeror or with any
competitor.

(2) Unless otherwise required by law, the prices which have been quoted in this offer have not been knowingly
disclosed by the offeror and will not knowingly be disclosed by the offeror prior to the opening (in the case of an
advertised procurement) or prior to award (in the case of a negotiated procurement), directly or indirectly to any
other offeror or to any competitor; and

(3) No attempt has been made or will be made by the offeror to induce any other person or firm to submit or not to
submit an offer for the purpose of restricting competition.

(b) Each person signing this offer certifies that:

(1) He/she is the person in the offeror's organization responsible within that organization for the decision as to the
prices being offered herein and that he has not participated, and will not participate, in any action contrary to (a)(1)
through (a)(3) above; or

(2) He/she: (i) is not the person in the offeror's organization responsible within that organization for the decision as
to the prices being offered herein but that he has been authorized in writing to act as an agent for the persons
responsible for such decision in certifying that such persons have not participated, and will not participate, in any
action contrary to (a)(1) through (a)(3) above, and as their agent does hereby so certify; and (ii) has not participated,
and will not participate, in any action contrary to (a)(1) through (a)(3) above.

9. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion

(a) Primary Covered Transactions. [This certification applies to the offer submitted in response to this solicitation and
will be a continuing requirement throughout the term of the prime contract.]

(1) In accordance with the provisions of Appendix A to 49 Code of Federal Regulations (CFR) Part 29, the
offeror certifies to the best of its knowledge and belief, that it and its principals:

(i) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency;

(ii) have not within a three-year period preceding this offer been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting
to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction;
violation of Federal or State antitrust statutes, or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, or receiving stolen property;
A-02 (OCT 10) Page 3 of 6
Exhibit A
Solicitation No. RFP-7165CG

(iii) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal,
State, or local) with commission of any of the offenses enumerated in paragraph (1)(ii) of this Certification;
and

(iv) have not within a three-year period preceding this offer had one or more public transactions (Federal,
State, or local) terminated for cause or default.

(2) Where the offeror is unable to certify to any of the statements in this certification, the offeror shall attach an
explanation to this offer.

(b) Lower Tier Covered Transactions. [This certification applies to a subcontract at any tier expected to equal or exceed
$25,000 and will be a continuing requirement throughout the term of the prime contract.]

(1) In accordance with the provisions of Appendix B to 49 Code of Federal Regulations (CFR) Part 29, the
prospective lower tier participant (subcontractor) certifies, by submission of this offer, that neither it nor its
principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from participation in this transaction by any Federal department or agency.

(2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such
prospective participant shall attach an explanation to this proposal.

(c) The Certification required by subparagraph (b), above, shall be included in all applicable subcontracts and a copy
kept on file by the prime contractor. The prime contractor shall be required to furnish copies of certifications to the
Contracting Officer upon the Contracting Officer's request.

10. Certification of Non-Segregated Facilities

(a) By the submission of this offer, the offeror certifies that it does not and will not maintain or provide for its employees
any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform
their services at any location under its control, where segregated facilities are maintained.

(b) The offeror agrees that a breach of this certification is a violation of the Equal Opportunity Clause in the contract.

(c) As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and
wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking
lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees
that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion or nation origin,
because of habit, local custom or otherwise.

(d) It further agrees that (except where it has obtained identical certifications from proposed subcontractors for specific
time periods) it will:

(1) Obtain identical certifications from proposed subcontractors before the award of subcontracts under which the
subcontractor will be subject to the Equal Opportunity clause;

(2) Retain such certifications in its files; and

(3) Forward the following notice to the proposed subcontractors (except if the proposed subcontractors have
submitted identical certifications for specific time periods).

NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATIONS OF


NON-SEGREGATED FACILITIES

A Certification of Non-segregated Facilities must be submitted before the award of a subcontract under which the
subcontractor will be subject to the Equal Opportunity clause. The certification may be submitted either for such
subcontract or for all subcontracts during a period (i.e., quarterly, semiannually or annually).

Note: the penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.

11. Certification of Restrictions on Lobbying

A-02 (OCT 10) Page 4 of 6


Exhibit A
Solicitation No. RFP-7165CG
This Certification is applicable if the offer exceeds $100,000.

(a) By submission of this offer, the offeror certifies, to the best of his or her knowledge or belief, that:

(1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any
Federal contract, the making of any Federal grant, the making of any Federal loan, or the entering into of any
cooperative agreement; and the extension, continuation, renewal, amendment, or modification of any Federal
contract, grant, loan, or cooperative agreement.

(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing
or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, Disclosure of Lobbying
Activities, in accordance with its instructions [as amended by “Government-wide Guidance for New restrictions on
Lobbying,” Fed. Reg. 1413 (1/19/96)].

(3) The undersigned shall require that the language of this certification be included in the award documents for all
subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative
agreements) and that all subrecipients shall certify and disclose accordingly.

(b) This certification is a material representation of fact upon which reliance was placed when this transaction was made
or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by
31 U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 or not more than $100,000 for each such failure.

12. Communication Policy and Certification

(a) All oral and written communications with the Authority regarding this solicitation should be exclusively with, or on
subjects and with persons approved by, the Purchasing Agent identified in this solicitation. Discussions or
communications with any other person could result in disclosure of proprietary or other competitive sensitive information
or otherwise create the appearance of impropriety or unfair competition and, thereby, compromise the integrity of the
Authority's procurement system.

(b) By submission of this offer, the offeror certifies that it has not, and will not prior to contract award, communicate
orally or in writing with any Authority employee or other representative (including Board members, HART contractors, or
HART consultants) other than the individual, or person(s) and on subjects approved by the Purchasing Agent listed in
the solicitation, except as described below: (CHECK "NONE" IF NONE EXISTS.)

 NONE

Name of HART Representative Date and Subject of Communication

(c) This certification concerns a material representation of fact upon which reliance will be placed in awarding a
contract. If it is later determined that the offeror knowingly rendered an erroneous certification, in addition to any other
remedies the Authority may have, the Contracting Officer may terminate the contract resulting from this solicitation for
default and/or recommend that the offeror be debarred or suspended from doing business with the Authority and/or have
recourse to any other remedy it may have at law.

(d) The offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award,
he/she learns that its certification was, or a subsequent communication makes, the certification erroneous.

13. Conflict of Interest Certification

By submission of this offer, I certify that:

A-02 (OCT 10) Page 5 of 6


Exhibit A
Solicitation No. RFP-7165CG
(a) I have read and understand the General Provisions clause entitled "Interest of Public Officials" that will be
incorporated into any contract resulting from this solicitation. I further understand that the pecuniary interest in that
clause includes employment relationships.

(b) I understand the Authority has an internal conflict of interest policy for its employees that includes as an actual or
possible conflict of interest whether or not a member of the employee's immediate family works for a firm doing, or
seeking to do, business with the Authority.

(c) Mark one with an "X":

 To the best of my knowledge and belief, no employee of my firm is related to an Authority employee; or

 An employee of my firm is related to an Authority employee and a letter to the Contracting Officer explaining
that relationship is attached to this Exhibit A.

(d) The requirements of this certification have been passed through to all first-tier subcontractors or subconsultants
anticipated to be used at the time of the submission of my offer.

14. Non-Discrimination Assurance

The offeror certifies that it will not discriminate on the basis of race, color, national origin or sex in the performance of this
contract. The offeror understands that it is required to insert the substance of this clause in all subcontracts and purchase
orders. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the
termination of this contract or such other remedy as the Authority deems appropriate. The offeror further agrees by submitting
this offer that it will include this certificate, without modification, in all subcontracts and purchase orders.

15. Disadvantaged Business Enterprise Goals

If goals have been established, by submission of this offer, the offeror certifies that it will comply with the provisions of
Exhibit G entitled "Disadvantaged Business Enterprise Provisions," and will meet such goals as are established in any
ensuing contract.
**************************************************************
SIGNATURE BLOCK FOR ALL
REPRESENTATIONS & CERTIFICATIONS
**************************************************************
NAME OF OFFEROR & ADDRESS (INCLUDE ZIP & PHONE)

Signature:

TYPE NAME:

DATE:

OFFERORS MUST SET FORTH FULL, ACCURATE AND COMPLETE INFORMATION AS REQUIRED BY THIS SOLICITATION
(INCLUDING THIS ATTACHMENT). FAILURE TO DO SO MAY RENDER THE OFFER NONRESPONSIVE OR UNACCEPTABLE.

A-02 (OCT 10) Page 6 of 6


Exhibit A
Solicitation No. RFP-7165CG
HILLSBOROUGH TRANSIT AUTHORITY (HART)
TAMPA, FLORIDA

EXHIBIT B
SPECIAL SOLICITATION INSTRUCTIONS and CONDITIONS

Table of Contents

1. Introduction ................................................................................................................................................................ 1
2. Proposal Preparation and Format.............................................................................................................................. 1
3. Selection Procedure................................................................................................................................................... 3
4. Questions Concerning the Solicitation ....................................................................................................................... 3
5. Organizational Conflict of Interest .............................................................................................................................. 3
ATTACHMENT 1 TO EXHIBIT B ................................................................................................................................... 5

1. Introduction

(a) The Hillsborough Transit Authority (HART) is a regional transportation authority and special tax district charged with
planning, financing, constructing and operating public transit facilities and service within Hillsborough County. HART
provides scheduled local and express bus services to the cities of Tampa, Temple Terrace, parts of unincorporated
Hillsborough County and connections to Pinellas County. HART has approximately 700 employees and a fleet of
approximately 200 buses and 39 vans and 71 staff and support vehicles. HART operates the TECO line Streetcar System
for the Tampa Historic Streetcar Inc. The fleet consists of 11 streetcars, 10 owned by HART and one provided under an
operations agreement with the City of Tampa and Ybor City Street Railway Society Inc.

(b) The purpose of this solicitation is to secure the expertise of a Consulting entity to take the project from the Concept
Phase into the Project Development and Environmental (PD&E) phase and Final Design, and Construction Engineering
and Inspection (CEI) services for implementation and completion of construction for the Tampa International Airport
Transfer Center (TIATC) Project.

2. Proposal Preparation and Format

(a) Offerors shall submit an original offer and four (4) copies of their technical proposal. Proposals must be received in
the location and before the time and date on the solicitation cover sheet (Solicitation, Offer and Award Form).

(b) Unnecessarily elaborate proposals or lengthy presentations are not desired.

(c) Proposals shall be organized as follows:

Section 1 Introduction of Firm and Required Submittals (Forms and Exhibits)


Section 2 Qualifications of the Firm
Section 3 Qualifications of the Staff
Section 4 Work Plan
Section 5 Exceptions to Terms and Conditions (if any)
Section 6 Promotional Literature

(d) Technical proposals shall contain the following sections. Factors and any subfactors described with relative weights or
points will be evaluated to determine whether the proposal submitted shall be characterized as “Acceptable”, “Potentially
Acceptable” (that is, susceptible of being made “Acceptable”), or “Unacceptable”. Evaluation factors are specifically
keyed to the information requested in this provision.

Section 1 – Introduction and Submittals. Include, at a minimum, the following items, completed and signed:

(a) A letter of introduction from the prime contractor to include:

(i) members of a partnership, joint venture, or other teaming arrangement, whichever is applicable, and an
introduction of all major subcontractors/subconsultants who may be involved in the performance of the work; and

(ii) a discussion of the primary business experience, length of time in business, ownership, office locations,
specific location of the principal office from where the main work will be performed, contact information (i.e.,
B-01 (OCT 10) Page 1 of 5
Exhibit B
Solicitation No. RFP-7165CG
contact names, telephone and facsimile numbers, and email addresses), and other information introductory in
nature for each firm involved in making the proposal; and

(iii) an affirmative statement guaranteeing the key personnel named in the staffing plan will be assigned to the
project, unless such employment is duly terminated. If substitutes or "backup" personnel are planned on a
contingency basis, such personnel shall also be named with a similar guarantee of assignment.

(b) The Solicitation, Offer and Award Form

(c) Exhibit A

Section 2 – Qualifications of the Firm and/or Team (150 Total Maximum Points). Discuss the offeror’s and all
proposed subcontractors experience, qualifications and skills. At a minimum describe the firm’s history, length of time
in business, locations, types of services offered and direct experience in providing the services described in the
solicitation Provide dates, locations, costs of assignments and current contact information for business references
and clients. The Authority reserves the right to verify this information.

Section 3 – Qualifications of Staff (150 Total maximum Points). Provide resumes for the project manager(s) and
any other key personnel who will be assigned to the project. Also discuss the qualifications and experience of each
key individual. At a minimum, include the following:

i. Resumes of the project manager(s) and key personnel (inclusive of all relevant joint venture and
subcontractor personnel) who will be assigned to the project. Resumes must be complete and concise, featuring
experience that is most directly relevant to the task responsibility to which the individual will be assigned.
Resumes must be dated (e.g., dates of education, experience, employment, etc.) and must state the function(s) to
be performed on the project by each of the key personnel.

ii. Discuss the percentage (%) of time to be committed to the project by each of the project manager(s) and
designated key personnel.

iii. Two (2) references with names, addresses, telephone numbers and contact persons for each of the
designated key personnel (whether prime or subcontractor personnel).

iv. An organization chart, complete with a listing of all job classifications and the number of full and part time
employees in each job classification, to be used in the work performance. Also identify which job classifications
relate to subcontractor personnel.

Section 4 – Work Plan (300 Total Maximum Points).

i. Provide a description of how the offeror proposes to perform the work.

ii. Provide a timeline showing the various tasks and deliverables demonstrating the firm’s ability to meet the
expected project performance period.

iii.Identify potential impediments, obstacles, or problems that could negatively impact upon work performance.

iv.Detail specific tasks the Authority will be required to accomplish during contract performance or prior to contract
award and how the offeror will successfully accomplish the work if such tasks are not performed.

Section 5 – Exceptions – (No Points). Exceptions to, or variances from, any portion of the solicitation, including the
Statement of Work, contract terms and conditions (Exhibits D, E and F), etc., shall not be considered unless the
offeror specifically identifies them in this Section 6. Exceptions are, however, strongly discouraged and may not be
accepted by the Authority. As with price, offerors are strongly encouraged to contact the Contracting Officer well in
advance of the deadline for receipt of offers with any proposed changes to the Authority’s terms and conditions.

Section 6 – Promotional Literature (No Points). This section should contain any promotional literature submitted for
informational purposes only.

B-01 (OCT 10) Page 2 of 5


Exhibit B
Solicitation No. RFP-7165CG
3. Selection Procedure

(a) A selection committee will be appointed to evaluate proposals submitted in response to this solicitation. The proposals
will be evaluated and ranked in accordance with the evaluation criteria outlined above. Based upon this evaluation alone,
the selection committee may recommend to the Contracting Officer that negotiations be entered into with the highest
ranked offeror without discussions.

(b) The Authority reserves the right to request Offerors to appear before the committee to make an oral presentation of
their qualifications and/or to respond to specific questions the committee may have about their response. Offerors may
also be requested to respond to specific questions in writing to the committee. At such time as these presentations and/or
discussions have been completed, the evaluation committee will again evaluate the proposals of the Offerors in
accordance with the evaluation criteria, taking into consideration the Offeror's original proposal, their oral presentations
and any clarifications made to their proposals and rank them accordingly. The committee will then recommend to the
Contracting Officer that negotiations be entered into with the most highly ranked qualified firm.

(c) The Contracting Officer will request a price proposal from the firm selected as the most highly ranked qualified offeror.
The price proposal must contain information sufficient for the Authority to determine the fairness and reasonableness of
price. After receipt of the price proposal, negotiations will be conducted to arrive at a fair and reasonable price.

(d) The most highly ranked offeror shall be required to submit a Certificate of Current Cost or Pricing Data, as specified in
Attachment 1 to Exhibit B, with the price proposal. The purpose of the form is to verify that wage rates and other factual
unit costs supporting the compensation are accurate, complete, and current at the time of submission.

(e) If the Authority is unable to negotiate a satisfactory contract with the most highly ranked qualified Offeror, negotiations
shall be formally ended with that offeror and begun with the second most highly ranked qualified Offeror. Negotiations
shall be undertaken in the same sequence until a contract is made or the solicitation is canceled.

(f) The objective of the discussions and negotiations shall be to arrive at complete agreement on all requirements,
including, but not limited to, the proposed contractual terms and conditions specified in Exhibits D and F. Questions will
not be left for later agreement during supplemental proceedings.

(g) The Authority reserves the right to investigate the qualifications of all Offerors under consideration and to confirm any
part of the information furnished by an Offeror, and/or to require other evidence of managerial, financial or technical
capabilities which are considered necessary for the successful performance of the work.

4. Questions Concerning the Solicitation

(a) The Authority shall provide responses to questions related to Exhibit H, Statement of Work. Only those questions
submitted by the firm deemed to be the most highly qualified which relate to the Terms and Conditions shall be
addressed.

(b) Questions and requests for clarification relating to this solicitation, shall be submitted in writing, to the contact person
identified in the solicitation by mail, facsimile or commercial courier, at least three (3) working days in advance of the
scheduled conference to allow sufficient time for responses to be considered and prepared by the Authority. Questions
concerning the solicitation that are not addressed at the conference, if one is held, shall be submitted in writing no later
than five (5) working days in advance of the offer submission due date and time, which is the minimum time required for
the Authority’s reply to reach offerors before the offer submission due date and time, as required by the
"Acknowledgement of Amendments to the Request for Proposals" clause. Questions received less than five (5) working
days in advance of the offer submission due date and time will be responded to only if the Authority determines that the
question and its response would have a material and substantive impact on the solicitation.

5. Organizational Conflict of Interest

(a) The Authority has determined that this procurement may give rise to a potential organizational conflict of interest. An
‘organizational conflict of interest’ exists when the nature of the work to be performed under a proposed Authority contract
may, without some form of restriction on future activities, (1) result in an unfair competitive advantage to the contractor or
(2) impair the contractor’s objectivity in performing the contract work.

(b) The successful offeror shall have access to confidential and/or sensitive Authority information in the course of contract
B-01 (OCT 10) Page 3 of 5
Exhibit B
Solicitation No. RFP-7165CG
performance. Additionally, the successful offeror may be provided access to proprietary information obtained from other
contracted entities during contract performance.

(c) To the extent that the successful offeror either (1) uses confidential and/or sensitive Authority information, or
proprietary information obtained from other Authority contractors, to develop any form of document, report, or concept
plan that is determined by the Authority to be the basis, in whole or in part, of any subsequent competitive solicitation
issued by the Authority, or (2) develops written specifications that are used in any subsequent competitive solicitation
issued by the Authority, the successful offeror agrees that it shall not be eligible to compete for such subsequent
competitive solicitation(s) as a prime contractor or first-tier subcontractor, or as part of any teaming arrangement, unless
the Authority provides, in writing, a specific waiver of this restriction. The duration of any restriction imposed under this
subparagraph shall not exceed the length of the performance period of any subsequently awarded contract for which the
successful offeror was ineligible to compete.

(d) The offeror agrees to notify the Authority, in writing, within five (5) working days after it becomes aware of any
potential or actual organizational conflict of interest pursuant to the above.

(e) At a minimum, the Contractor may not perform the follow-on construction work designed by this contract.

B-01 (OCT 10) Page 4 of 5


Exhibit B
Solicitation No. RFP-7165CG
ATTACHMENT 1 TO EXHIBIT B
CERTIFICATE OF CURRENT COST OR PRICING DATA

This is to certified that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 2.101 of the
Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403.4) submitted, either actually or by
specific identification in writing, to the Contracting Officer or the Contracting Officer’s representative in support to

_________________________________________________________________________________________________

________________________________________________________________________________________________*

are accurate, complete, and current as of ___________________________________________________________**.

This certification includes the cost or pricing data supporting any advance agreements and forward pricing rate
agreements between the offeror and the Government that are part of the proposal. (FAR 52-215-12 and -13).

Firm: ________________________________________

Signature: ____________________________________

Name: _______________________________________

Title: ________________________________________

Date: ***______________________________________

* Identify the proposal, request for price adjustment, or other submission involved, giving the appropriate identifying
number (e.g., RFP No.)

** Insert the day, month, and year when price negotiations were concluded and price agreement was reached, of, if
applicable, an earlier date agreed upon between the parties that is as close as practicable to the date of agreement
on price.

*** Insert the day, month, and year of signing, which should be as close to practicable to the date when the price
negotiations were concluded and the contract price was agreed to.

B-01 (OCT 10) Page 5 of 5


Exhibit B
Solicitation No. RFP-7165CG
HILLSBOROUGH TRANSIT AUTHORITY (HART)
TAMPA, FLORIDA

EXHIBIT C
SOLICITATION INSTRUCTIONS AND CONDITIONS
(REQUEST FOR PROPOSALS – ARCHITECT & ENGINEERING SERVICES)

Table of Contents

1. Preparation of Offers ........................................................................................................................................... 1


2. Confidential Data ................................................................................................................................................. 1
3. Explanation to Offerors ........................................................................................................................................ 2
4. Procurement Confidentiality ................................................................................................................................ 2
5. Pre-Proposal Conference and Questions Concerning the Solicitation ............................................................... 2
6. Acknowledgment of Amendments to Request for Proposals .............................................................................. 2
7. Submission of Offers ........................................................................................................................................... 2
8. Late Submissions, Modifications and Withdrawals of Offers .............................................................................. 3
9. Authority-Furnished Property .............................................................................................................................. 3
10. Discounts ............................................................................................................................................................. 3
11. Award of Contract ................................................................................................................................................ 4
12. Cancellation of Solicitation .................................................................................................................................. 4
13. Access to Records .............................................................................................................................................. 4
14. Omission.............................................................................................................................................................. 4
15. Code of Ethics ..................................................................................................................................................... 5
16. Public Entity Crimes ............................................................................................................................................ 5
17. Protest Procedures .............................................................................................................................................. 5
18. Order of Precedence ........................................................................................................................................... 6

1. Preparation of Offers

(a) Offerors are expected to examine the Schedule, solicitation instructions, Special Provisions, General Provisions,
all drawings, specifications, the statement of work, and all other provisions of, and exhibits to, the solicitation, whether
incorporated by reference or otherwise, prior to the submission of offers. Failure to do so will be at the offeror's risk.

(b) Each offeror shall furnish the information required by the solicitation. Offerors shall sign and print or type their
name on the form provided by the Authority for submitting an offer and each continuation sheet on which they make an
entry. Erasures or other changes must be initialed by the person signing the offer. Offers signed by an agent of the
offeror (other than an officer or a partner of the offeror) are to be accompanied by evidence of the agent's authority
(unless such evidence has been previously furnished to the Authority).

(c) Pricing for the property or services offered shall be provided by offerors in the format required by the Authority.
Where property is being offered, the prices offered shall include packing unless otherwise specified. In case of any
discrepancy between a unit price and any extended or total price, the unit price will be presumed to be correct, subject,
however, to correction to the same extent and in the same manner as any other mistake.

(d) Offers for property or services other than those specified in the Schedule will not be considered unless specifically
authorized in the solicitation.

(e) The offeror must state a definite time for delivery of property or for performance of services unless otherwise
specified in the solicitation. All measurements shall be in the system of weights and measures in common usage in the
United States, and pricing shall be in U.S. dollars.

(f) In computing any period of time for the solicitation or any resulting contract, "days" means calendar days, and the
day of the event from which the designated period of time begins to run shall not be included, but the last day shall be
included unless it is a Saturday, Sunday, or Federal or State of Florida holiday, in which event the period shall run to
the end of the next business day.

2. Confidential Data

Each offeror may clearly mark each page of the offer that contains trade secrets or other confidential commercial or
financial information, which the offeror believes should not be disclosed outside the Authority. Disclosure of requested
information will be determined in accordance with the State of Florida’s public records laws.

C-03 (OCT 10) Page 1 of 6


Exhibit C
Solicitation No. RFP-7165CG
3. Explanation to Offerors

Any explanation desired by an offeror regarding the meaning or interpretation of the solicitation, drawings,
specifications, etc., must be requested in writing from the Authority's Contracting Officer and with sufficient time
allowed for a reply to reach offerors before the submission of offers. Oral explanations or instructions given before the
award of any contract, at any pre-proposal conferences or otherwise, will not be binding on the Authority. Any
information given to an offeror concerning an interpretation of the solicitation will be furnished to all offerors as an
amendment to the solicitation, if such information is necessary to offerors in submitting offers on the solicitation or if the
lack of such information would be prejudicial to uninformed offerors.

4. Procurement Confidentiality

(a) Offerors are cautioned that until this solicitation is either awarded or cancelled, they may have contact only with the
contact person identified in the Solicitation, Offer and Award Form. Discussions or communications regarding this
solicitation with any other personnel associated in any capacity with the Authority, its consultants, contractors or
members of its Board of Directors, are strictly prohibited, unless otherwise approved in writing by the Contracting
Officer.

(b) Any violation of this restriction may result in the disqualification of the offeror from further participation in this
procurement, and from award of any contract or subcontract under this solicitation.

5. Pre-Proposal Conference and Questions Concerning the Solicitation

(a) A pre-proposal conference may be held for all interested parties to discuss the solicitation requirements.

(b) Questions and requests for clarification relating to this solicitation, shall be submitted in writing, to the contact
person identified in the solicitation by mail, facsimile or commercial courier, at least three (3) working days in advance
of the scheduled conference to allow sufficient time for responses to be considered and prepared by the Authority.
Questions concerning the solicitation that are not addressed at the conference, if one is held, shall be submitted in
writing no later than five (5) working days in advance of the offer submission due date and time, which is the minimum
time required for the Authority’s reply to reach offerors before the offer submission due date and time, as required by
the "Acknowledgement of Amendments to the Request for Proposals" clause. Questions received less than three (3)
working days in advance of the offer submission due date and time will be responded to only if the Authority determines
that the question and its response would have a material and substantive impact on the solicitation.

6. Acknowledgment of Amendments to Request for Proposals

(a) If this solicitation is amended, then all terms and conditions, which are not modified, remain unchanged.

(b) Offerors shall acknowledge receipt of any amendment to this solicitation: (1) by signing and returning the
amendment; or (2) by identifying the amendment number and date in the space provided for this purpose on the form
for submitting an offer; or (3) by letter or telegram. The Authority must receive the acknowledgment by the time and at
the place specified for receipt of offers.

7. Submission of Offers

(a) Offers and modifications thereof shall be enclosed in sealed envelopes or sealed cartons and submitted to the
individual specifically identified in the solicitation. The offeror shall show the hour and date specified in the solicitation
for receipt of offers, the solicitation number, and the offeror's name, address, and telephone number on the face of the
envelope or carton.

(b) Electronic offers will not be considered unless authorized by the solicitation; however, offers may be modified or
withdrawn by electronic notice, provided such notice is received prior to the hour and date specified for receipt of offers.

(c) Samples of items, when required, must be submitted within the time specified and, unless otherwise specified in
the solicitation, at no expense to the Authority. If not destroyed by testing, samples will be returned at the offeror's
request and expense, unless otherwise specified in the solicitation.

(d) Each copy of the offer shall include the legal name of the offeror and a statement whether the offeror is a sole
proprietorship, a corporation, or any other legal entity. An offer for a corporation shall further give the state of
incorporation.

C-03 (OCT 10) Page 2 of 6


Exhibit C
Solicitation No. RFP-7165CG
8. Late Submissions, Modifications and Withdrawals of Offers

(a) Any offer received at the office designated in the solicitation after the exact time specified for receipt will not be
considered unless it is received before award is made, and:
th
(1) it was sent by registered or certified mail not later than the fifth (5 ) calendar day prior to the date specified for
receipt of offers (e.g., an offer submitted in response to a solicitation requiring receipt of offers by the 20th of the
month must have been mailed by the 15th or earlier);

(2) it was sent by mail (or telegram if authorized) and it is determined by the Authority that the late receipt was due
solely to mishandling by the Authority after receipt at the Authority's offices;

(3) it was sent by U. S. Postal Service Express Mail Next Day Service - Post Office to Addressee, not later than
5:00 p.m. at the place of mailing two (2) working days prior to the date specified for receipt of offers. The term
"working days" excludes weekends and U. S. Federal holidays; or

(4) it is the only offer received.

(b) Any modification of an offer, except a modification resulting from the Contracting Officer's request for a "best and
final" offer, is subject to the same conditions as in (a)(1) and (a)(2) of this provision.

(c) A modification resulting from the Contracting Officer's request for a "best and final" offer received after the time and
date specified in the request will not be considered unless received before award, and the late receipt is due solely to
mishandling by the Authority after receipt at the Authority's offices.

(d) The only acceptable evidence to establish:

(1) the date of mailing of a late offer or modification sent either by registered or certified mail is the U.S. Postal
Service postmark on both the envelope and wrapper and on the original receipt from the U.S. Postal Service. If
neither postmark shows a legible date, the offer, modification or withdrawal shall be deemed to have been mailed
late. The term "postmark" means a printed, stamped, or otherwise placed impression, exclusive of a postage meter
machine impression, that is readily identifiable without further action as having been supplied and affixed on the
date of mailing by an employee of the U.S. Postal Service. Therefore, offerors should request the postal clerk to
place a hand cancellation bull's-eye "postmark" on both the receipt and the envelope or wrapper; and

(2) the time of receipt at the Authority is the time-date stamp of the Authority on the offer wrapper or other
documentary evidence of receipt maintained by the Authority.

(3) the date of mailing of a late offer, modification, or withdrawal sent by U. S. Postal Service Express Mail Next
Day Service - Post Office to Addressee is the date entered by the post office receiving clerk on the "Express Mail
Next Day Service - Post Office to Addressee" label and the postmark on the envelope or wrapper and on the
original receipt from the U. S. Postal Service. "Postmark" has the same meaning as defined in paragraph (d)(1) of
this provision. Therefore, offerors should request the postal clerk to place a legible hand cancellation bull's-eye
"postmark" on both the receipt and the envelope or wrapper.

(e) Notwithstanding (a), (b), and (c) of this provision, a late modification of an otherwise successful offer which makes
its terms more favorable to the Authority will be considered at any time it is received and may be accepted.

(f) Offers may be withdrawn by written or telegraphic notice received in accordance with § 3-203.11 (Modification or
Withdrawal of Proposals). An offer may be withdrawn in person by an offeror or his offeror's authorized representative,
provided the identity of the person requesting withdrawal is established and the person signs a receipt for the offer prior
to award.

9. Authority-Furnished Property

No material, labor, or facilities will be furnished by the Authority unless otherwise provided for in the solicitation.

10. Discounts

(a) Prompt payment discounts will not be considered in evaluating offers for award, unless otherwise specified in the
solicitation. However, offered discounts will be taken if payment is made within the discount period, even though not
considered in the evaluation of offers.
C-03 (OCT 10) Page 3 of 6
Exhibit C
Solicitation No. RFP-7165CG

(b) In connection with any discount offered for prompt payment, time shall be computed from (1) the date of
completion of performance of the services or delivery of the supplies to the carrier if acceptance is at a point of origin, or
date of delivery at destination or port of embarkation if delivery and acceptance are at either of these points, or (2) the
date the correct invoice or voucher is received in the office specified by the Authority, if the latter is later than the date of
performance or delivery. For the purpose of computing the discount earned, payment shall be considered to have been
made on the date of the Authority's check.

11. Award of Contract

(a) The contract will be awarded to that responsible offeror selected as the most highly qualified and who, upon the
request of the Contracting Officer, submits pricing that is determined to be fair and reasonable A responsible offeror is
one who affirmatively demonstrates to the Authority that the offeror has adequate financial resources and the requisite
capacity, capability, and facilities to perform the contract within the delivery period or period of performance, has a
satisfactory record of performance on other comparable projects, has a satisfactory record of integrity and business
ethics, and is otherwise qualified and eligible to receive award under the solicitation and laws or regulations applicable
to the procurement.

(b) The Authority reserves the right to reject any or all offers in part or in total for any reason, to accept any offer if
considered best for its interest, and to waive informalities and minor irregularities in offers received.

(c) The Authority may accept any item or group of items of any offer, unless the offeror qualifies the offer by specific
limitations. Unless otherwise provided in the solicitation, offers may be submitted for any quantities less than those
specified, and the Authority reserves the right to make an award on any item for a unit quantity less than the quantity
offered at the unit prices offered unless the offeror specifies otherwise in the offer.

(d) A written award (or acceptance of offer) which is mailed, telegraphed, or otherwise furnished to the successful
offeror within the time for acceptance specified in the solicitation shall be deemed to result in a binding contract without
further action by either party.

(e) The Authority may, within the time specified therein, accept any offer or part thereof, as provided in (c) above,
whether or not there are negotiations subsequent to its receipt, unless the offer is withdrawn by written notice received
by the Authority prior to award. If subsequent negotiations are conducted, they shall not constitute a rejection or
counter offer on the part of the Authority.

(f) The Authority may award a contract based on the initial price received from the highest evaluated offeror without
discussion.

(g) Any financial data submitted with any offer hereunder or any representation concerning facilities or financing will not
form a part of any resulting contract; provided, however, that if the resulting contract contains a clause providing for
price reduction for defective cost or pricing data, the contract price will be subject to reduction if cost or pricing data
furnished hereunder is incomplete, inaccurate, or not current.

12. Cancellation of Solicitation

This solicitation may be cancelled by the Authority before or after receipt of bids or proposals (as applicable) in
accordance with the standard public procurement practices.

13. Access to Records

The offeror shall comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the
period of any contract that may arise from this offer. The offeror further agrees to include a provision requiring such
compliance in its lower tier covered transactions.

14. Omission

Notwithstanding the provision of drawings, technical specifications or other data by HART, the Offeror shall have the
responsibility of supplying all details required to make an accurate proposal of services offered even though such
details may not be specifically mentioned in the specifications.

C-03 (OCT 10) Page 4 of 6


Exhibit C
Solicitation No. RFP-7165CG
15. Code of Ethics

With respect to this proposal, if any offeror violates or is a party to a violation of the State of Florida per Florida
Statutes, Chapter 112, Part III, Code of Ethics for Public Officers and Employees, such offeror may be disqualified from
performing the work described in this proposal or from furnishing the goods or services for which the proposal is
submitted and shall be further disqualified from submitting any future proposals for work or for goods or services.

16. Public Entity Crimes

In accordance with Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted
vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any
goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or
repair of a public building or public work, may not submit proposals on leases or real property to a public entity, may
not be awarded or perform work as a offeror, supplier, subofferor, or consultant under a contract with any public entity,
and may not transact business with any public entity in excess of the threshold amount provided in Section 287.0
17 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list.

17. Protest Procedures

(a) By submission of a bid, proposal, offer, or quotation in response to this solicitation, the bidder or offeror agrees to
exhaust its administrative remedies under Section 540.01 of HART’s Board of Directors Procurement Policy prior to
seeking judicial relief of any type in connection with any matter related to this solicitation, the award of any contract, and
any dispute under any resulting contract. These rules provide procedures for speedy resolution of protests arising from
the procurement process. Contracts not subject to competitive bidding or contracts awarded pursuant to an emergency
declaration or other emergency procedure are not subject to these bid protest rules.

(b) Protests.

(1) Any person adversely affected by a bid solicitation shall file a notice of protest, in writing, prior to the date on
which bids are to be received and shall file a formal written protest within 10 days after filing the notice of protest.
The formal written protest shall state with particularity the facts and law upon which the protest is based.

(2) Any person adversely affected by the decision of the Authority or its management to award a contract or to
reject all bids shall file a notice of protest, in writing, within 72 hours after the posting of the bid tabulations or within
72 hours after receipt of the notice of award is made to the participating offerors, whichever occurs first, and shall
file a formal written protest within 10 days after filing the notice of protest. The formal written protest shall state with
particularity the facts and the law upon which the protest is based.

(3) All notices of protest and formal protest shall be filed with the Chief Executive Officer for the Hillsborough
rd
Transit Authority at the Authority’s office located at 1201 East 7th Avenue, 3 Floor, Tampa, FL, 33605. Filing is
completed upon receipt by the Chief Executive Officer.

(4) A protest is not timely filed unless both the notice of protest and the formal protest are received by the Chief
Executive Officer of the Authority within the required time limits.

(5) A written notice of protest which is filed by 5:00 p.m., on the date on which the 72 hours expires, shall be timely.

(6) In computing the time in which to file a notice of protest or formal protest, the day of the event from which the
designated period of time begins to run shall not be included. The last day of the period so computed shall be
included unless it is a Saturday, Sunday, or holiday when the Authority’s offices are closed, in which event the
period shall run until 5:00 p.m. of the next day that is neither a Saturday, Sunday, nor holiday.

(c) Suspension of Bidding Process.

(1) Upon receipt of the formal written protest which has been timely filed, the bid solicitation or contract award
process shall be stayed until the subject of the protest is resolved by final agency action, unless the Authority’s
Chief Executive Officer sets forth in writing particular facts and circumstances which require the continuance of the
bid solicitation process or the contract award process without delay in order to avoid an immediate and serious
danger to the public health, safety, or welfare.

(2) Notice that a bid solicitation has been stayed shall be given by U.S. Mail or hand delivered to all whom bid
proposals has been supplied.
C-03 (OCT 10) Page 5 of 6
Exhibit C
Solicitation No. RFP-7165CG

(3) Upon receipt of a timely formal protest of an intended bid award decision or an intended decision to reject all
bids, notice shall be given by U.S. Mail or hand delivery to all offerors for that contract.

(d) Resolution of Protest.

(1) Upon written request of the protester or on its own initiative, the Authority shall provide an opportunity for the
protester to meet with the Chief Executive Officer of the Authority or his or her designee to resolve the protest by
mutual agreement, within seven (7) days working days, excluding Saturday, Sunday, and legal holidays, of receipt
of a formal written protest.

(2) If the subject of a protest is not resolved by mutual agreement and the protest withdrawn within seven (7) days
working days, excluding Saturday, Sunday, and legal holidays, of receipt of the formal written protest or within 48
hours of the meeting between the Chief Executive Officer or designee and the protester, whichever is later, and if
there is no disputed issue of material fact, an informal proceeding shall be conducted pursuant to Section
120.57(2), Florida Statutes. The Board of Directors, or an appointed committee thereof, shall conduct the informal
hearing.

(3) If the subject of a protest is not resolved by mutual agreement and the protest withdrawn within seven days, (7)
days working days excluding Saturday, Sunday, and legal holidays, of receipt of the formal written protest or within
48 hours of the meeting between the Chief Executive Officer or designee and the protester, whichever is later, and
if there is a disputed issue of material fact, the protest shall be referred to the Division of Administrative Hearings
for proceedings consistent with Section 120.57(1), Florida Statutes.

(4) If the contract is being awarded subject to the provisions of Section 120.53(5), Florida Statutes, upon receipt of
the protest, the Division of Administrative Hearings shall expedite the hearing and assign a hearing officer who shall
conduct a hearing within 15 calendar days of the receipt of the formal protest by the Division and render a
recommended order within 30 calendar days after the hearing or within 30 calendar days after receipt of the
hearing transcript by the hearing officer, whichever is later. The provisions of this paragraph may be waived upon
stipulation by all parties.

18. Order of Precedence

In the event of any inconsistency between the provisions of the solicitation (including any resulting contract), the
inconsistency shall be resolved by giving precedence in the following order: (a) the Schedule; (b) Special Solicitation
Instructions and Conditions; (c) Solicitation Instructions and Conditions; (d) Special Provisions; (e) General Provisions;
(f) other provisions of the contract whether incorporated by reference or otherwise; and (g) the specifications or
statement of work.

C-03 (OCT 10) Page 6 of 6


Exhibit C
Solicitation No. RFP-7165CG
HILLSBOROUGH TRANSIT AUTHORITY (HART)
TAMPA, FLORIDA

EXHIBIT D
SPECIAL PROVISIONS

Table of Contents

1. Type of Contract ...................................................................................................................................................... 1


2. Notice to Proceed .................................................................................................................................................... 1
3. Period of Performance ............................................................................................................................................ 1
4. Invoicing and Payment ............................................................................................................................................ 1
5. Insurance Requirements ......................................................................................................................................... 2
6. Contract Identification Number ................................................................................................................................ 4
7. Licenses and Taxes ................................................................................................................................................ 4
8. Organization and Direction of the Work .................................................................................................................. 4
9. Price Reduction for Defective Cost or Pricing Data (Modifications) ........................................................................ 4
10. Restrictions on Eligibility for Future Contracts ........................................................................................................ 5

1. Type of Contract

This is a firm-fixed price contract for the supplies or services specified. The Authority shall purchase the quantity of
supplies or services specified elsewhere in this contract and the Contractor shall deliver them in accordance with the
terms and conditions stipulated in this contract.

2. Notice to Proceed

The Contractor shall not proceed with any work required under this contract without a written Notice to Proceed from the
Authority. Any work performed or expenses incurred by the Contractor prior to the Contractor's receipt of Notice to
Proceed shall be entirely at the Contractor's risk.

3. Period of Performance

(a) The term of this contract shall be for twenty-six (26) months from date of Notice-to-Proceed.

(b) The Design Services outlined in Exhibit H, Statement of Work shall be completed no later than six (6) months from the
date of Notice to Proceed.

(c) The Construction Management and Construction Engineering Inspection Services outlined in Exhibit H, Statement of
Work shall be completed no later than twenty (20) months from submission of permitable drawings.

4. Invoicing and Payment

(d) The Contractor may offer a cash discount for prompt payment.

(e) Invoices may be submitted once per month and shall conform to policies or regulations adopted from time to time by
the Authority. Invoices shall be legible and shall contain, as a minimum, the following information: (1) the contract and
order number (if any); (2) a percent of completion including quantities ordered and delivery order numbers (if any); (3) any
discounts offered to the Authority under the terms of the contract; (4) evidence of the acceptance of the supplies or
services by the Authority; (5) unique traceable invoice number(s); and (6) any other information necessary to demonstrate
entitlement to payment under the terms of the contract. Failure to provide the above critical information may result in the
rejection and return of the invoice for resubmission with complete data.

(f) Subject to the withholding provisions of the contract, payment shall be made within 30 days after the Authority's
receipt of a properly prepared invoice.

(g) Invoices shall be paid within thirty (30) days of the Authority’s receipt of a proper invoice. To ensure timely processing
of payments, all invoices must be sent to the following address:

D-01 (OCT 10) Page 1 of 5


Exhibit D
Solicitation No. RFP-7165CG
Hillsborough Transit Authority (HART)
Attn: Accounts Payable
1201 E. 7th Avenue
Tampa, FL 33605

(h) Progress payments will be allowed where a determination of work performed can be verified by HART’s Project
Manager and where the schedule extends beyond a two-week period. HART reserves the right to hold back all or part of
payments due until any defective work is corrected or cured. This holdback shall not constitute a breach by HART. If
defective work cannot be cured or Contractor refuses to cure defective work upon request by HART within a reasonable
time as specified herein, HART may use the holdback payments as partial liquidated damages for cost and expenses to
cure the defective work. However, HART has the right to seek additional damages beyond the holdback payments to
cure defective work caused by the Contractor to the extent allowed by law.

(i) The Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract
no later than 10 days from the receipt of each payment the prime contract receives from HART. The prime contractor
agrees further to return retainage payments to each subcontractor within 10 days after the subcontractors work is
satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only
for good cause following written approval of HART.

5. Insurance Requirements

(a) Before performing any contract work, the successful Proposer shall procure and maintain, during the life of the contract,
unless otherwise specified, insurance to be determined by HART. The policies of insurance shall be primary and written
on forms acceptable to HART and placed with insurance carriers approved and licensed by the Insurance Department in
the State of Florida and meet a minimum financial AM Best and Company rating of no less than “A- Excellent: FSC VII.”

(b) The following amounts and types of insurance are the minimum requirements of the contractor. The required policies
of insurance shall be performable in Hillsborough County, Florida, and shall be construed in accordance with the laws of
the State of Florida.

(c) No work shall commence under the Contract unless and until the required Certificates of Insurance are in effect. The
required certificates shall be supplied with your proposal, or within (7) calendar days of the Authority’s request.

(d) Except for workers’ compensation coverage and professional liability coverage, the contractor’s policies shall be
endorsed to name HART as an additional insured to the extent of HART’s interests arising from this agreement, contract
or lease.

(e) The contractor’s deductibles/self-insurance retentions shall be disclosed to HART and may be disapproved by HART.
They shall be reduced or eliminated at the option of HART. The contractor is responsible for the amount of any
deductibles or self-insurance retention.

(f) Insurance required of the contractor shall be considered primary, and insurance or self-insurance retention of HART
shall be considered excess, as may be applicable to claims which arise out of the Hold Harmless, Payment on Behalf of
HART, Insurance, Certificates of Insurance and any Additional Insurance provisions of this agreement, contract or lease.

(g) Worker’s Compensation and Employers’ Liability Insurance shall be maintained in force during the term of this
Contract for all employees engaged in the work under this contract, and shall not be less than:

Coverage A: Statutory benefits

Employers Liability - $500,000 Limit Each Accident


$500,000 Limit Disease Aggregate
$500,000 Limit Disease Each Employee

(h) Commercial General Liability Insurance shall be maintained by the Contractor.

Coverage A shall include bodily injury and property damage liability for premises, operations, products and completed
operations, independent contractors, contractual liability covering this agreement, contract or lease, broad form property
damage, and property damage resulting from explosion, collapse or underground (x,c,u) exposures.
D-01 (OCT 10) Page 2 of 5
Exhibit D
Solicitation No. RFP-7165CG

Coverage B shall include personal injury.

Coverage C, medical payments, is not required but the contractor is urged to provide this coverage.

Limits of coverage shall not be less than:

Bodily Injury and Property Damage Liability - $1,000,000 Combined Single Limit

Each Occurrence and Aggregate. The General Aggregate Limit must be specific for this contract location.

The Contractor shall purchase and maintain coverage on forms no more restrictive than the latest editions of the
Commercial General Liability policies of the Insurance Services Office. Excess or umbrella insurance coverage may be
used to make up the difference between the policy limit of the underlying policy and the total amount of coverage required.

(i) Business Automobile Liability Insurance shall be maintained by the Contractor for the ownership, maintenance and
use of all its owned, non-owned, leased or hired vehicles with limits of not less than:

Bodily Injury and Property Damage Liability - $1,000,000 Combined Single Limit Each Accident.

The Contractor shall purchase and maintain coverage on forms no more restrictive than the latest editions of the Business
Auto policies of the Insurance Services Office. Excess or umbrella insurance coverage may be used to make up the
difference between the policy limit of the underlying policy and the total amount of coverage required.

(j) PROFESSIONAL LIABILITY: With limits of not less than $2,000,000 for professional services rendered in accordance
with this Contract. The Consultant shall maintain such insurance for at least two (2) years from the termination of this
Contract and during this two (2) year period the Consultant shall use its best efforts to ensure that there is no change of
the retroactive date on this insurance coverage. If there is a change that reduces or restricts the coverage carried during
the contract, the Consultant shall notify HART Risk Management within thirty (30 days of the change.

(k) Umbrella Liability Insurance or Excess Liability Insurance, if used to reach the limits of Liability required, shall not be
less than $4,000,000, each occurrence, and the limits of Primary Liability Insurance for the Commercial General Liability,
Business Automobile Liability, and Employers’ Liability Insurance coverage’s required in this section shall not be less than
$4,000,000 combined single limit each occurrence or accident.

(l) Required insurance shall be documented in Certificates of Insurance which provide that HART will be notified at least
30 days in advance of cancellation, non-renewal or adverse changes. Insurance certificates are to be provided to the
Purchasing Department as part of the bid response. New insurance certificates are to be provided to the Purchasing
Department at least 15 days prior to renewal.

(m) All of the required insurance coverage’s must be issued as required by law and must be endorsed, where necessary,
to comply with the minimum requirements contained herein.

(n) Thirty (30) days prior written notice by certified or registered mail must also be given to:

Risk Manager
Hillsborough Transit Authority
st
4305 E. 21 Avenue
Tampa, FL 33605

(o) As to cancellation and intent not to renew any policy and any change that will reduce the insurance coverage’s
required in this Contract except for the application of the Aggregate Limits Provision. Renewal Certificates of Insurance
on HART’s form must be provided HART twenty (20) days prior to expiration of current coverage’s so that there shall be
no interruption in the service due to lack of proof of insurance coverage’s required of the Contractor.

(p) Should at any time the Contractor not maintain the insurance coverage’s required of it, HART may either cancel or
suspend delivery of goods or services as required by Contractor or, at its sole discretion, shall be authorized to purchase
such coverage and charge the Contractor for such coverage’s purchased. HART shall be under no obligation to purchase
such insurance or be responsible for the coverage’s purchased or the responsibility of the insurance company/companies
D-01 (OCT 10) Page 3 of 5
Exhibit D
Solicitation No. RFP-7165CG
used. The decision of HART to purchase such insurance coverage’s shall in no way be construed to be a waiver of its
rights.

6. Contract Identification Number

The contract number shall be clearly displayed on all correspondence, invoices and submittals.

7. Licenses and Taxes

The Contractor shall procure any and all licenses, permits, or certificates required by properly constituted authorities for
the performance of the service. The Contractor shall pay all taxes, including, but not limited to, those assessed on
vehicles and property owned by the Contractor in connection with the furnishing of the service.’

8. Organization and Direction of the Work

(a) When this contract is executed, the Contractor shall submit to the Contracting Officer within seven (7) calendar days a
chart showing the general executive and administrative organization, the personnel to be employed in connection with the
services or work under this contract, and their respective duties. The Contractor shall keep the data furnished current by
supplementing it as additional information becomes available.

(b) Work performance under this contract shall be under the full-time resident direction of: (1) the Contractor, if the
Contractor is an individual; (2) one or more principal partners, if the Contractor is a partnership; or (3) one or more senior
officers, if the Contractor is a corporation, association, or similar legal entity. However, if the Contracting Officer approves,
the Contractor may be represented in the direction of the work by a specific person persons (approved by the Authority)
holding positions other than those identified in this paragraph. Regardless, the Contractor shall designate in writing to the
Authority one individual who is assigned overall responsibility for the contract.

(c) The chart required by this clause shall reflect the key personnel as agreed to during negotiations. The Contractor shall
not, absent prior written notice to and consent by the Contracting Officer, remove or reassign any of such key personnel.

9. Price Reduction for Defective Cost or Pricing Data (Modifications)

(a) This clause shall become operative only for any modification to this contract involving aggregate increases and/or
decreases in costs, plus applicable profits, of more than $150,000, except that this clause does not apply to any
modification for which the price is:

(1) based on adequate price competition;

(2) based on established catalog or market prices of commercial items sold in substantial quantities to the general
public; or

(3) set by law or regulation.

(b) If any price (including profit) or fee negotiated in connection with any modification covered by this clause under
paragraph (a), above, was increased by any significant amount because (1) the Contractor or subcontractor furnished
cost or pricing data that were not complete, accurate, and current as certified in its respective Certificate of Current Cost
or Pricing Data, (2) a subcontractor or prospective subcontractor furnished to the Contractor (in support of the
subcontractor cost estimates) cost or pricing data that were not complete, accurate, and current as certified in the
Contractor's Certificate of Current Cost or Pricing Data, or (3) any of these parties furnished data of any description that
were not accurate, the price shall be reduced accordingly and the contract shall be modified to reflect the reduction.

(c) Any reduction in the contract price under paragraph (b), above, due to defective data from a prospective
subcontractor that was not subsequently awarded the subcontract shall be limited to the amount, plus applicable
overhead and profit markup, by which (1) the actual subcontract or (2) the actual cost to the Contractor (if there was no
subcontract) was less than the prospective subcontract cost estimate submitted by the Contractor; provided, that the
actual subcontract price was not itself affected by defective cost or pricing data.

(d) Before awarding any subcontract expected to exceed $150,000 when entered into, or pricing any subcontract
modification involving a pricing adjustment expected to exceed $150,000, the Contractor shall require the subcontractor to
D-01 (OCT 10) Page 4 of 5
Exhibit D
Solicitation No. RFP-7165CG
submit cost or pricing data (actually or by specific identification in writing), unless the price of the subcontract or
modification thereto is --

(1) based on adequate price competition;

(2) based on established catalog or market prices of commercial items sold in substantial quantities to the general
public; or

(3) set by law or regulation.

(e) The Contractor shall require the subcontractor to certify in substantially the form prescribed by the Authority that, to
the best of its knowledge and belief, the data submitted under paragraph (d), above, were accurate, complete, and current
as of the date of agreement on the negotiated price of the subcontract or subcontract modification.

(f) The Contractor shall insert the substance of subparagraphs (d) and (e) and this subparagraph (f) of this clause in
each subcontract that exceeds $150,000 when entered into.

(g) Any contract adjustments required by this clause must be made within 1 year following the end of the contract.

10. Restrictions on Eligibility for Future Contracts

(a) The following restrictions apply to prevent conflicting roles that may bias the Contractor's judgment or objectivity, or to
preclude the Contractor from obtaining an unfair competitive advantage in concurrent or future procurements.

Accordingly,

(1) If the Contractor, under the terms of this contract, or through the performance of tasks pursuant to this contract,
and to the extent that the Contractor either (A) uses confidential and/or sensitive Authority information, or proprietary
information obtained from other Authority contractors, to develop any form of document, report, or concept plan that is
determined by the Contracting Officer to be the basis, in whole or in part, of any subsequent competitive solicitation
issued by the Authority, or (B) develops written specifications or work statements that are used in any subsequent
competitive solicitation issued by the Authority, the Contractor agrees that it shall not be eligible to compete for such
subsequent competitive solicitation(s) as a prime contractor or first-tier subcontractor, or as part of any teaming
arrangement, unless the Contracting Officer provides, in writing, a specific waiver of this restriction. The duration of
any restriction imposed under this subparagraph shall not exceed the length of the performance period of any
subsequently awarded contract for which the Contractor is ineligible to compete.

(2) To the extent that the work under this contract requires access to proprietary, business confidential or financial
data of the Authority and/or of other companies and, as long as these data remain proprietary or confidential, the
Contractor shall protect these data from unauthorized use and disclosure, and agrees not to use them to compete
with those other companies.

(b) The Contractor, by acceptance of this contract and performance thereof, agrees to the above stated terms and
conditions; and shall not enter into contractual agreements with the Authority's prime contractors and first-tier
subcontractors in such a way as to create an organizational conflict of interest.

(c) If the Contracting Officer determines that the Contractor has violated any term of the above stated agreement, the
Contracting Officer may take any appropriate action available under the contract, law or regulation to obtain redress to
include, but not be limited to: requiring the Contractor to terminate any affiliation or contractual arrangement with an
Authority prime contractor or first-tier subcontractor at no cost to the Authority; determining the Contractor ineligible to
compete for or be awarded any subsequent or follow-on competitive contracts that may be based upon the Contractor's
actions under this contract, or violations of the above referenced agreement; or terminating this contract, in whole or in
part.
(d) The Contractor agrees to notify the Authority, in writing, within five (5) working days after it becomes aware of any
potential or actual organizational conflict of interest pursuant to the above.

D-01 (OCT 10) Page 5 of 5


Exhibit D
Solicitation No. RFP-7165CG
HILLSBOROUGH TRANSIT AUTHORITY (HART)
TAMPA, FLORIDA

EXHIBIT F
GENERAL PROVISIONS
(ARCHITECT / ENGINEERING SERVICES CONTRACT)

TABLE OF CONTENTS

1. Definitions ..................................................................................................................................................... 1
2. Independent Contractor ................................................................................................................................ 2
3. Composition of Contractor ............................................................................................................................ 2
4. Subcontractors and Outside Consultants ..................................................................................................... 2
5. Standards of Performance ............................................................................................................................ 2
6. Changes ........................................................................................................................................................ 2
7. Suspension of Work ...................................................................................................................................... 3
8. Excusable Delays ......................................................................................................................................... 3
9. Ownership of Information .............................................................................................................................. 3
10. Examination and Retention of Records ........................................................................................................ 4
11. Inspection ...................................................................................................................................................... 4
12. Notice of Labor Disputes .............................................................................................................................. 5
13. Licenses and Permits ................................................................................................................................... 5
14. Compliance with the Law .............................................................................................................................. 5
15. Federal, State, and Local Taxes ................................................................................................................... 5
16. Prompt Payment ........................................................................................................................................... 5
17. Publicity Releases......................................................................................................................................... 5
18. Removal of Contract Personnel .................................................................................................................... 5
19. Interest of Public Officials ............................................................................................................................. 6
20. Civil Rights .................................................................................................................................................... 6
21. Soliciting or Accepting Gifts .......................................................................................................................... 6
22. Government-Wide Debarment and Suspension ........................................................................................... 7
23. Prohibited Interest ......................................................................................................................................... 7
24. Indemnification and Hold Harmless .............................................................................................................. 7
25. Termination ................................................................................................................................................... 7
26. Disputes ........................................................................................................................................................ 8
27. Mediation and Arbitration .............................................................................................................................. 8
28. Assignment ................................................................................................................................................... 9
29. Order of Precedence .................................................................................................................................... 9
30. Governing Law .............................................................................................................................................. 9
31. Design According to Regulatory and Statutory Requirements ..................................................................... 9
32. Drawings and Other Data ............................................................................................................................. 9
33. Notice and Approval of Restricted Designs .................................................................................................. 9
34. Removal of Subcontractor and Outside Consultant ................................................................................... 10
35. Responsibility of the Architect-Engineer ..................................................................................................... 10

1. Definitions

As used throughout this contract, the following terms shall have the meaning set forth below:

(a) The term "the Authority" means the Hillsborough Transit Authority, Hillsborough Area Regional Transit or HART; and
the term "duly authorized representative" means any person or persons or board (other than the Contracting Officer)
authorized in writing to act for the Authority.

(b) The term "Contracting Officer" means the person executing this contract on behalf of the Authority or his duly
appointed successor; and the term includes, except as otherwise provided in this contract, the authorized representative
of the Contracting Officer acting within the limits of his authority.

(c) Except as otherwise provided in this contract, the term "subcontracts" includes purchase orders under this contract.

(d) In computing any period of time established under this contract, "days" means calendar days, and the day of the
event from which the designated period of time begins to run shall not be included, but the last day shall be included
unless it is a Saturday, Sunday, or Federal or State of Florida holiday, in which event the period shall run to the end of
the next business day.

F-03 (OCT 10) Page 1 of 10


Exhibit F
Solicitation No. RFP-7165CG
2. Independent Contractor

The Contractor at all times shall be an independent contractor. The Contractor shall be fully responsible for all acts and
omissions of its employees, subcontractors, and their suppliers, and shall be specifically responsible for sufficient
supervision and inspection to ensure compliance in every respect with the contract requirements. There shall be no
contractual relationship between any subcontractor or supplier of the Contractor and the Authority by virtue of this
contract. No provision of this contract shall be for the benefit of any party other than the Authority and the Contractor.

3. Composition of Contractor

If the Contractor hereunder is comprised of more than one legal entity, each such entity shall be jointly and severally
liable hereunder.

4. Subcontractors and Outside Consultants

(a) Any subcontractors and outside associates or consultants required by the Contractor in connection with the services
covered by the contract will be limited to such individuals or firms as were specifically identified and agreed to by the
Authority in connection with the award of this contract. Any substitution in such subcontractors, associates, or
consultants will be subject to the prior approval of the Contracting Officer.

(b) The Contractor shall not employ any subcontractor or other person or organization (including those who are to
furnish the principal items of materials or equipment whether initially or as a substitute), against whom HART may have
reasonable objection. A subcontractor or other person or organization identified in writing to HART by Contractor prior
to the Notice of Award and not objected to in writing by HART prior to the Notice of Award will be deemed acceptable to
HART. Acceptance of any subcontractor, other person or organization by HART, shall not constitute a waiver of any
right of HART to reject defective work. If HART after due investigation has reasonable objection to any subcontractor,
other person or organization proposed by the Contractor after the Notice of Award, Contractor shall submit an
acceptable substitute and the contract price shall not, however, be adjusted. The Contractor shall not be required to
employ any Subcontractor, other person or organization against whom Contractor has reasonable objection.

(c) The Contractor shall be fully responsible for all acts and omissions of his subcontractors and of persons and
organizations directly or indirectly employed by them and of persons and organizations for whose acts any of them may
be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by
Contractor. Nothing in the contract documents shall create any contractual relationship between HART and any
subcontractor or other person or organization having a direct contract with Contractor, nor shall it create any obligation
on the part of HART to pay or to see to the payment of any monies except as may otherwise be required by law. HART
may furnish to any subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to
Contractor on account of specific work done.

(d) All work performed by a subcontractor will be pursuant to an appropriate agreement between the Contractor and the
subcontractor which specifically binds the subcontractor to the applicable terms and conditions of the contract
documents for the benefit of HART.

5. Standards of Performance

The Contractor shall perform all services required by this contract in accordance with high professional standards
prevailing in the Contractor's field of work.

6. Changes

(a) The Contracting Officer may, at any time, by written order, make changes within the general scope of the contract in
the services to be performed. If such changes cause an increase or decrease in the Contractor's cost of, or time
required for, performance of any services under this contract, whether or not changed by any order, an equitable
adjustment shall be made and the contract shall be modified in writing accordingly. Any claim of the Contractor for
adjustment under this clause must be asserted in writing within 30 days from the date of receipt by the Contractor of the
notification of change unless the Contracting Officer grants a further period of time before the date of final payment
under the contract.

(b) No services for which an additional cost or fee will be charged by the Contractor shall be furnished without the prior
written authorization of the Contracting Officer.

F-03 (OCT 10) Page 2 of 10


Exhibit F
Solicitation No. RFP-7165CG
7. Suspension of Work

(a) The Contracting Officer may order the Contractor in writing to suspend all or any part of the work for such period of
time as he may determine to be appropriate for the convenience of the Authority.

(b) If the performance of all or any part of the work is, for an unreasonable period of time, suspended or delayed by an
act of the Contracting Officer in the administration of this contract, or by his failure to act within the time specified in this
contract (or, if no time is specified, within a reasonable time), an adjustment shall be made for any increase in cost of
performance of this contract (excluding profit) necessarily caused by such unreasonable suspension or delay, and the
contract modified in writing accordingly. However, no adjustment shall be made under this clause for any suspension or
delay to the extent (1) that performance would have been suspended or delayed by any other cause, including the fault
or negligence of the Contractor, or (2) for which an equitable adjustment is provided for or excluded under any other
provision of this contract.

(c) No claim under this clause shall be allowed (1) for any costs incurred more than 20 days before the Contractor shall
have notified the Contracting Officer in writing of the act or failure to act involved (but this requirement shall not apply to
a claim resulting from a suspension order), and (2) unless the claim, in an amount stated, is asserted in writing as soon
as practicable after the termination of such suspension or delay, but not later than the date of final payment. No part of
any claim based on the provisions of this clause shall be allowed if not supported by adequate evidence showing that
the cost would not have been incurred but for a delay within the provisions of this clause.

8. Excusable Delays

(a) Except for defaults of subcontractors at any tier, the Contractor shall not be in default because of any failure to
perform this contract under its terms if the failure arises from causes beyond the control and without the fault or
negligence of the Contractor. Examples of these causes are (1) acts of God or of the public enemy, (2) acts of the
Authority in either its sovereign or contractual capacity, (3) fires, (4) floods, (5) epidemics, (6) quarantine restrictions, (7)
strikes, (8) freight embargoes, and (9) unusually severe weather. In each instance, the failure to perform must be
beyond the control and without the fault or negligence of the Contractor. "Default" includes failure to make progress in
the work so as to endanger performance.

(b) If the failure to perform is caused by the failure of a subcontractor at any tier to perform or make progress, and if the
cause of the failure was beyond the control of both the Contractor and subcontractor and without the fault or negligence
of either, the Contractor shall not be deemed to be in default, unless -

(1) the subcontracted supplies or services were obtainable from other sources;

(2) the Contracting Officer ordered the Contractor in writing to purchase these supplies or services from the other
source; and

(3) the Contractor failed to comply reasonably with this order.

(c) Upon request of the Contractor, the Contracting Officer shall ascertain the facts and extent of the failure. If the
Contracting Officer determines that any failure to perform results from one or more of the causes above, the delivery
schedule shall be revised, subject to the rights of the Authority under the Termination Clause of this contract.

9. Ownership of Information

(a) All data, technical information, materials gathered, originated, developed, prepared, used or obtained in the
performance of the contract, including, but not limited to, all reports, surveys, plans, charts, literature, brochures,
mailings, recordings (video and/or audio), pictures, drawings, analyses, graphic representations, software computer
programs and accompanying documentation and print-outs, notes and memoranda, written procedures and documents,
regardless of the state of completion, which are prepared for or are a result of the services required under this contract
shall be and remain the property of the HART and shall be delivered to HART upon 30 days notice by HART. With
respect to software computer programs and/or source codes developed for HART, the work shall be considered “work
for hire”, i.e., HART, not the contractor or subcontractor, shall have full and complete ownership of all software computer
programs and/or source codes developed. To the extent that any of such materials may not, by operation of law, be a
work made for hire in accordance with the terms of this contract, contractor or subcontractor hereby assigns to HART all
right, title and interest in and to any copyright, and HART shall have the right to obtain and hold in its own name any
copyrights, registrations and any other proprietary rights that may be available.

F-03 (OCT 10) Page 3 of 10


Exhibit F
Solicitation No. RFP-7165CG
(b) Should the proposer anticipate bringing pre-existing intellectual property into the project, the intellectual property
must be identified in the proposal. Otherwise, the language in the first paragraph of this section prevails. If the proposer
identifies such intellectual property ("Background IP") in its proposal, then the Background IP owned by the proposer on
the date of the contract, as well as any modifications or adaptations thereto, remain the property of the proposer. Upon
contract award, the proposer or contractor shall grant HART a non-exclusive, royalty free license to use any of the
proposer’s/contractor's Background IP delivered to HART for the purposes contemplated by the contract.

10. Examination and Retention of Records

(a) The Contracting Officer and his representatives shall have the audit and inspection rights described in the
applicable paragraphs (b) and (c), below.

(b) If this is a cost-reimbursement type, incentive, time and materials, labor hour, or price re-determinable contract, or
any combination thereof, the Contractor shall maintain, and the Contracting Officer and his representatives shall have
the right to examine, all books, records, documents, and other evidence and accounting procedures and practices
sufficient to reflect properly all direct and indirect costs of whatever nature claimed to have been incurred and
anticipated to be incurred for the performance of this contract. Such right of examination shall include inspection at all
reasonable times at the Contractor's plants, or such parts thereof, as may be engaged in or maintain records in
connection with the performance of this contract.

(c) If the Contractor submitted certified cost or pricing data in connection with the pricing of this contract or if the
Contractor's cost of performance is relevant to any change or modification to this contract, the Contracting Officer and
his representatives shall have the right to examine all books, records, documents, and other data of the Contractor
related to the negotiation, pricing, or performance of such contract, change, or modification for the purpose of evaluating
the costs incurred and the accuracy, completeness, and currency of the cost or pricing data submitted. The right of
examination shall extend to all documents necessary to permit adequate evaluation of the costs incurred and the cost or
pricing data submitted, along with the computations and projections used therein.

(d) The materials described in (b) and (c), above, shall be made available at the office of the Contractor at all
reasonable times for inspection, audit, or reproduction until the expiration of three (3) years from the date of final
payment under this contract, except that:

(1) if this contract is completely or partially terminated, the records relating to the work terminated shall be made
available for a period of three (3) years from the date of any final settlement; and

(2) records which relate to appeals under the Disputes Clause of this contract or litigation, or the settlement of
claims arising out of the performance of this contract, shall be made available until such appeals, litigation, or claims
have been resolved.

(e) The Contractor shall insert a clause containing all the provisions of this clause, including this paragraph (e), in all
subcontracts exceeding $10,000 hereunder, altered to reflect the proper identification of the contracting parties and the
Contracting Officer under the prime contract.

11. Inspection

(a) "Services," as used in this clause, includes services performed, workmanship, and material furnished or utilized in
the performance of services.

(b) The Contractor shall provide and maintain an inspection system acceptable to the Authority covering the services
under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made
available to the Authority during contract performance and for as long afterwards as the contract requires.

(c) The Authority has the right to inspect and test all services called for by the contract, to the extent practicable, at all
times and places during the term of the contract. The Authority shall perform inspections and tests in a manner that will
not unduly delay the work.

(d) If any of the services do not conform with contract requirements, the Authority may require the Contractor to perform
the services again in conformity with contract requirements, at no increase in contract amount. When the defects in
services cannot be corrected by reperformance, the Authority may (1) require the Contractor to take necessary action to
ensure that future performance conforms to contract requirements and (2) reduce the contract price to reflect the
reduced value of the services performed.

F-03 (OCT 10) Page 4 of 10


Exhibit F
Solicitation No. RFP-7165CG
(e) If the Contractor fails promptly to perform the services again or to take the necessary action to ensure future
performance in conformity with contract requirements, the Authority may (1) by contract or otherwise, perform the
services and charge to the Contractor any cost incurred by the Authority that is directly related to the performance of
such service or (2) terminate the contract for default.

12. Notice of Labor Disputes

(a) If the Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely
performance of this contract, the Contractor immediately shall give notice, including all relevant information, to the
Contracting Officer.

(b) The Contractor agrees to insert the substance of this clause, including this paragraph (b), in any subcontract under
which a labor dispute may delay the timely performance of this contract; except that each subcontract shall provide that
in the event its timely performance is delayed or threatened by delay by any actual or potential labor dispute, the
subcontractor shall immediately notify the next higher tier subcontractor or the Contractor, as the case may be, of all
relevant information concerning the dispute.

13. Licenses and Permits

The Contractor shall, without additional expense to the Authority, be responsible for obtaining any necessary licenses,
permits, and approvals for complying with any federal, state, county, municipal, and other laws, codes, and regulations
applicable to the performance of the work or to the products or services to be provided under this contract including, but
not limited to, any laws or regulations requiring the use of licensed contractors to perform parts of the work.

14. Compliance with the Law

The Contractor shall perform all work hereunder in compliance with all applicable federal, state, and local laws and
regulations. The Contractor shall use only licensed personnel to perform work required by law to be performed by such
personnel.

15. Federal, State, and Local Taxes

The contract price includes all applicable federal, state, and local taxes and duties. The Authority is exempt from Florida
state and local sales and use taxes, and any such taxes included on any invoice or voucher received by the Authority
shall be deducted from the amount of the invoice or voucher for purposes of payment.

16. Prompt Payment

The Contractor agrees to pay each subcontractor under this contract for satisfactory performance of its contract no later
than 10 (ten) calendar days from receipt of each payment the prime receives from the Authority. The Contractor agrees
further to release retainage payments (if applicable) to each subcontractor within ten (10) calendar days after the
subcontractor's work is satisfactorily completed and final payment has been made to the subcontractor. Any delay or
postponement of payment from the above referenced time frame may occur only for good cause following written
approval from the Contracting Officer.

17. Publicity Releases

All publicity releases or releases of reports, papers, articles, maps, or other documents in any way concerning this
contract or the work hereunder which the Contractor or any of its subcontractors desires to make for purposes of
publication in whole or in part, shall be subject to approval by the Contracting Officer prior to release.

18. Removal of Contract Personnel

(a) The Contractor and any subcontractor acknowledge that any person assigned to work under this contract must
perform their duties so as to not unduly impair contract performance. By assigning a person to work under this contract,
the Contractor agrees to be responsible for the behavior of that person during contract performance.

(b) The Contractor acknowledges that the Authority has the right to require the removal of any Contractor or
subcontractor employee that the Contracting Officer determines, at his sole discretion, to be negatively effecting
performance of work under the contract. Examples of such behavior include: (1) conduct which poses a threat to the
safety of anyone working under the contract; (2) conduct which is disruptive to contract performance; (3) careless work

F-03 (OCT 10) Page 5 of 10


Exhibit F
Solicitation No. RFP-7165CG
performance; and (4) other behavior determined by the Contracting Officer to be objectionable or unduly hindering
contract performance.

(c) Upon receipt of written notice from the Contracting Officer that a person’s behavior is unduly impairing contract
performance, the Contractor agrees to remove that person from doing any further work on the contract, and to cause
that person to be removed from the worksite. The Contractor agrees that it is not entitled to any additional costs it may
incur as a result of the removal of the person named by the Contracting Officer.

19. Interest of Public Officials

The Contractor represents and warrants that no employee, official, or member of the Board (Executive Committee) of
the Authority is or will be pecuniarily interested or benefited directly or indirectly in this contract. The Contractor further
represents and warrants that it has not offered or given gratuities (in the form of entertainment, gifts, or otherwise) to any
employee, official, or member of the Board (Executive Committee) of the Authority with a view toward securing favorable
treatment in the awarding, amending, or evaluating the performance of this contract. For breach of any representation
or warranty in this clause, the Authority shall have the right to annul this contract without liability and/or have recourse to
any other remedy it may have at law.

20. Civil Rights

(a) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303
of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act
of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not
discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age,
or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other
implementing requirements FTA may issue.

(b) Equal Employment Opportunity.

(1) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42
U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable
equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal
Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq.,
(which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order
No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e
note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the
future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative
action to ensure that applicants are employed, and that employees are treated during employment, without regard to
their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following:
employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor
agrees to comply with any implementing requirements FTA may issue.

(2) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C.
§ § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against
present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any
implementing requirements FTA may issue.

(3) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. §
12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity
Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act,"
29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to
comply with any implementing requirements FTA may issue.

(c) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with
Federal assistance provided by FTA, modified only if necessary to identify the affected parties.

21. Soliciting or Accepting Gifts

Pursuant to section 112.3148(3), Florida Statues, no HART employee shall solicit anything of value to the recipient,
including a gift, loan, reward, promise of future employment, favor, or service, when they know, or with the exercise of
reasonable care should know, that it is given to influence a vote or other official action.
F-03 (OCT 10) Page 6 of 10
Exhibit F
Solicitation No. RFP-7165CG
22. Government-Wide Debarment and Suspension

(a) This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify
that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are
excluded or disqualified as defined at 49 CFR 29.940 and 29.945.

(b) The Contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with
49 CFR 29, Subpart C in any lower tier covered transaction it enters into.

(c) By signing and submitting its bid or proposal, the proposer or proposer certifies as follows:

The certification in this clause is a material representation of fact relied upon by the Hillsborough Transit Authority. If it
is later determined that the proposer or proposer knowingly rendered an erroneous certification, in addition to remedies
available to the Hillsborough Transit Authority, the Federal Government may pursue available remedies, including but
not limited to suspension and/or debarment.

23. Prohibited Interest

No member, officer, or employee of HART or of a local public body during his tenure or two years thereafter shall have
any interest, direct or indirect, in this contract or the proceeds thereof, except as provided by law.

24. Indemnification and Hold Harmless

(a) It is expressly agreed that the first five dollars of the amount to be paid the Contractor pursuant to this contract is
given as separate consideration for the following covenant of indemnification: The Contractor agrees to be responsible
for, and assume the defense of and indemnify and hold harmless HART, its officers and employees, except for the sole
negligence of HART, from all claims, demands, judgments, liability, loss, damage, including attorney’s fees or injuries of
every kind, including patent infringements, resulting directly or indirectly from the performance of, or the failure to
perform, the work by the Contractor or by any person, firm, or corporation to whom any portion of the work is
subcontracted by the Contractor, or resulting from the use of any tools, machinery, or other property of HART.

(b) In any litigation or arbitration, including appellate proceedings, arising out of or relating to this contract, the
prevailing party shall be entitled to recover reasonable attorney fees and costs.

25. Termination

(a) Termination for Convenience: Notwithstanding any provision herein, HART may terminate this contract by written
notice, in whole or in part, when it is in the Government's interest. If this contract is terminated, HART shall be liable only
for payment under the payment provisions of this contract for services rendered before the effective date of termination.

(b) Termination for Default: If the Contractor does not deliver supplies in accordance with the contract delivery
schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if
the Contractor fails to comply with any other provisions of the contract, the Hillsborough Transit Authority may terminate
this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth
the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered
and accepted, or services performed in accordance with the manner of performance set forth in the contract. If the
Contractor defaults in performance of this contract HART has the right to withhold the disputed amounts.

(c) Opportunity to Cure: The Hillsborough Transit Authority in its sole discretion may, in the case of a termination for
breach or default, allow the Contractor 10 days in which to cure the defect. In such case, the notice of termination will
state the time period in which cure is permitted and other appropriate conditions.

(d) If Contractor fails to remedy to Hillsborough Transit Authority’s satisfaction the breach or default of any of the terms,
covenants, or conditions of this contract within ten (10) days after receipt by Contractor of written notice from
Hillsborough Transit Authority setting forth the nature of said breach or default, Hillsborough Transit Authority shall have
the right to terminate the contract without any further obligation to Contractor. Any such termination for default shall not
in any way operate to preclude Hillsborough Transit Authority.

(e) Authority from also pursuing all available remedies against Contractor and its sureties for said breach or default.

(f) If it is later determined by the Hillsborough Transit Authority that the Contractor had an excusable reason for not
performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor,
F-03 (OCT 10) Page 7 of 10
Exhibit F
Solicitation No. RFP-7165CG
the Hillsborough Transit Authority, after setting up a new delivery of performance schedule, may allow the Contractor to
continue work, or treat the termination as a termination for convenience.

26. Disputes

(a) Except as otherwise provided in the contract, disputes arising in the performance of this contract which are not
resolved by agreement of the parties shall be determined by the Contracting Officer. The Contracting Officer shall,
furnish a copy of the decision thereof to the Contractor. This decision shall be final and conclusive unless within thirty
(30) days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written notice of appeal to
the Chief Executive Officer or his/her designee. In connection with any such appeal, if accepted, the Contractor will be
afforded an opportunity to be heard and to offer evidence in support of its position. If the parties fail to resolve the
dispute either party may request the matter to be resolved by Mediation or Arbitration. Pursuant to the appeal, the Chief
Executive Officer or his/her designee may conduct a review of the Contracting Officer’s decision, or the Board of
Directors, at its discretion, may refer the matter to Mediation or Arbitration.

(b) Unless otherwise directed by HART, the Contractor shall diligently continue performance under the contract while
matters in dispute are being resolved. The parties may voluntarily enter into mediation to resolve any issue. The parties
shall agree upon a neutral mediator to mediate the claims, issues, or disputes.

(c) Claims for Damages - Should either party to the contract suffer injury or damage to person or property because of
any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim
for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of
such injury of damage.

(d) Rights and Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other
matters in question between HART and the Contractor arising out of or relating to this agreement or its breach may be
decided by mediation or arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State of
Florida.

(e) The duties and obligations imposed by the contract documents and the rights and remedies available there under
shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available
by law. No action or failure to act by HART, Procuring Agency or contractor shall constitute a waiver of any right or duty
afforded any of them under the contract, nor shall any such action or failure to act constitute an approval of or
acquiescence in any breach there under, except as may be specifically agreed in writing.

27. Mediation and Arbitration

(a) The Contractor agrees to use good faith efforts to resolve all disputes. In the event the parties are unable to resolve
any dispute relating to the contract, such dispute may be submitted to voluntary mediation or binding, self-administered
arbitration pursuant to the Commercial Arbitration Rules of the American Arbitration Association ("AAA") as agreed to by
the parties. A single mediator or arbitrator may be selected by the parties within thirty days of a written demand for
mediation or arbitration. Demand for mediation or arbitration may be made within a reasonable time after the dispute
has arisen, and in no event shall it be made after the date when institution of legal or equitable proceedings based on
such dispute would be barred by the applicable statute of limitations. If the parties cannot agree on the mediator or
arbitrator, then either party may file a motion or application with the Chief Judge (or Acting Chief Judge) of the court with
jurisdiction to appoint either a mediator or an arbitrator. Any mediator or arbitrator chosen shall be a disinterested party
with knowledge of the industry. The mediator or arbitrator shall construe this contract in accordance with the laws of the
State of Florida. Venue for mediation or arbitration shall be Hillsborough County, Florida. Any expenses incurred in
connection with hiring the mediator and the administrative costs of the mediation shall be shared and paid equally
between the Parties.

(b) If arbitration is elected, the arbitrator's reasoned opinion shall be in writing, separately and specifically stating the
findings of fact and conclusions of law on which the decision is based, and shall be rendered within ninety (90) days
following selection of the arbitrator unless the parties mutually agree to extend said time. Each party shall be entitled to
reasonable discovery in accordance with the Federal Rules of discovery. Only damages allowed pursuant to the
contract may be awarded and the arbitrator shall have no authority to award treble, exemplary or punitive damages of
any type under any circumstances regardless of whether such damages may be available under Florida law. The
decision of the arbitrator shall be final and non-appealable. Any expenses incurred in connection with hiring the
arbitrator and the administrative costs of the arbitration shall be shared and paid equally between the parties. If the
parties do not agree to mediate or arbitrate the disputes, the parties may avail themselves of any other action available
by law.

F-03 (OCT 10) Page 8 of 10


Exhibit F
Solicitation No. RFP-7165CG
28. Assignment

The Contractor shall not assign the whole or any part of this contract or any monies due or to become due hereunder
without the prior written consent of the Contracting Officer. In addition, any and all successors or assigns of the
contractor whether by sale or merger or otherwise shall be approved in writing by HART prior to working on this
contract.

29. Order of Precedence

In the event of any inconsistency between the provisions of the solicitation (including any resulting contract), the
inconsistency shall be resolved by giving precedence in the following order: (a) the Schedule; (b) Special Solicitation
Instructions and Conditions; (c) Solicitation Instructions and Conditions; (d) Special Provisions; (e) General Provisions;
(f) other provisions of the contract whether incorporated by reference or otherwise; and (g) the specifications or
statement of work.

30. Governing Law

(a) The work done by the selected contractor in response to the request for proposals shall be in complete compliance
with all applicable Federal, State and Local Laws and their respective rules and regulations. This compliance shall be at
the Contractor’s expense.

(b) Jurisdiction and venue for any legal action arising out of this contract and between the parties hereto shall be
exclusively in Hillsborough County, Florida. The law governing any dispute between the parties to this contract shall be
the law of the State of Florida except insofar as the dispute, or a part thereof, is subject to Federal Law by pre-emption.

(c) In the event that the contractor is domiciled in a country other than the United States or is a controlled subsidiary of
a company which is domiciled in a country other than the United States and in the future event that any litigation should
arise between the parties respecting any matter of fact or law that is international in nature, the venue of litigation with
regard thereto shall be in the courts of the State of Florida or the United States of America, located in the State of
Florida, County of Hillsborough.

(d) Whenever there is no applicable state statute or decisional precedent governing the interpretation of, or disputes
arising under or related to, this contract, then federal common law, including the law developed by federal boards of
contract appeals, the United States Claims Court (formerly the Court of Claims), and the Comptroller General of the
United States, shall govern. This is the complete agreement between the parties. If any provision of the contract is
found to be invalid or unenforceable, the remaining provisions shall not be impaired.

31. Design According to Regulatory and Statutory Requirements

The Contractor warrants that designs and specifications meet all applicable statutes, codes, regulations and ordinances;
and shall indemnify and hold harmless the Authority from claims and costs arising out of errors and omissions relating to
such statutes, codes, regulations and ordinances.

32. Drawings and Other Data

All designs, drawings, specifications, notes and other works developed in the performance of this contract shall become
the sole property of the Authority and may be used on any other design or construction without additional compensation
to the Contractor. The Authority shall be considered the "person for whom the work was prepared" for the purpose of
authorship in any copyrightable work under Section 201(b) of Title 17, United States Code. With respect thereto, the
Contractor agrees not to assert or authorize others to assert any rights or establish any claim under the design patent or
copyright laws. The Contractor, for a period of three years after completion of the project, agrees to furnish all retained
works on the request of the Contracting Officer. Unless otherwise provided in this contract, the Contractor shall have
the right to retain copies of all works beyond such period.

33. Notice and Approval of Restricted Designs

In the performance of this contract, the Contractor shall, to the extent practicable, make maximum use of structures,
machines, products, materials, construction methods, and equipment which are readily available through competitive
commercial channels, or through standard or proven production techniques, methods, and processes. Unless approved
by the Contracting Officer, Contractor shall not, in the performance of the work called for by this contract, produce a
design or specification such as to require in this construction work the use of structures, products, materials,
construction equipment, or processes which are known by the Contractor to be available only from a sole source. As to

F-03 (OCT 10) Page 9 of 10


Exhibit F
Solicitation No. RFP-7165CG
any such design or specification, the Contractor shall report to the Contracting Officer giving the reason or reasons why
it is considered necessary to so restrict the design or specification.

34. Removal of Subcontractor and Outside Consultant

The Contracting Officer may require, in writing, that the Contractor remove or terminate any subcontractor, outside
associate, consultant, supplier, or materialmen that the Contracting Officer deems objectionable.

35. Responsibility of the Architect-Engineer

(a) The Contractor shall be responsible for the professional quality, technical accuracy, and the coordination of all
designs, drawings, specifications, and other services furnished by the Contractor under this contract. The Contractor
shall, without additional compensation, correct or revise any errors or deficiencies in his designs, drawings,
specifications, and other services.

(b) Neither the Authority's review, approval, or acceptance of, nor payment for, any of the services required under this
contract shall be construed to operate as a waiver of any rights under this contract or of any cause of action arising out
of the performance of this contract, and Contractor shall be and remain liable to the Authority in accordance with
applicable law for all damages to the Authority caused by the Contractor’s negligent performance of any of the services
furnished under this contract.

(c) The rights and remedies of the Authority provided for under this contract are in addition to any other rights and
remedies provided by law.

F-03 (OCT 10) Page 10 of 10


Exhibit F
Solicitation No. RFP-7165CG
HILLSBOROUGH TRANSIT AUTHORITY (HART)
TAMPA, FLORIDA

EXHIBIT H
STATEMENT OF WORK

Table of Contents

1. Project Overview and Description ........................................................................................................................ 1


2. Definitions/Abbreviations ...................................................................................................................................... 3
3. Requirements ....................................................................................................................................................... 3
4. Project Management ............................................................................................................................................ 4
5. Project Control ...................................................................................................................................................... 4
6. Interagency/Consultant Coordination ................................................................................................................... 5
7. Quality Assurance/Quality Control Plan ............................................................................................................... 5
8. Value Engineering ................................................................................................................................................ 5
9. Documents ........................................................................................................................................................... 6
10. Specifications ....................................................................................................................................................... 7
11. Submittals ............................................................................................................................................................. 8
12. Provisions For Work ............................................................................................................................................. 8
13. Finance Plan ....................................................................................................................................................... 12
14. Services Performed By HART ............................................................................................................................ 12
15. Public Involvement ............................................................................................................................................. 12
16. Public Involvement Plan ..................................................................................................................................... 12
17. Survey, Aerial Imagery And R/W Mapping ......................................................................................................... 13
18. Aerial Imagery .................................................................................................................................................... 14
19. Geotechnical Investigation ................................................................................................................................. 15
20. Facilities Design ................................................................................................................................................. 19
21. Roadway/Civil Analysis, Design and Plans ........................................................................................................ 19
22. Utility Coordination ............................................................................................................................................. 21
23. Drainage, Design And Permitting ....................................................................................................................... 22
24. Environmental Permitting ................................................................................................................................... 23
25. Signalization And Transit Signal Priority Design ................................................................................................ 23
26. Signing And Pavement Marking ......................................................................................................................... 25
27. Site And Landscape Design ............................................................................................................................... 25
28. Technical Maintenance Plan .............................................................................................................................. 27
29. Systems .............................................................................................................................................................. 27
30. Advanced Travellers Information Systems (Atis) System .................................................................................. 27
31. Fare Collection System ...................................................................................................................................... 28
32. Safety And Security System ............................................................................................................................... 28
33. Communication Systems .................................................................................................................................... 29
34. Systems Integration ............................................................................................................................................ 29
35. Systems Integration ............................................................................................................................................ 30
36. System Testing And Acceptance ....................................................................................................................... 30
37. Safety, Access and Coordination ....................................................................................................................... 30
38. Deliverables and Close Out ................................................................................................................................ 30
39. Reference Documents ........................................................................................................................................ 31

1. Project Overview and Description

(a) This Consultant shall provide Architectural/Engineering (A&E) Services for Project Development, Final Design and
continuing services for Construction Engineering and Inspection (CEI) for the Tampa International Airport Transfer Center
project and related improvements. The proposed project is a new bus transfer center at Tampa International Airport. The
transfer center will operate as an intermodal hub in the Westshore area, connecting existing and future transit services,
including HART local and limited express routes cross bay express service operated by Pinellas Suncoast Transit
Authority (PSTA), and future Bus Rapid Transit (BRT), circulator services and possible future light rail connection.

(b) Following a review of several sites, the site along Airport Service Road on Airport property north of the Spruce Street
and O’Brien Street intersection emerged as the preferred site. This site is more centrally location in the Westshore area

H-01 (OCT 10) Page 1 of 31


Exhibit H
Solicitation No. RFP-7165CG
and would enable HART to better serve the area employees and businesses. The selection criterion is shown in the
attached Feasibility Analysis for Transfer Center at Tampa International Airport.

(c) HART worked closely with the Hillsborough County Aviation Authority (HCAA) to develop a conceptual site layout plan
for the transfer center and HART has obtained a lease for an approximate 3.67 acre parcel. The land lease between
HART/HCAA was approved by the Aviation Authority Board on June 4, 2009 under Agreement No. 109913.

(d) It is encouraged that all proposer’s review the location site prior to submitting the proposal technical plan for logistics,
conditions, and other information that can be obtained through a site visit and review. The physical address is: 5290
Airport Service Road, Tampa, FL 33607, property folio 112022.0200, located in the Southeast corner of the Northwest ¼
of Section 17, Township 29 South, Range 18 East, Hillsborough County, Florida, lying directly north of the O’Brien Street
extension and Airport Service Road, north of West Spruce Street, and west of TIA Runway 36R, Tampa, Florida.

(e) The project design will match closely with previous architectural, structural and civil designs used on previous transfer
centers located at Netp@rk Transit Center, West Tampa Transfer Center and Northwest Transfer Center. The building
drawings are being provided for the Northwest Transfer Center as reference in this package. The CADD drawings will be
provided to the selected Consultant for use on this project design.

(f) The Consultant shall demonstrate good project management practices while working on this project. These shall
include communication with HART, HCAA, and others as necessary, management of time and resources, and
documentation. The Consultant shall, produce plans/specifications (including construction staging/sequencing), cost
estimates, coordinate with and follow the guidelines and requirements of HART, FDOT, FTA, the HCAA Tenant Work
Permit Handbook, the City of Tampa, Southwest Florida Water Management District, Hillsborough County Environmental
Protection Commission, and other agencies rules, regulations and codes, and assist HART in obtaining permits and
approvals to construct the project, including utilities, stormwater, and all associated improvement areas. Additionally, the
Consultant will prepare plans, specifications and applications for public and private utilities for obtaining approvals and
permits for construction of this project. The contract will include Construction Engineering and Inspection (CEI) services to
be performed by the Consultant during construction and closeout period. These will include construction
assistance/inspection, shop drawing review, and answering requests for information (RFI’s) by the contractor and in
attending weekly progress meetings.

(g) All final documents are to be prepared in accordance with all applicable manuals and guidelines. The work effort will
include performing necessary Architectural/Engineering Services to design, assist HART to develop the bid documents,
advertise the bid, responses to questions on the construction bid, review bid submittals for technical and costs submitted
on the project for construction procurement, determine the fair and reasonable costs, and provide CEI services through to
project close-out. All plans and design documents are to be prepared with Standard English values in accordance with all
applicable manuals and guidelines.

(h) The Consultant shall provide a work plan and schedule in Micro-Soft Project to describe the approach to accomplish
the requirements set forth in the Scope of Services contained herein. This work plan shall explain specific techniques or
procedures to be used and where significant development difficulties may be anticipated and resolved and outline critical
decision points for owner input and shall be coordinated with HCAA board meetings.

(i) Consultants shall have the capability of providing the following services:

(1) Building construction and design


(2) Parking evaluation, construction and design
(3) Roadway and access design
(4) Environmental Services for Project Permitting
(5) Specialized Equipment integration and installation specifications
(6) Maintenance requirements design and analysis
(7) Construction Inspection and Management
(8) Assistance in Project Management

H-01 (OCT 10) Page 2 of 31


Exhibit H
Solicitation No. RFP-7165CG

2. Definitions/Abbreviations

ADA Americans with Disabilities Act

ADAAG Americans with Disabilities Act Accessibility Guidelines

ATIS Advanced Traveler Information System

BRT Bus Rapid Transit

CPTED Crime Prevention Through Environmental Design

COT City of Tampa

DEP Department of Environmental Protection

FAC Florida Administrative Code

FDOT Florida Department of Transportation

FTA Federal Transit Administration

HC Hillsborough County

HCAA Hillsborough County Aviation Authority


ITS Intelligent Transportation System
JPA Joint Participation Agreement
MUTCD Manual on Uniform Traffic Control Devices

NEC National Electric Code


OSHA Occupational Safety and Health Administration
PD&E Project Development and Environmental
QA/QC Quality Assurance/Quality Control
R/W Right-of-Way
SOW Statement of Work
SWFWMD Southwest Florida Water Management District
TIA Tampa International Airport
TIATC Tampa International Airport Transfer Center
TSP Transit Signal Priority
UAO Utility Agency Owner
VE Value Engineering

3. Requirements

(a) Provide Architectural and Engineering (A&E) consulting services which includes but not limited to the following
Sections below. All services shall meet and comply with all terms, conditions, attachments, exhibits and requirements as
set forth in the attached Agreement No. 109913 between Hillsborough County Aviation Authority and Hillsborough Transit
Authority along with supporting documents and attachments.

(b) The desired results are to meet the conditions and terms of the above referenced agreement and to provide HART
with the appropriate documents for construction of a transfer center and amenities that will meet the operational needs of
H-01 (OCT 10) Page 3 of 31
Exhibit H
Solicitation No. RFP-7165CG
the transit system and be of a design to promote the most efficient and effective use of Federal, State and Local funds,
provide a safe, clean and pleasing environment for the general public, and for the efficient maintenance and operations of
the facility and grounds.

4. Project Management

(a) The Consultant shall be responsible for the performance and management of the PD&E and final planning and design
efforts, and Construction, Engineering and Inspection (CEI) services as described in this scope of services. HART, along
with input from Hillsborough County Aviation Authority, the City of Tampa, FDOT, and permitting and utility agencies will
provide additional contract administration, management services, and technical reviews of work associated with the
development and preparation of these contract plans and specifications.

(b) In addition to specific responsibilities described in this section, the Consultant shall attend meetings at the direction of
the HART Project Manager and participate as HART’s technical expert on this project as directed.

(c) Project Progress Meetings - The Consultant shall attend regular progress meetings with HART and HCAA (as
required) to discuss current activities and issues on the project. The Consultant shall bring appropriate staff to discuss the
project details and issues. At minimum, meetings and appropriate deliverables shall be provided at a conceptual level for
review for Value Engineering (VE) at the 30% level, and for internal reviews at the 60%, 90% and 100% levels.

(d) The Consultant shall hold internal project team progress meetings to discuss current activities, project details, work
progress and other issues on the project. The Consultant shall have all appropriate staff at those meetings to discuss the
project’s activities and milestones.

(e) Deliverables for Section 4:

(1) Prepare for and attend Progress Meetings at each milestone with HART
(2) Provide meeting minutes for all Progress Meetings

5. Project Control

(a) A Project Control System, including cost, schedule and progress related elements, shall be developed and maintained
in a manner compatible with HART’s practices and provided at each milestone. This system shall support HART’s
management and performance oversight of the Consultant’s contract. This system shall also support HART’s Program
Schedule and Program Capital Cost Estimate. The Consultant’s recommendations, based on successful experiences,
shall be considered in the development of the Project Control System.

(b) Capital Cost Estimates – The Consultant shall prepare quantity estimates that shall be applied to available unit costs
(where costs are unavailable – they shall be coordinated and developed with HART), to derive cost estimates
commensurate with the level of design. The Consultant shall work with HART to refine these estimates in accordance
with degree of construction complexity and other cost relevant factors as appropriate.

(c) Invoicing / Progress Reporting – The Consultant shall prepare and submit a monthly invoice, including a Progress
Report as required. The Progress Report shall be structured according to the tasks identified in this scope of services and
shall describe the work performed on each task. HART shall make judgment on whether work of sufficient quality and
quantity has been accomplished by comparing the reported percent complete against actual work accomplished.

(d) Schedule – Within fourteen (14) days after the Notice-To-Proceed, and prior to beginning work, the Consultant shall
prepare and provide a detailed project activity / event schedule for HART and Consultant activities required for timely
completion of the project. The schedule shall be prepared using Microsoft Project as the project scheduling software. The
schedule shall indicate all required milestones, submittals and permits required. The schedule shall allow standard review
times for HART and other agencies as required.

(e) Schedule Updates – Periodically throughout the life of the project, the schedule shall be reviewed and with the
approval of HART, adjusted as necessary to incorporate changes in the work concept and progress to date.

(f) Deliverables for Section 5:

(1) Capital Cost Estimates


H-01 (OCT 10) Page 4 of 31
Exhibit H
Solicitation No. RFP-7165CG
(2) Monthly Invoice and Progress Reports
(3) Project Schedule and Updates as necessary

6. Interagency/Consultant Coordination

(a) The Consultant shall provide support to HART related to Interagency/Consultant coordination and shall coordinate
directly with these groups with guidance from HART. The Consultant shall track and support HART in the identification of
Agency Issues and develop responses to address any issues in a timely manner.

(b) City of Tampa – HART and the Consultant shall hold regular coordination meetings with the participating City
permitting agencies as required. The Consultant shall provide scheduling, agendas, applicable handouts, etc. for these
meetings. The Consultant shall document the attendance, purpose, discussion and decisions for each meeting.

(c) Hillsborough County Agencies – HART and the Consultant shall hold coordination meetings with appropriate
Hillsborough County permitting agencies, SWFWMD, EPC, EPA, HCAA or others. The Consultant shall provide
scheduling, agendas, applicable handouts, etc. for these meetings. The Consultant shall document the attendance,
purpose, discussion and decisions for each meeting.

(d) Deliverable for Section 6:

(1) Agendas, Handouts, and Meeting Minutes as required


(2) List of Agency Issues logs; Timeline and plan for resolution

7. Quality Assurance/Quality Control Plan

(a) The Consultant shall prepare a Quality Control Plan that describes the procedures to be utilized to verify,
independently check, and review all design drawings, specifications, and other documentation prepared as a part of the
contract. The Consultant shall describe how the checking and review processes are to be documented to verify that the
required procedures were followed. The Quality Control Plan may be one utilized by the Consultant as part of their
normal operation or it may be one specifically designed for this project. The Consultant shall submit a Quality Control Plan
for approval within fourteen (14) days after the Notice-To-Proceed. A marked up set of prints from a Quality Control
Review indicating the reviewers for each component (structures, roadway, drainage, signals, geotechnical, signing and
marking, lighting, mechanical, plumbing, electrical, utilities, etc.) and a written resolution of comments on a point-by-point
basis will be required with each submittal. The responsible Professional Engineer, Architect, Landscape Architect, or
other professional that performed the Quality Control review will sign a statement certifying that the review was
conducted.

(b) This should include a plan review with the selected General Contractor as part of pre-construction activities. Reviews
will be completed at a minimum as part of each miles stone submittal.

(c) The QA/QC Plan is subject to HART approval. HART may audit the plan/program for quality assurance/quality control
to be used during the design.

(d) Deliverables for Section 7:

Quality Control Plan

8. Value Engineering

(a) HART requires that a Value Engineering (VE) study be performed on all major capital projects with a value of over $1
million. HART will provide the VE study requirements as approved by the HART Board and listed under Section 900 of
the HART Policies and Procedures Document. HART and the Consultant will participate in the VE study workshops.

(b) Value engineering, or value analysis, as it is also called, is the systematic, continuous analysis of key processes or
products, by one or all parties in the supply chain, to identify ways to simplify the design and subsequently, reduce the
cost, while still providing the essential functionality of that product or process. Value engineering is also an essential
component of the FTA guidelines for major capital projects, defined in the document entitled "Construction Management
Guidelines" 1996 Update. Furthermore, FTA Circular 4220.1D, §7(g) encourages the use of value engineering clauses in
construction contracts. This section states, “Grantees are encouraged to use value engineering clauses in contracts for
H-01 (OCT 10) Page 5 of 31
Exhibit H
Solicitation No. RFP-7165CG
construction projects of sufficient size to offer reasonable opportunities for cost reductions. Value engineering is a
systematic and creative analysis of each contract item or task to assure that its essential function is provided at the lowest
overall cost.” Grantees should conduct value engineering on their own vital processes and should encourage value
engineering by those with whom they contract for projects, services, and products. Guidance for such clauses may be
found in Part 48 of the Federal Acquisition Regulations (FAR), at FAR 52.248-3 Value Engineering-Construction. Further,
grantees can and should participate on consultant and contractor value engineering teams to ensure that the results of
these efforts are in the best interest of the grantee. Finally, value engineering should be started as early as possible in a
project’s life cycle in order to maximize savings.

(c) Value Engineering consists of event-related activities and should occur at a time(s) when it will provide the greatest
opportunity for value improvement, as determined by HART, FTA, and the Value Engineering Coordinator. This
opportune time during the design phase of a project will generally fall between completion of the first (30 %) and second
plans (60%) submittal (Preliminary and Pre-Final), but may occur at anytime during the development of a project.

(d) Activities required by the Consultant in support of the VE team at the 30% submittal include:

(1) Providing Materials and Information: The Consultant shall allow ample time for the appropriate knowledgeable
members of their staff to present current design documentation and data to the VE team, as deemed necessary for an
effective project review.

(2) The Consultant Project Manager and other key members of the design team shall meet with the VE team to
explain the development of design features and how and why they were selected in contrast to alternative designs
and their cost and constructability considerations. The information will be provided in the form of a personal verbal
presentation and the submittal of a package containing current plans and other documentation. This presentation will
take place at the location of the VE study and may be followed up with additional meetings, written communications
and phone inquiries.

(3) The plans and document packages to be provided shall include at a minimum:

(i) One (1) copy of all environmental documents


(ii) One (1) copy of the Preliminary Engineering Report
(iii) Three (3) copies of all plan drawings
(iv) One (1) copy of other miscellaneous reports
(v) Project Cost Estimate

(4) The Project Cost Estimate shall include a tabulation of estimated construction costs for the proposed design. This
list shall, at a minimum, contain a breakdown of costs for each major element of the design.

(5) All reports provided by the Consultant will be returned after the VE review has been completed. However copies
of plans and drawings may be kept by the VE team.

(6) The results of the VE effort will be summarized in a report prepared by the VE facilitator and forwarded to HART.
Each VE recommendation will be formally evaluated by HART. All approved changes shall be incorporated into the
final design review plans by the Consultant. Potential changes may require a supplemental fee request from the
Consultant.

(e) Deliverables for Section 8:

(1) Provide all applicable plans, documents and specifications at the 30% submittal for use in the VE Study
(2) Incorporate approved changes from the VE Study. Document all VE items and alternatives considered (chart-
matrix format)
(3) Certification by all professionals as part of QA/QC efforts

9. Documents

(a) The Consultant shall utilize procedures resulting in the control of all project documents. This shall include
correspondence, specifications, and design plans. The Consultant shall prepare a Document Control Plan which
documents the procedures for the control of all project documents.

H-01 (OCT 10) Page 6 of 31


Exhibit H
Solicitation No. RFP-7165CG

(b) The Consultant shall utilize a standard Computer Aided Design Drafting (CADD) Standards Manual and Building
Information Modeling (BIM) for control of all Project drawings similar to FDOT’s standards. The Consultant shall provide a
copy of the CADD standards manual upon request.

(c) Control of all Project drawings that define the baseline configuration is essential during the Project this includes: the
issuance of drawing numbers, drawing titles, the storage of approved drawings, and the controlled distribution for design
reviews. The Consultant shall support HART in the controlling of all Project documentation through the design efforts.
HART may review all specifications and drawings, and offer comments as necessary. If standards are not followed an
exception report shall be prepared as appropriate. The Consultant shall review all comments on deliverables and provide
HART with a record of resolution of all comments.

(d) Deliverables for Section 9:

(1) Provide document control plan for all project documents/plans


(2) Provide Computer Aided Design Drafting (CADD) and Building Information Modeling (BIM) per FDOT’s
Standards Manual in PDF format utilized for the project
(3) Provide exception reports as necessary

10. Specifications

(a) The Consultant shall prepare and provide a complete specifications package, including applicable Technical Special
Provisions, for all items and areas of work.

(b) The Consultant shall coordinate with HART and/or other agencies to provide the necessary workbook and electronic
files, in sortable-PDF and Microsoft Word 2007 format, for proper completion of the specifications package. The actual
work effort will entail utilization of the supplied electronic files, including updates of new files that may be issued from time
to time as mandatory specifications changes, and assembling the package. HART may also require inclusion of special
provisions necessary to convey particular agency needs.

(c) The Specifications and Special Provisions or Supplemental Specifications from the applicable workbook of
implemented modifications may not be modified unless absolutely necessary to control project-specific requirements.
Proposed modifications to these listed documents must be drafted in redline strikethrough and bolded text additions,
tracked changes format along with justification of the project specific need and coordinated with HART for approval prior
to inclusion in the final project specifications package. 30% submittal shall require outline specs and material list for VE
efforts.

(d) The draft specifications package must be submitted for initial review to HART at 60% submittal level prior to the bid
documents being released. This submittal does not require signing and sealing. Submittal material shall consist of one
(1) the complete specifications package, two (2) a copy of the marked-up workbook used to compile package, and three
(3) a copy of the final project plans.

(e) Final submittal of the completed updated specifications package must occur at least 10 working days prior to the bid
package release. This submittal may be electronically signed, dated, and sealed in accordance with applicable Florida
Statutes.

(f) Deliverables for Section 10:

(1) Provide a Specifications Package including any technical special provisions at each submittal level
(2) Signed and sealed documents for permitting and bidding.

H-01 (OCT 10) Page 7 of 31


Exhibit H
Solicitation No. RFP-7165CG
11. Submittals

(a) The Consultant shall furnish complete plans and documents for bidding, permitting and construction as required by
HART and the permitting agencies to adequately control, coordinate, and approve the plans. The Consultant shall
distribute submittals as directed by HART.

(b) The Consultant shall provide electronic (in .dwg & .pdf formats) and hardcopies of the required plans and documents.
HART’s Project Manager will determine the specific number of copies required prior to each submittal. All construction
plans will be on 18x24 formats with State Plane Coordinates at minimum along with the electronic copies.

(c) Deliverables for Section 11:

(1) Provide all plans and documents as required by HART and the permitting agencies in electronic and paper form
(minimum 18x24)
(2) Signed and sealed documents for permitting

12. Provisions for Work

(a) All maps, plans and designs are to be prepared with English values in accordance with all applicable current FTA and
FDOT manuals, memorandums, guidelines and other documents listed below:
(1) General

(i) Florida Statutes


(ii) Florida Administrative Codes
(iii) Florida Department of Transportation Project Development and Environmental Manual
(iv) Florida Department of Transportation Plans Preparation Manual
(v) Florida Department of Transportation Standard Specifications for Road and Bridge Construction
(vi) Florida Department of Transportation Handbook for Preparation of Specifications Package
(vii) Florida Department of Transportation Design Standards for Design, Construction, Maintenance, and
Utility Operations on the State Highway System
(viii) Manual of Uniform Minimum Standards for Design, Construction, and Maintenance for Streets and
Highways
(ix) Bicycle Facilities Planning and Design Manual, Rev. Ed. 1982
(x) CADD Production Criteria Handbook and CADD Manual
(xi) Florida’s Level of Service Standards and Guidelines Manual for Planning
(xii) Equivalent Single Axle Load Guidelines
(xiii) Design Traffic Procedure
(xiv) K-Factor Estimation Process
(xv) Project Traffic Forecasting Guidelines
(xvi) Florida Department of Transportation Basis of Estimates Manual
(xvii) Quality Assurance Guidelines
(xviii) Safety Standards
(xix) Rule 61G17-6, F.A.C., Minimum Technical Standards for Professional Surveyors and Mappers
(xx) Department of Environmental Protection Rules Governing Mean High Water and Jurisdictional Line
Surveys
(xxi) Utility Accommodations Guidelines
(xxii) Policy for Geometric Design of Highways and Streets
(xxiii) Florida Department of Transportation Materials Manual
(xxiv) Americans with Disabilities Act Accessibility Guidelines (ADAAG)
(xxv) 40 CFR, Part 61, Subpart M - National Emission Standard for Hazardous Air Pollutants (NESHAP),
Environmental Protection Agency (EPA)
(xxvi) 40 CFR, Part 763, Subpart E – Asbestos-Containing Materials in Schools, EPA
(xxvii) 40 CFR, Part 763, Subpart G – Asbestos Worker Protection, EPA
(xxviii) 29 CFR, Part 1910.1101 – Asbestos Standard for Industry, U.S. Occupational Safety and Health
Administration (OSHA)
(xxix) 29 CFR, Part 1926, 1101 – Asbestos Standard for Construction, OSHA
(xxx) Ch. 62257, F.A.C. – Asbestos Program, Florida Department of Environmental Protection (DEP)
(xxxi) Ch. 469, F.S. – Asbestos Abatement, Florida Department of Business and Professional Regulation
H-01 (OCT 10) Page 8 of 31
Exhibit H
Solicitation No. RFP-7165CG
(DBPR)
(xxxii) Model Guide Specifications – Asbestos Abatement and Management in Buildings, National Institute for
Building Sciences (NIBS)
(xxxiii) Any special instructions required from the local and state agencies

(1) Permits

(i) Chapter 373, F.S.


(ii) Bridge Permit Application Guide, COMDT PUB P16591.3B
(iii) Building Permits as required through City of Tampa and HCAA
(iv) Right-of-Way Permits
(v) Any special instructions required from the local and state agencies, including SWFWD, DEP, EPC and
others
(vi) Drainage
(vii) Drainage Manual
(viii) Drainage Handbooks
(ix) Storm Drain
(x) Optional Pipe Materials
(xi) Stormwater Management Facility
(xii) Cross Drain
(xiii) Erosion and Sediment Control
(xiv) Hydrology
(xv) Temporary Drainage Handbook
(xvi) Any special instructions required from the local and state agencies
(xvii) Survey
(xviii) Location Survey Manual
(xix) Highway Field Survey Specifications
(xx) Automated Survey Data Gathering
(xxi) Outline Specifications for Aerial Surveys and Photogrammetry for Transportation Projects
(xxii) Standards for CONSULTANT-Submitted G.P.S. Static Control Projects
(xxiii) EFB User Guide
(xxiv) Chapter 472, F.S.
(xxv) Chapter 177, F.S.
(xxvi) FDEP Bureau of Surveying and Mapping
(xxvii) Any special instructions required from the local and state agencies

(2) Traffic Operation Manuals

(i) American Disabilities Act


(ii) AASHTO - Guide for Development of Bicycle Facilities
(iii) Federal Highway Administration Standard Highway Signs Manual
(iv) Florida Department of Transportation Traffic Engineering Manual
(v) Florida Department of Transportation Manual on Uniform Traffic Studies (MUTS)
(vi) National Electrical Code
(vii) National Electric Safety Code
(viii) Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD)
(ix) Minimum Specifications for Traffic Control Signal Devices
(x) Florida Department of Transportation - Florida Roundabout Guide
(xi) FHWA - Roundabouts: An Informational Guide
(xii) Florida Department of Transportation Median Handbook
(xiii) AASHTO - An Information Guide for Highway Lighting
(xiv) Any special instructions required from the local and state agencies

(3) Mapping

(i) Right-of-Way Mapping


(ii) Florida Department of Transportation Right-of-Way Handbook
(iii) Florida Department of Transportation Right-of-Way Manual
(iv) Any special instructions required from the local and state agencies
H-01 (OCT 10) Page 9 of 31
Exhibit H
Solicitation No. RFP-7165CG

(4) Structures

(i) AASHTO Standard Specifications for Highway Bridges and Interims (for curved steel bridges and
pedestrian bridges only) Possible need for Spruce Street access along O’Brien Street.
(ii) AASHTO LRFD Bridge Specifications and Interims
(iii) AASHTO LRFD Movable Highway Bridge Design Specifications and Interims
(iv) AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic
Signals, dated 1994
(v) AASHTO LRFD Guide Specifications for Steel Curved Girder Bridges
(vi) AASHTO Guide Specifications for Horizontally Curved Highway Bridges
(vii) AASHTO/-AWS-D1. 5M/D1.5: An American National Standard Bridge Welding Code
(viii) AASHTO Guide Specifications for Design of Pedestrian Bridges
(ix) AASHTO Guide Specifications for Structural Design of Sound Barriers
(x) Florida Department of Transportation Structures Design Guidelines
(xi) Florida Department of Transportation Structures Detailing Manual
(xii) Florida Department of Transportation Structures Standard and Semi-Standard Drawings
(xiii) Florida Department of Transportation Structures Design Office Temporary Design Bulletins (available on
Florida Department of Transportation Structures web site only)
(xiv) Florida Department of Transportation Preferred Details (available on Florida Department of Transportation
Structures web site only)
(xv) Florida Department of Transportation - New Directions For Florida Post-Tensioned Bridges Volumes 1-5
(xvi) Florida Department of Transportation Bridge Load Rating Permitting And Posting Manual
(xvii) Any special instructions required from the local and state agencies

(5) Geotechnical

(i) Soils and Foundation Handbook


(ii) Manual of Florida Sampling and Testing Methods
(iii) Any special instructions required from the local and state agencies

(6) Landscape Architecture

(i) Florida Highway Landscape Guide and HCAA requirements


(ii) Any special instructions required from the local and state agencies

(7) Architectural

(8) Building Codes

(9) Florida Building Code

(10) Accessibility for Persons with Disabilities

(i) Florida Accessibility Code for Building Construction


(ii) Chapter 13D-1, FAC
(iii) Section 255.21 and Chapter 553, Part V, F.S.
(iv) ANSI A117.1 - 1986
(v) Titles II and III, Americans With Disabilities Act (ADA), Public Law 101-336; and the ADA Accessibility
Guidelines (ADAAG)

(11) Fire Codes and Rules

(i) NFPA 70-1990 National Electrical Code


(ii) NFPA 101-1997 Life Safety Code
(iii) NFPA 10-1998 Standard for Portable Fire Extinguishers
(iv) NFPA 30-1996 Flammable and Combustible Liquids Code
(v) NFPA 54-1996 National Gas Fuel Code

H-01 (OCT 10) Page 10 of 31


Exhibit H
Solicitation No. RFP-7165CG
(vi) Florida Fire Prevention Code as adopted by the State Fire Marshal

(vii) Consult with the Florida State Fire Marshal’s office for other frequently used codes

(12)Energy Conservation

(i) Section 255.251, F.S., Florida Energy Conservation Act of 1974


(ii) Section 255.255, F.S., Life-Cycle Costs

(13)Glass

Chapter 553, F.S., Part III, Glass

(14) Flood Plain Management Criteria

(i) Section 255.25, F.S., Approval Required Prior to Construction or Lease of Buildings
(ii) Rules of the Federal Emergency Management Agency (FEMA)

(15) Miscellaneous Systems

(i) NFPA 220 Types of Building Construction


(ii) NFPA 241 Safeguard Construction, Alteration, and Operations
(iii) Any special instructions required from the local and state agencies
(iv) These documents are revised periodically by the responsible agencies and adopted by authorities having
jurisdiction on building projects. The Consultant shall design all structures to meet the minimum standards as
required by the applicable codes and regulations at the time of submission of the documents for permitting.
The Consultant and the project manager are advised to obtain applicable versions of these documents from
the responsible agency prior to use:

(16) American Concrete Institute

(i) American Institute of Architects - Architect’s Handbook of Professional Practice


(ii) American Society for Testing and Materials - ASTM Standards
(iii) Southern Building Code Congress International - Standard Building Codes
(iv) Brick Institute of America
(v) DMS - Standards for Design of State Facilities
(vi) Florida Concrete Products Association
(vii) Florida Department of Transportation - Standard Specifications for Road and Bridge Construction
(viii) Florida Department of Transportation - Plans Preparation Manual
(ix) Florida Department of Transportation - Roadway and Traffic Design Standards
(x) Florida Department of Transportation - Structures Design Guidelines
(xi) Florida Department of Transportation - Structures Detailing Manual
(xii) Florida Department of Transportation - Structures Standard Drawings
(xiii) Florida Department of Transportation - ADA/Accessibility Procedure
(xiv) Florida Department of Transportation - Fixed Capital Outlay Program
(xv) Florida Department of Transportation - Building Code Compliance Procedure
(xvi) Florida Department of Transportation - Asbestos Management Program Procedure
(xvii) Florida Department of Transportation – Design Build Procurement and Administration
(xviii) National Concrete Masonry Association
(xix) National Electrical Code (current edition)
(xx) National Fire Protection Association - Life Safety Code (current edition)
(xxi) Portland Cement Association - Concrete Masonry Handbook
(xxii) South Florida Building Code
(xxiii) Any special instructions required from the local and state agencies

(b) Deliverables for Section 12:

Documents for permitting signed and sealed as required by HART and local jurisdictions

H-01 (OCT 10) Page 11 of 31


Exhibit H
Solicitation No. RFP-7165CG
13. Finance Plan

(a) The Consultant will assist and provide HART with on-going financial planning activities. As the TIATC project
proceeds from preliminary engineering and design activities into final design, and as the level of detail in operations
planning increase, the potential capital and operations and maintenance uses of funds will change. Likewise, as the up-
to-date projections are provided by HART proceeds, as the draw down schedules for the project funding become more
definitive, and as HART coordinates with other potential funding sponsors, the sources of funds for the TIATC project may
change.

(b) The Consultant will update capital cost estimates and annual operating and maintenance cost projections and will
work with HART staff to identify appropriate funding sources for both capital and operating uses. The consultant will
assist HART in preparing updates of the Finance Plan for the TIATC project, based on these and other factors.

(c) Deliverables for Section 13:

Updated Finance Plan

14. Services Performed by HART

(a) When appropriate, HART will provide those services and materials as set forth below:

(1) Designate a project manager with authority to provide direction on all matters:

(i) Regarding Environmental Permitting Services:

(A) Approve all contracts with environmental agencies


(B) Provide general philosophies and guidelines of HART to be used in the fulfillment of this contract.
Objectives, constraints, budgetary limitations, and time constraints will be defined by HART’s Project Manager
(C) Provide the appropriate signatures on application forms

(ii) Provide letters of authorization designating the Consultant as an agent of HART in accordance with F.S.
327.274.
(iii) Provide reviews of design plans at each submittal.
(iv) Furnish all future information that may come to HART during the term of the Consultant’s Agreement, which in
the opinion of HART is necessary for the processing and completion of the work.
(v) Provide project data currently on file.
(vi) Provide engineering standards and review services.
(vii) Provide all available information in the possession of HART pertaining to facilities that may be affected by the
proposed construction.

15. Public Involvement

The Consultant will assist HART in public and agency involvement efforts designed to generate interest in the design and
implementation of the project, gather information and plans, and obtain staff and agency input.

16. Public Involvement Plan

(a) The Consultant shall assist HART in preparing a single project Public Involvement Plan summarizing the project
background, goals, and outreach activities. Key agencies and jurisdictions include the Hillsborough County MPO, the City
of Tampa, Hillsborough County Aviation Authority, and the Florida Department of Transportation. Other key stakeholders
include Transportation Management Organizations, disabled advocacy groups, business associations, community groups,
major employers, Tampa International Airport, colleges and universities, current HART passengers, and HART staff.

(b) Deliverables for Section 16:

(1) Prepare a Public Involvement Plan.


(2) Organize, facilitate, attend and provide meeting minutes and/or summary for one (1) meeting
(3) Provide informational text, graphics, minutes and other materials in PDF format to HART for posting on its Web
site
H-01 (OCT 10) Page 12 of 31
Exhibit H
Solicitation No. RFP-7165CG

17. Survey, Aerial Imagery and R/W Mapping

(a) The Consultant shall work under the general direction of HART’s Project Manager. Surveys and R/W mapping will be
conducted through the CONSULTANT. Limits of survey and R/W Mapping will be limited to the surrounding areas at the
project location. HART has and will provide the current topographic survey, legal description and sketch completed by
Bayside Engineer, revised 9-29-2010.

(b) Survey

(1) The Consultant shall perform and additional survey tasks in accordance with all applicable statutes, manuals,
guidelines, standards, handbooks, procedures, and current design memoranda.

(2) The Cpnsultant shall submit all survey notes and computations to document the surveys. All field survey work
shall be recorded in approved media and submitted to HART. Field books submitted to HART must be of an
approved type. The field books shall be certified by the surveyor in responsible charge of work being performed
before the final product is submitted.

(3) The survey notes shall include documentation of decisions reached from meetings, telephone conversations or
site visits. All like work (such as bench lines, reference points, etc.) shall be recorded contiguously. HART may not
accept field survey radial locations of section corners, platted subdivision lot and block corners, alignment control
points, alignment control reference points and certified section corner references. HART may instead require that
these points be surveyed by true line, traverse or parallel offset.

(4) Alignment and/or Existing Right of Way Lines – Establish, recover or re-establish project alignment. Also includes
analysis and processing of all field collected data, existing maps, and/or reports for identifying mainline, ramp, offset,
or secondary alignments. Depict alignment and/or existing R/W lines (in required format) per FDOT R/W Maps,
platted or dedicated rights of way. The CONSULTANT shall recover/reestablish existing FDOT, City, HCAA and/or
County baselines.

(5) Roadway Cross Sections/Profiles – Perform field survey check sections or profiles to verify the required accuracy
of the digital terrain model and/or to determine existing cross slope. This includes analysis and processing of all field-
collected data for comparison with DTM.

(6) Side Street Surveys – As Required

(7) Underground Utilities – Designation includes 2-dimensional collection of existing utilities and selected 3-
dimensional verification as needed for designation. Location includes non-destructive excavation to determine size,
type and location of existing utility, as necessary for final 3-dimensional verification. Survey includes collection of data
on points as needed for designates and locates. Includes analysis and processing of all field collected data, and
delivery of all appropriate electronic files.

(8) Outfall Survey – As required

(9) Drainage Survey – Locate underground data (XYZ, pipe size, type, condition and flow line) that relates to above
ground data. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports.

(10)Channel Survey – As required

(11)Pond Site Survey – As required

(12)Mitigation Survey – As required

(13)Jurisdiction Line Survey – As required. The survey shall encompass proposed improvements to Spruce Street.
related to proposed bus stations (see site plan). Contractor shall be responsible for verification and confirmation prior
to initiating construction work, under a separate contract.

H-01 (OCT 10) Page 13 of 31


Exhibit H
Solicitation No. RFP-7165CG
(14)Geotechnical Support – Perform 3-dimensional (X,Y,Z) field location, or stakeout, of boring sites established by
geotechnical engineer. Includes field edits, analysis and processing of all field collected data and/or reports. The
CONSULTANT shall assume a minimum of 12 borings for the project site.

(15)Maintained R/W – Perform field location (2-dimensional) of maintained R/W limits as defined by respective
authorities, if needed. Also includes field edits, analysis and processing of all field collected data, preparation of
reports.

(16)Boundary Survey – Not Applicable (Provided)

(17)Water Boundary Survey – Not Applicable

(18)Right of Way Staking / Right of Way Line – Not Applicable

(19)Right of Way Monumentation – Not Applicable

(20)Line Cutting – Not Applicable

(21)Work Zone Safety – Provide work zone as required by HART and FDOT standards.

(22)Miscellaneous Surveys – Refer to tasks of this document, as applicable, to perform surveys not described herein.

(23)Supplemental Surveys – Supplemental survey days and hours are to be approved in advance by HART. Refer to
tasks of this document, as applicable, to perform surveys not described herein. Hourly rates in proposal shall apply.

(24)Field Review – Perform verification of the field conditions as related to the collected survey data.

(25)Technical Meetings – Attend meetings as required. The Consultant shall assume one technical meeting.

(26)Supervision – Perform all activities required to supervise and coordinate project. These activities must be
performed by the project supervisor, a Florida Professional Surveyor and crew.

(c) Deliverable for Section 17:

(1) Field Surveys for utilities and roadways using FDOT Standards including field books
(2) Benchmarks, Baselines of Survey and all necessary items for a complete survey
(3) Both electronic and paper copies shall be provided of all surveys

18. Aerial Imagery

(a) The Consultant shall utilize existing aerial imagery obtained from Hillsborough County and this will be made available
for download as provided by HART.

(b) R/W Mapping - The Consultant will be responsible for the preparation of control survey maps, right of way maps,
maintenance maps, sketches, other miscellaneous survey maps, and legal descriptions as required for this project in
accordance with all applicable FDOT Manuals, Procedures, Handbooks, and Florida Statutes. All maps, surveys and legal
descriptions will be prepared under the direction of a Florida Professional Surveyor and Mapper (PSM) to DEPARTMENT
size and format requirements utilizing HART / FDOT approved software, and will be designed to provide a high degree of
uniformity and maximum readability. The Consultant will submit maps, legal descriptions, quality assurance check prints,
checklists, electronic media files and any other documents as required for this project to HART for review at stages of
completion as negotiated. The Consultant shall assume two (2) meetings.

(c) Master CADD File - The master CADD file shall contain the alignment, Section and 1/4 Section Lines,
Subdivisions, Existing Right of Way, Topography, Parent Tract Properties and Existing Easements as required.

(d) Proposed Right of Way Requirements – The ENGINEER OF RECORD (EOR) will provide the proposed
requirements. The Consultant is responsible for calculating the final geometry as required.

(e) Limits of Construction – The limits of construction file as provided by the EOR will be imported or referenced to the
H-01 (OCT 10) Page 14 of 31
Exhibit H
Solicitation No. RFP-7165CG
master CADD file. Additional labeling will be added as required. The PSM is required to advise the EOR of any noted
discrepancies between the limits of construction line and the existing/proposed right of way lines, and for making
adjustments as needed when a resolution is determined as required.

(f) Jurisdictional/Agency Lines – These lines may include, but are not limited to, jurisdictional, wetland, water boundaries,
FAA, and city/county limit lines as required.

(g) Sheet Files – The sheets will include:

(1) Control Survey Cover Sheet


(2) Control Survey Key Sheet
(3) Control Survey Detail Sheet
(4) Right of Way Map Cover Sheet
(5) Right of Way Map Key Sheet
(6) Right of Way Map Detail Sheet
(7) Maintenance Map Cover Sheet
(8) Maintenance Map Key Sheet
(9) Maintenance Map Detail Sheet
(10)Reference Point Sheet – This sheet(s) will be included with the Control Survey Map, Right of Way Map and
Maintenance Map.
(11)Project Network Control Sheet – This sheet depicts the baseline, the benchmarks, the primary and secondary
control points and their reference points including the type of material used for each point, their XYZ coordinates,
scale factors and convergence angles. This sheet(s) may be included with the Control Survey Map, Right of Way Map
and Maintenance Map
(12)Table of Ownerships Sheet

(h) Miscellaneous Surveys and Sketches – Miscellaneous surveys and sketches will include:

(1) Other Specific Purpose Survey(s)


(2) Right of Way Monumentation Map

(i) Deliverables for Section 18:

(1) Existing R/W Documentation, Control Maps, and CADD/DWG and PDF Files
(2) Proposed R/W Documentation including Maps, Sketches, Boundary Surveys, and Legal Descriptions in DWG and
PDF formats for utilities, site and related proposed improvements per Exhibit A-2, and roadways

19. Geotechnical Investigation

(a) The Consultant shall, for each project, be responsible for a complete geotechnical investigation. All work performed by
the Consultant shall be in accordance with FDOT standards, or as otherwise directed by HART. HART will make
interpretations and changes regarding geotechnical standards, policies and procedures and provide guidance to the
Consultant.

(b) Prior to beginning each phase of investigation and after the Notice to Proceed is given, the Consultant shall submit
investigation plan for approval and meet with the HART or representative to review the project scope and HART and
HCAA requirements. The investigation plan shall include, but not be limited to, the proposed boring locations and depths,
and all existing geotechnical information from available sources to generally describe the surface and subsurface
conditions of the project site. Additional meetings may be required to plan any additional field efforts, review plans, resolve
plans/report comments, resolve responses to comments, and/or any other meetings necessary to facilitate the project.

H-01 (OCT 10) Page 15 of 31


Exhibit H
Solicitation No. RFP-7165CG
(c) The Consultant shall notify HART and HCAA in adequate time to schedule a representative to attend all related
meetings and field activities.

(d) Document Collection and Review – Consultant will review printed literature including topographic maps, aerial
photography (including historic photos), ground water resources, geology bulletins, potentiometric maps, pile driving
records, historic construction records and other geotechnical related resources. Prior to field reconnaissance, Consultant
shall review U.S.G.S., S.C.S. and potentiometric maps, and identify areas with problematic soil and groundwater
conditions.

(e) Civil Roadway - The Consultant shall be responsible for coordination of all geotechnical related fieldwork activities.
The Consultant shall retain all samples until acceptance of final plans. Rock cores shall be retained as directed in writing
by HART and HCAA.

(1) Obtain pavement cores as directed in writing by HART and HCAA.

(2) If required by HART or HCAA, a preliminary roadway exploration shall be performed before the first plans
submittal. The preliminary roadway exploration will be performed and results provided to the Engineer of Record to
assist in setting roadway grades and locating potential problem areas. The preliminary roadway exploration shall be
performed as required by accepted engineering practices or otherwise as directed in writing by HART and/or HCAA.

(3) Consultant shall perform specialized field-testing as required by project needs and as directed in writing by the
HART.

(4) All laboratory testing and classification will be performed in accordance with applicable HART and/or FDOT
standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents.

(5) Detailed Boring Location Plan – Develop a detailed boring location plan. Meet with HART and/or HCAA staff for
boring plan approval. If the drilling program expects to encounter artesian conditions, the Consultant shall submit a
methodology(s) for plugging the borehole to HART and/or HCAA for approval prior to commencing with the boring
program.

(6) Stake Borings/Utility Clearance – Stake borings and obtain utility clearance.

(7) MOT Plans for Field Investigation – Coordinate and develop Maintenance of Traffic (MOT) plan. All work zone
traffic control will be performed in accordance with the FDOT’s Roadway and Traffic Design Standards Index 600
series.

(8) Drilling Access Permits – Obtain all State, County, City, and Water Management District permits for performing
geotechnical borings, as needed.

(9) Property Clearances – Notify property tenants through HART of drilling and field activities, if applicable. Written
notification to property owners/tenants is the responsibility of HART’s Project Manager.

(10)Groundwater Monitoring – Monitor groundwater, using piezometers.

(11)LBR Sampling – Collect appropriate samples for Limerock Bearing Ratio (LBR) testing.

(12)Coordination of Field Work – Coordinate all field work required to provide geotechnical data for the project.

(13)Design LBR – Determine design LBR values from the 90% and mean methods.

(14)Laboratory Data – Tabulate laboratory test results for inclusion in the geotechnical report, the report of tests sheet
(Roadway Soil Survey Sheet), and for any necessary calculations and analyses.

(15)Seasonal High Water Table – Review the encountered ground water levels and estimate seasonal high ground
water levels. Estimate seasonal low ground water levels, if requested.

H-01 (OCT 10) Page 16 of 31


Exhibit H
Solicitation No. RFP-7165CG
(16)Limits of Unsuitable Material – Delineate limits of unsuitable material(s) in both horizontal and vertical directions.
Assist the Engineer of Record with detailing these limits on the cross-sections. If requested, prepare a plan view of the
limits of unsuitable material.

(17)ASCII Files for Cross-Sections – Create ASCII files of boring data for cross-sections.

(18)Embankment Settlement and Stability – Estimate the total magnitude and time rate of embankment settlements.
Calculate the factor of safety against slope stability failure.

(19)Geotechnical Recommendations – Provide geotechnical recommendations regarding the proposed roadway


construction project including the following: description of the site/alignment, design recommendations and discussion
of any special considerations (i.e. removal of unsuitable material, consolidation of weak soils, estimated settlement
time/amount, groundwater control, high groundwater conditions relative to pavement base, etc.) Evaluate and
recommend types of geosynthetics and properties for various applications, as required.

(20)The Consultant will respond in writing to any changes and/or comments from HART and submit any responses
and revised reports.

(21)If a pavement evaluation is performed, the evaluation and report submittal shall be in accordance with Section 3.4
of the FDOT Materials Manual: Pavement Coring and Evaluation.

(22)Final Report – The Final Roadway Report shall include the following:

(i) Copies of U.S.G.S. and S.C.S. maps with project limits shown.
(ii) A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e. soils grouped
into layers of similar materials) and construction recommendations relative to Standard Indices 500 and 505.
(iii) Results of all tasks discussed in the previous section (Data Interpretation and Analysis).
(iv) An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment
settlement and stability calculations, design LBR calculation/graphs, and other pertinent calculations.

(23)The Consultant will respond in writing to any changes and/or comments from HART and submit any responses
and revised reports.

(24)Auger Boring Drafting – Draft auger borings as directed by HART and/or HCAA.

(25)SPT Boring Drafting – Draft SPT borings as directed by HART and/or HCAA.

(f) Structures - The Consultant shall be responsible for coordination of all geotechnical related fieldwork activities. The
CONSULTANT shall retain all samples until acceptance of the final plans. Rock cores shall be retained as directed in
writing by HART.

(1) Consultant shall perform specialized field-testing as required by needs of project and as directed in writing by
HART.

(2) All laboratory testing and classification will be performed in accordance with applicable HART and/or FDOT
standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents.

(3) The staff hour tasks for high embankment fills and structural foundations for bridges, box culverts, walls, high-
mast lighting, overhead signs, mast arm signals, strain poles, buildings, and other structures include the following:

(4) Detailed Boring Location Plan – Develop a detailed boring location plan. Meet with HART, HCAA and/or FDOT
staff for boring plan approval. If the drilling program expects to encounter artesian conditions, the Consultant shall
submit a methodology(s) for plugging the borehole to HART, HCAA and/or FDOT for approval prior to commencing
with the boring program.

(5) Stake Borings/Utility Clearance – Stake borings and obtain utility clearance.

(6) MOT Plans for Field Investigation – Coordinate and develop MOT plan. All work zone traffic control will be
performed in accordance with the FDOT’s Roadway and Traffic Design Standards Index 600 series.
H-01 (OCT 10) Page 17 of 31
Exhibit H
Solicitation No. RFP-7165CG

(7) Drilling Access Permits – Obtain all State, County, City, and Water Management District permits for performing
geotechnical borings, as needed.

(8) Collection of Corrosion Samples – Collect corrosion samples for determination of environmental classifications.

(9) Coordination of Field Work – Coordinate all field work required to provide geotechnical data for the project.

(10)Soil and Rock Classification - Structures – Soil profiles recorded in the field should be refined based on the results
of laboratory testing.

(11)Tabulation of Laboratory Data – Laboratory test results should be tabulated for inclusion in the geotechnical report
and for the necessary calculations and analyses.

(12)Design Groundwater Level for Structures – Review encountered groundwater levels, estimate seasonal high
groundwater levels, and evaluate groundwater levels for structure design.

(13)Detailed Analysis of Selected Foundation Alternate(s) – Detailed analysis and basis for the selected foundation
alternative. Foundation analyses shall be performed using approved methods and shall include:

(i) Shallow foundation bearing capacity (including soil bearing capacity, minimum footing width, and minimum
embedment depth)
(ii) Provide settlement analyses

(14)Construction and Testing Recommendations – Provide construction and testing recommendations including
potential constructability problems.

(15)Lateral Load Analysis (Optional) – Perform lateral load analyses as directed by HART.

(16)Walls – Evaluate the external stability of conventional retaining walls and retained earth wall systems. For
retained earth wall systems, calculate and provide minimum soil reinforcement lengths versus wall heights, and soil
parameters assumed in analysis. Estimate differential and total (long term and short term) settlements.

(17)Provide wall construction recommendations.

(18)Soil Parameters for Signs, Signals, and Strain Poles and Recommendations – Provide the design soil profile(s)
that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation
design. Review design for geotechnical compatibility and constructability.

(19)Final Reports - Signs and Signals – The final reports shall include the following:

(i) Copies of U.S.G.S. and S.C.S. maps with project limits shown.
(ii) Summary of structure background data, SCS, USGS, geologic and potentiometric data.
(iii) The results of all tasks discussed in the previous section (Data Interpretation and Analysis).
(iv) Recommendations for foundation installation, or other site preparation soils-related construction
considerations with plan sheets as necessary.
(v) Any special provisions required for construction that are not addressed in the FDOT’s Standard specification.
(vi) An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests,
engineering analysis, notes/sample calculations, and other pertinent information.

(20)Final reports will incorporate comments from HART and/or HCAA and contain any additional field or laboratory
test results, recommended foundation alternatives along with design parameters and special provisions for the
contract plans. These reports will be submitted to HART for review prior to project completion. After review by HART,
the reports will be submitted to the HART and/or HCAA in final form and will include the following:

(i) All original plan sheets (minimum 18” x 24”). One set of all plan and specification documents, in electronic
format, according to HART, FDOT and/or City of Tampa requirements. Two sets of record prints. Six sets of any
special provisions
(ii) All reference and support documentation used in preparation of contract plans package
H-01 (OCT 10) Page 18 of 31
Exhibit H
Solicitation No. RFP-7165CG
(iii) Additional final reports (up to four), aside from stated above, may be needed and requested for HART and/or
HCAA.
(iv) The final reports, special provisions, as well as record prints, will be signed and sealed by a Professional
Engineer registered in the State of Florida.
(v) Draft the detailed boring/sounding standard sheet, including environmental classification, results of laboratory
testing, and specialized construction requirements, for inclusion in final plans.

(21)SPT Boring Drafting – Prepare a complete set of drawings to include all SPT borings, auger borings and other
pertinent soils information in the plans. Include these drawings in the Final Geotechnical Report. Draft borings,
location map, S.C.S. map and U.S.D.A. map as directed by HART. Soil symbols must be consistent with those
presented in the latest Florida Department of Transportation Soils and Foundations Handbook.

(22)Field Reviews – Identify and note surface soil and rock conditions, surface water conditions and locations, and
preliminary utility conflicts. Observe and note nearby structures and foundation types.

(23)Preliminary Contamination Assessment (Optional) – If required, all work shall be performed in accordance with
current Florida Department of Environmental Regulation (DER) and Federal OSHA and EPA standards. The following
work shall be included, but not limited to:

(i) A minimum of four borings will be required per site.


(ii) Soil gas analysis will be required by use of a flame ionization detector; e.g. Organic Vapor Analyzer (OVA).
(iii) Installation of monitoring wells may be required.
(iv) Water sampling and laboratory analysis may be required. The State of Florida Department of Health shall
certify the laboratory performing the analysis.
(v) Four (4) copies of the draft PCA report will be required for review and comment by HART and/or FDOT. After
comments have been addressed, six (6) signed and sealed copies of the final PCA report shall be submitted to
HART. Copies of all documents will be additionally transmitted to HART in electronic format in accordance with
HART and/or FDOT’s current standards.

(g) Deliverables for Section 19:

(1) Geotechnical reports reflecting data


(2) Recommendations for foundation and pavement designs
(3) Soil boring site plan
(4) Soil boring logs

20. Facilities Design

This section describes the design of the roadway, civil, drainage, traffic, utilities, and signage portions of the project. The
design will follow the applicable federal, state, and local governing agencies regulations and guidelines. The Consultant
shall perform its design to minimize any and all utility relocations/modifications. The CONSULTANT shall produce all
drawings in conformance with the Consultant’s approved CADD Standards Manual. The design shall be based on the
survey, right-of-way, controlled aerial imagery and datum provided under Section 18 & 19.

21. Roadway/Civil Analysis, Design and Plans

(a) The Consultant shall design and produce plans for reconstruction as necessary at the project location and the access
and signals on the corridor.

(b) Covered waiting, capacity for eight buses and vans to load simultaneously, possible kiss-and-ride, customer and
employee restrooms, public information, TVM pass sales and bus operator’s room. This is an unmanned facility. The site
will have access from a major roadway – Spruce Street and O’Brien Street, both requiring construction of a roadway
driveway segment and sidewalks and other project related improvements as illustrated by Exhibit A-2. HART plans to add
traffic signals and upgrades as well to include possible Transit Signal Priority (TSP).

(c) Street reconstruction design will require coordination between the CONSULTANT, HART, HCAA, and the appropriate
governing agencies. The Street Reconstruction design shall be developed in sufficient detail to provide geometric street
plans depicting curb locations, guideway location, sidewalks and pedestrian improvements, driveways, utility poles, street
lights, and traffic signals and controllers, station platforms and bus stops, streetscape, proposed ROW and other project
H-01 (OCT 10) Page 19 of 31
Exhibit H
Solicitation No. RFP-7165CG
amenities. Plan and profile sheets will show, as a minimum, stationing, alignment data, roadway dimensions, existing
features, existing utilities, and proposed improvements. Specific items to be provided include:

(1) Typical Sections / Typical Section Package –The typical sections will indicate items such as existing and
proposed roadway cross slopes integrated with the project, locations of centerline, profile grade lines, lane widths,
ROW and other necessary horizontal dimensions, depth and type of the proposed pavement structure.

(2) Pavement Design – The Consultant shall provide an approved Pavement Design Package in accordance with
applicable FDOT pavement design manuals.

(3) Design Report – The Consultant shall submit to HART design notes, data, and calculations to document the
design conclusions reached during the development of the contract plans.

(4) Computation Book and Quantities – The Consultant shall prepare the Computation Book and various summaries
of quantities sheets. This includes all efforts required to develop the Computation Book and the supporting
documentation, including construction days when required.

(5) Traffic Control Analysis – The Consultant shall design a safe and effective Traffic Control Plan to move vehicular
and pedestrian traffic during all phases of construction. The design shall include construction phasing of roadways
ingress and egress to existing property owners and businesses, routing, signing and pavement markings, and detour
quantity tabulations. Special consideration shall be given to the construction of the drainage system when developing
the construction phases. Positive drainage must be maintained at all times. The design shall include construction
phasing of roadways to accommodate the construction of utilities when the contract includes Joint Project Agreements
(JPAs).

(6) The Consultant shall investigate the need for construction phase temporary traffic signals, temporary lighting,
alternate detour roads, and the use of materials such as sheet piling in the analysis. The Traffic Control Plan shall be
prepared by a certified designer who has completed training as required by the City of Tampa and/or FDOT. Prior to
proceeding with the Traffic Control Plan, the Consultant shall meet with the appropriate personnel.

(7) Roadway Plans – The Consultant shall prepare Roadway, Drainage, Traffic Control, Utility Adjustment Sheets,
plan sheets, notes, and details. The plans may include, if necessary, the following sheets necessary to convey the
intent and scope of the project for the purposes of construction:

(i) Key Sheet


(ii) Summary of Pay Items Including Quantity Input
(iii) Drainage Map
(iv) Typical Section Sheets
(v) Summary of Quantities
(vi) Summary of Drainage Structures
(vii) Plan Sheet
(viii) Miscellaneous Detail Sheets
(ix) Miscellaneous Drainage Detail Sheets
(x) Roadway Soil Survey Sheet
(xi) Cross Sections
(xii) Traffic Control Plan Sheets
(xiii) Traffic Control Detail Sheets
(xiv) Utility Adjustment Sheets
(xv) Erosion Control Plan
(xvi) Project Control Network Sheet
(xvii) Utility Verification Sheet (SUE Data)

(d) Deliverables for Section 21:

(1) Typical Section Package


(2) Pavement Design / Pavement Type Selection Report
(3) Design Report
(4) Computation Book including quantity calculations

H-01 (OCT 10) Page 20 of 31


Exhibit H
Solicitation No. RFP-7165CG
(5) A complete package of roadway design plans including the sheets listed above to adequately show the work
efforts and will be consistent with FDOT standards
(6) Signed and sealed documents for permitting and bidding

22. Utility Coordination

(a) The Consultant shall identify utility facilities and secure agreements, utility work schedules, and plans from the Utility
Agency Owners (UAOs) ensuring no conflicts exist between utility facilities and the project. The Consultant shall certify all
utility negotiations have been completed with arrangements made for utility work to be undertaken with financial provision
in place. The Consultant shall certify that all utility conflicts have been resolved on HART’s Plans.

(b) The Design vmay employ more than one individual or utility engineering consultant to provide utility coordination and
engineering design expertise. The Design Consultant shall identify a dedicated person responsible for managing all utility
coordination activities. The utility coordination manager shall be required to satisfactorily demonstrate to HART that they
have the knowledge, skills, and expertise of utility coordination practices.

(c) The utility coordination manager shall be responsible for, but not limited to, the following:

(1) Making sure Utility Coordination and design is conducted in accordance to the FHWA, and AASHTO standards,
policies, procedures, and design criteria
(2) Assisting the engineer of record in identifying all existing utilities and coordinating any new installations
(3) Scheduling and performing utility coordination meetings, keeping and distribution of minutes/action items of all
utility meetings, and ensuring expedient follow-up on all unresolved issues
(4) Distributing all plans, conflict matrixes and changes to affected utility owners and HCAA staff and making sure this
information is properly coordinated
(5) Identifying and coordinating the completion of any HART or utility owner agreement that is required for
reimbursement, or accommodation of the utility facilities associated with the project
(6) Review and certify to the E.O.R. that all Utility Work Schedules are correct and in accordance with the HART’s
standards, policies, and procedures
(7) Prepare, review, and process all utility related reimbursable issues inclusive of betterment and salvage
determination

(d) Identify Existing UAO(s) - Identify all utilities in the project area; check with Maintenance for Permits, Sunshine State
One Call, Subsurface Utility Engineering (SUE) Report, Design Location Survey, and Existing Plans. The Consultant shall
identify interconnect communications and joint use facilities and fully coordinate the relocation/adjustment utilizing the
necessary agreements and programming of funds through HART’s Office.

(e) Make Utility Contacts - First Contact - Prepare letters and concept plans to each utility and HCAA. Additional contact
by phone for meeting coordination may be required/necessary for confirmation of attendance. Request type, size,
location, easements, cost for compensable relocation, and justification for utility exceptions. Include meeting schedule (if
applicable) and the design schedule. Include typical meeting agenda. The Consultant shall convey electronic documents
and plans when requested from the UAO.

(f) Exception Coordination - The Consultant shall be responsible for transmitting/coordinating the appropriate design
reports including, but not limited to, the Resurfacing, Restoration and Rehabilitation (RRR) report, Crash Data Summary,
Project Scope and /or the Concept Report (if applicable) to each UAO in order to identify any condition that may require a
Utility Exception. The CONSULTANT shall be responsible for determining the need for all utility exceptions. The
CONSULTANT should look at the innovative, alternative design methods to incorporate UAOs and all roadway
components into the project. A partnering approach should be taken when dealing with placement of UAOs in limited
right-of-way. Coordinate and process per the UAM.

(g) Preliminary Utility Meeting - The Consultant shall schedule (time and place), notify participants, and conduct a
preliminary utility meeting with all affected UAO(s) for the purpose of presenting the project, review the current design
schedule, evaluate the utility information collected, provide follow-up information on compensable interest requests,
discuss the utility work by highway contractor (JPA) option with each utility, and discuss any future design issues that may
impact utilities. This is also an opportunity for UAO(s) to present proposed facilities. The Consultant shall keep accurate
minutes and distribute a copy to all attendees.

(h) Individual/Field Meetings - The Consultant shall meet with UAO throughout the project design duration to provide
H-01 (OCT 10) Page 21 of 31
Exhibit H
Solicitation No. RFP-7165CG
guidance in the interpretation of the plans, review changes to the plans and schedules, optional clearing and grubbing
work, and assist in the development of the UAO(s) plans and work schedules. The Consultant is responsible for
motivating the UAO to complete and return the necessary documents after each Utility Contact or Meeting.

(i) Collect and Review Plans and Data from UAO(s) - Make Determinations (Compensable Interest, Easements,
Coordinate, Analyze). Ensure information (utility type, material and size) is sent to the designer for inclusion in the plans.

(j) Subordination of Easements Coordination - HART will handle processing of all Subordinations of Easements.

(k) Review Utility Markups and Work Schedules and Processing of Schedules and Agreements - Review utility marked up
plans individually as they are received for content and coordinate review with the designer. Send color markups and
schedules to the appropriate office(s) for review and comment. Coordinate with HART for execution. Distribute Executed
Final Documents. Prepare Work Order for UAO(s). Coordinate programming of funds.

(l) Utility Coordination/Follow-up - This includes follow-up, interpreting plans, and assisting and the completion of the
UAO(s) works schedule and agreements. Includes phone calls, face-to-face meetings, etc., to motivate and ensure the
UAO(s) complete and return the required documents in accordance with the project schedule. Ensure the resolution of all
known conflicts. This task can be applied to all phases of the project.

(m) Utility Constructability Review - Review utility schedules against construction contract time and phasing for
compatibility. Coordinate with construction office.

(n) Additional Utility Services - Preparation and coordination of Utility Design Plans when the HART participates in cost of
utility work. This item is not usually included in the scope at the time of negotiation. It is normally added as a supplemental
agreement when the need is identified.

(o) Processing Utility Joint Participation Agreement (JPA) - The Utility Joint Participation Agreement (JPA) includes
coordination of utility design effort between HART and the UAO(s). Determine the HART cost participation, additional
coordination meetings, prepare, negotiate, and process the agreements, review tabulation of quantities, prepare Summary
of Pay Items, perform constructability and bid ability review, Technical Special Provisions (TSP) review. The
CONSULTANT shall provide updated electronic plans (CD/diskettes) for those UAO(s) participating in a Utility Joint
Participation Agreement (JPA). This does not include any utility design effort. This item is not usually included in the
scope at the time of negotiation. It is normally added as a supplemental agreement.

(p) Contract Plans to UAO(s) - This includes transmittal of the contract plans as processed for letting. Transmittals to
UAO(s) are by certified mail, return receipt requested.

(q) Certification/Close-out - This includes hours for transmitting utility files to HART, bound in an 8½” x 11” format and
preparation of the Utility Certification Letter. All utility negotiations (Full execution of each agreement, approved Utility
Work Schedules, technical special provisions written, etc.) have been completed with arrangements made for utility work
to be undertaken and completed as required for proper coordination with the physical construction schedule.

OR

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


The Consultant shall make available for inspection, all utility files.

(r) Deliverables for Section 22:

(1) Meeting minutes as required


(2) Utility coordination correspondence
(3) Utility certification and close out documentation
(4) Final Utility Design Plans and Permitting if requested

23. Drainage, Design and Permitting

(a) The Consultant shall identify drainage issues and develop storm drainage plans for areas of required construction or
reconstruction. The drainage design shall utilize the existing drainage system as much as possible. Any proposed
betterments shall be coordinated with HART, HCAA and other agencies as required. All design work shall comply with
H-01 (OCT 10) Page 22 of 31
Exhibit H
Solicitation No. RFP-7165CG
the requirements of the appropriate regulatory agencies.

(b) A temporary drainage analysis will be performed by the Consultant. The analysis will be documented and evaluate /
address drainage to adequately drain the road and maintain existing offsite drainage during all construction phases.

(c) The Consultant shall analyze, design and document the drainage design in accordance with all applicable manuals,
guidelines, standards, handbooks, procedures, and current design memorandums. The Consultant shall prepare a
Drainage Design Documentation Technical Memorandum that compiles drainage design documentation. The
memorandum shall include documentation for all the drainage design tasks and associated meetings and decisions.

(d) The existing drainage structures are being used for storm water containment, the Engineer/Consultant will need to
confirm capacity and impact to HCAA infrastructure.

(e) Deliverables for Section 23:

(1) Drainage design and documentation


(2) Signed and sealed documents for permitting

24. Environmental Permitting

(a) The Consultant shall prepare permit packages as identified and including, but not limited to the following agencies:

(1) Southwest Florida Water Management District


(2) U. S. Army Corps of Engineers
(3) U.S. Fish and Wildlife Service
(4) Florida Fish and Wildlife Conservation Commission
(5) Environmental Protection Commission of Hillsborough County

(b) The Consultant shall collect all of the data and information necessary to obtain the environmental permits required to
construct the project. Due to the urban nature of the corridor it is not anticipated to require a substantial number of
environmental permits.

(c) The Consultant shall prepare each permit application for HART’s approval in accordance with the rules and/or
regulations of the environmental agency responsible for issuing a specific permit and/or authorization to perform work.
The CONSULTANT shall attend any meetings necessary to coordinate with the permitting agencies.

(d) Deliverables for Section 24:

Applicable environmental permits applications

25. Signalization And Transit Signal Priority Design

(a) The project access passes through the following signalized intersections noted below. The Consultant shall identify
all the equipment and design elements required to implement a distributed conditional Transit Signal Priority at each
signalized intersection:

(1) Spruce Street @ O’Brien Street (existing)


(2) O’Brien Street @ Airport Service Road (proposed)

(b) The Consultant shall analyze and document Signalization Analysis Tasks in accordance with all FDOT and HART
applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums.

(c) Field System Design - The purpose is to identify transit vehicle detection locations and communications to the traffic
signal controller cabinet at the intersections that will support transit signal priority (TSP).

(d) It should be noted that a GPS system is planned for installation in HART buses. The features/hardware for the in-
vehicle system includes:

H-01 (OCT 10) Page 23 of 31


Exhibit H
Solicitation No. RFP-7165CG
(1) GPS based AVL system (GPS/AVL transceiver) for vehicle location tracking and communication with transit
management center
(2) Automatic Passenger Counter (APC) with IR sensors
(3) Automatic stop announcement and sign system
(4) Security cameras

(e) Detection Technologies for the transit vehicle - The Consultant shall identify and assess vehicle detection
technologies as they pertain to TSP. As part of this sub-task, the Consultant shall develop criteria by which to assess
these technologies. The assessment criteria shall include site specific geometric and cost constraints. Technologies
assessed shall be both wireline and wireless technologies. The Consultant will be provided a draft Vehicle Detection
Technologies Assessment Technical Memorandum and for review.

(f) Develop Draft TSP Field Infrastructure Design Schematic - The Consultant shall develop a schematic layout
identifying the TSP advanced transit vehicle detection location and communication link to the existing traffic signal
controller at Spruce Street and O’Brien Street. The schematic shall show the advanced detector location, the signal
controller location, a communications path from the detector location to the controller. It will be noted on the schematic
drawing that existing utilities in the area have been reviewed but must be analyzed for specific utility conflicts.

(g) Identify Intersection Geometrics/Operations Constraints - During the site visit, the Consultant shall observe field traffic
flow patterns for the peak and off-peak periods. The Consultant shall identify any geometric or operational characteristics
that may inhibit transit vehicle movements. These constraints will be listed by intersection and be documented in a
Technical Memorandum.

(h) Final TSP Vehicle Detection Technologies Assessment - The Consultant shall be supplied a Final Technical
Memorandum based on HART comments.

(i) Signalization Design - For each intersection, a layout plan must include:

(1) The advanced detection locations


(2) Communications
(3) Intersection hardware/software/firmware elements that require upgrade or changes
(4) Additional hardware components (such as a phase selectors, emitters, antenna, etc)
(5) Controller assembly type and location,
(6) Any applicable special notes required for a fully functional “in vehicle” to “local traffic control” system
communication

(j) Existing Traffic Signal System Infrastructure - There may be one of two types of traffic signal controllers at the project
intersections:

(1) Enconolite ASC/2 and PEEK 3000 maintained by the City of Tampa, or
(2) LMD 8000 and NazTec TS-2 Type I maintained by Hillsborough County

(k) All City traffic signal controllers will be upgraded to Enconolite ASC/2 while the County’s LMD signal controllers will be
changed out to NazTec TS-2 Type II before the construction of the transfer center project.

(l) Systems Timings – Where significant benefits will be realized through traffic system retiming of select
intersections/control sections, the Consultant shall optimize and implement at least three coordination timing plans. The
task will be covered under optional services in section.

(m) Signalization Plans –The Consultant shall prepare a set of Signalization Plans in accordance with the Plans
Preparation Manual, which includes the following:

(1) Key Sheet


(2) Tabulation of Quantities
(3) General Notes/Pay Item Notes
(4) Plan Sheets
(5) Special Details
(6) Temporary Detection Sheet (if needed)
(7) Utility Conflict Sheet
H-01 (OCT 10) Page 24 of 31
Exhibit H
Solicitation No. RFP-7165CG

(n) Deliverables for Section 25:

(1) Vehicle Detection Technologies Assessment


(2) Communications Technologies Assessment
(3) Intersection design and Infrastructure Design Schematics
(4) Constraints Technical Memorandum
(5) TSP Infrastructure Design Schematic and final design
(6) Signalization Plans
(7) Confirmation of acceptance and approval of proposed improvements to signalization infrastructure from governing
agency(ies)

26. Signing and Pavement Marking

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

(b) Traffic Data Analysis – The Consultant shall review the approved preliminary engineering report, typical section
package, and proposed geometric design alignment to identify proposed sign placements and roadway markings.

(c) The Consultant shall prepare a set of Signing and Pavement Marking Plans at all locations where signs and pavement
markings are impacted. Signage shall include all vehicular pedestrian and site identification signage required for the
proposed improvements, as well as building signage. This shall include graphics and font layout for all signs. The
pavement plans shall include the following:

(1) Key Sheet


(2) Tabulation of Quantities
(3) General Notes/Pay Item Notes
(4) Plan Sheets
(5) Typical Details
(6) Guide Sign Work Sheet(s)
(7) Cross Sections
(8) Special Service Point Details
(9) Special Details

(d) Deliverables for Section 26:

(1) Applicable sign post calculations


(2) Signing and Pavement Marking design plans
(3) Site I.D. signage and building signage plans and graphics

27. Site and Landscape Design

(a) Based on the preliminary transfer center conceptual plans attached, the Consultant will prepare designs, with input
and coordination with the previous transfer design plans, for back-of-curb improvements, including designs for hardscape,
landscape, shelters and totems, seating, and site furnishings, for the transfer center site.

(b) Station Site Plan Refinements & Adjustments - The Consultant will complete refinements and adjustments to TIATC
plans presented in the attached conceptual layout plan and previous transfer center plans provided. Such refinements
and adjustments may be required to accommodate final design concepts for shelters and totems that may be prepared by
others, including known shelter manufacturers, to address conflicts revealed through the final site surveys, to minimize or
avoid impacts on utilities or drainage systems, or to respond to issues or opportunities identified by HART staff following
the conclusion of the design and VE input process. CONSULTANT will prepare revised plans, as required, at the same
scale and level of detail provided in the previous plans, and with coordination of the HART and HCAA, for review and
approval by HART, HCAA, the City of Tampa, FDOT, and shall follow all CPTED principals.

(c) Materials, Finishes, & Furnishings Report - Based on the preliminary designs presented in the plans provided by
HART, the Consultant will research and make recommendations for design regarding the preferred palette of materials,
fasteners, finishes, and furnishings to be employed in the final designs for site and landscape improvements. The report
H-01 (OCT 10) Page 25 of 31
Exhibit H
Solicitation No. RFP-7165CG
will provide information regarding the following:

(1) Materials and finishes for hardscape improvements, including surface finishes or treatments for the building, walls
and paved areas
(2) Planting material for landscape improvements; and
(3) Selections and specifications (in the form of manufacturer cut sheets) for shelters, totems, lighting, seating, bike
racks, trash receptacles, and other amenities selected to be installed at transfer center

(i) As part of this task, Consultant will work with HART to ensure designs, materials, fasteners, finishes for
passengers amenities that may be designed by others, including outside manufactures for shelters, totems, and
ticket vending machines are consistent or compatible with furnishings to be installed at station sites and that the
amenities can meet all building, safety (CPTED) and wind load codes and requirements.

(d) Review Of Improvements Designed Or Selected By Others - Consultant will conduct a review of station improvements
designed or selected by HART or others, including final designs for shelters, totems other items and equipment that may
be attached to shelters or totems. All design elements should follow standards incorporating CPTED principals. Such
attachments may include lighting, cases or frames for advertising or passenger information, call boxes, or other amenities
or equipment. Consultant work under this scope will include the review of designs and specifications provided by HART
or by other designers or manufacturers retained by HART. Based on the review, Consultant will prepare
recommendations in the form of a memorandum addressing the functionality, materials, fasteners, finishes, placement,
and installation methods for above improvements.

(1) The Consultant also will work with HART to incorporate all wayfinding and branding elements in the transfer
center design.

(e) Final Design Plans, Details, & Specifications - The Consultant will prepare final demolition, landscape, hardscape, and
furnishing plans, details, and specifications for improvements. The plans will define existing features to be removed and
improvements to be constructed within the transfer center footprint and beyond the footprint as required to tie-in to
adjacent sidewalks, signals and landscapes areas.

(f) The Consultant will coordinate the transfer center design with designs prepared by others for shelters, totems, and
other required equipment or amenities. Such coordination may involve meetings with other designers and HART staff.
Review of designs and shop drawings, and coordination with structural, electrical, drainage or other design plans that may
be prepared by others shall be approved by HART.

(g) Transfer Center Site Plans – The Consultant will prepare site plans indicating the location and extent of hardscape
improvements, landscape improvements, and the type and location of all site structures, furnishings, and amenities,
including benches, lighting, trash receptacles, bike racks, and other furnishings.

(h) Site Furnishings – The Consultant will provide a final schedule, details, and specifications for all site furnishings. A
preliminary schedule and product data sheets shall be provided with the 30% submittal documents, along with a projected
cost estimate.

(i) Hardscape – The Consultant will prepare final plans, details, and specifications for site hardscape improvements,
including paving, hand rails and ramps, non-structural walls, and other improvements.

(j) Landscape – The Consultant will prepare final plans, details and specifications for landscape improvements including
plant species, locations and sizes, as well as details regarding planting requirements, including tree staking, plant spacing
and other special information. Final landscape plans, including general planting notes, details, and schedules are to
conform to HCAA, City of Tampa, utility landscape requirements, codes and ordinances.

(k) Irrigation – Provide cost-effective irrigation solutions and systems. The Consultant will prepare final irrigation plans for
the site. The site should incorporate drought tolerant plant species, where appropriate in the mix of design features. The
irrigation plans and details will indicate the locations and sizes of pumps, pump stations, mainlines, lateral lines, irrigation
heads, valves, backflow, soil moisture sensors, and digital programmed/timed control devices. As builts will be provided
by the contractor and confirmed by Consultant.

(l) Electrical – The Consultant will prepare final designs, details and specifications for electrical power distribution to site,
shelters, totems, lighting, and signal and communication equipment. The plans will provide the size and location of
H-01 (OCT 10) Page 26 of 31
Exhibit H
Solicitation No. RFP-7165CG
conduits and conduit pull boxes. The effort will include identification of need, electrical power sources, and coordination
with HART, private utilities, and other designers.

(m) Deliverables for Section 27:

(1) Materials, Fasteners, Finishes and Furnishings Report


(2) Permitting and construction plans and specifications for transfer center and landscaping
(3) Confirmation of irrigation system “as builts” accuracy to confirm valve locations and primary lines

28. Technical Maintenance Plan

(a) At the request of HART, the Consultant will prepare a written or graphic guide for care and maintenance of hardscape
and landscape improvements. The Technical Maintenance Plan will be a written or graphic guide for care of the
plantings, irrigation system and hardscape maintenance after the warranty period. Maintenance details and specifications
will recommend: a mowing schedule and maintained grass height; fertilization schedules, formulas, rates and methods of
application; weeding schedule and method chemical, mechanical, or manual; edging schedule; herbicide schedules
formulas, rates, methods of application, precautions; pruning schedule and methods to maintain health and clear sight
requirements; mulching materials, thickness and replacement frequency; irrigation schedule and warranty period
maintenance (flushing, adjustments, clean-up); litter pick-up; and hardscape care.

(b) Deliverable for Section 28:

Technical Maintenance Plan for hardscape and landscape improvements

29. Systems

(a) The Consultant shall incorporate existing HART bus systems and new cutting edge proven technologies into the
design as appropriate. The Consultant shall analyze available systems technologies, develop design documents and/or
plans including but not limited to the below described systems. The application of these systems shall enhance operations
and communications of the MetroRapid North-South Corridor as well as enhancing the riding experience with passenger
information systems and fire life safety and security systems.

(b) TRANSIT SIGNAL PRIORITY (TSP) SYSTEM - The Consultant shall develop final designs, drawings and contract
documents for the TSP system as specified in Section G and as outlined in Section E (signalization).

(c) Deliverables for Section 29:

Design plans for final design of TSP system based on HART TSP Pilot Project

30. Advanced Travellers Information Systems (Atis) System

(a) The Consultant shall utilize the already developed HART ITS Plan to identify equipment needs, systems integration,
physical requirements, installation requirements and technical standards for deploying the ITS system and assuring its
integration and compatibility with the existing HART ITS. The ITS plan will include in-vehicle and station-based Advanced
Traveler Information Systems (ATIS) elements and define the needs to integrate it into the overall HART ITS.

(b) Identification of desired ATIS information to be provided to passengers such as announcements, electronically
displayed maps indicating vehicle location, estimated time of arrival, etc.

(c) Identification of physical equipment needs

(1) Annunciation Equipment


(2) Visual Displays
(3) Cabling and Interconnect
(4) Power Controls

(d) Station-based equipment for providing next bus estimated time of arrival information and custom broadcast messages
will be evaluated. The station-based element of the ITS Plan will include:

H-01 (OCT 10) Page 27 of 31


Exhibit H
Solicitation No. RFP-7165CG
(1) Identification of desired ATIS information to be provided to passengers, such as estimated time of arrival,
customized messages, map display indicating vehicle location, etc.
(2) Identification of physical equipment needs

(i) Visual Display


(ii) Communications Equipment
(iii) Cabling and Interconnect
(iv) Power Controls

(3) Construction and installation plans and specifications will be developed and will include definition of all equipment
to be installed, the proposed location of equipment at the facility building and passenger station shelters and software
changes to the existing HART system. In addition preliminary installation schedules will be developed along with
construction cost estimates.

(e) Deliverables for Section 30:

(1) Design report summarizing ATIS information desired to be made available to passengers and the identification of
the physical equipment requirements to meet these needs. Report will encompass station-based requirements
(2) Design report summarizing equipment specifications for station-based equipment, including costs for equipment,
installation and testing and systems integration with HART’s Orbital ITS.
(3) Final Design Block, Schematic, Layout and Detail Drawings
(4) Equipment and Construction Specifications
(5) Construction Cost Estimate

31. Fare Collection System

(a) Closely coordinating with HART, the Consultant shall determine the present HART adopted philosophy for ticket
vending and the functionality of the existing ticket vending equipment and anticipated / programmed upgrades. The
Consultant shall, based on gathered information, propose and design a system that is fully integrated with the overall
HART system including configuration, layouts and quantities of arrays, their monitoring, control and security. This task will
also be coordinated and integrated with proposed surveillance and security systems to afford protection for the public and
maintenance and operating personnel. It is anticipated that Ticket Vending Machines (TVM) will be used at this location.

(b) Deliverable for Section 31:

(1) Final Design Block, Schematic, Layout and Detail Drawings


(2) Equipment and Construction Specifications
(3) Construction Cost Estimate

32. Safety and Security System

(a) The Consultant shall develop a Safety and Security Management Plan (SSMP) for the TIATC in accordance with
Federal Transit Administration guidelines and policy.

(b) HART has a System Safety and Security Management Plan (SSMP) and a Safety and Security Certification Program
(SSCP) for all of its major transportation projects and these will form the basis of the plan. The purpose of the SSMP is to
document the technical and management strategies for the identification, evaluation, and control of hazards and security
vulnerabilities associated with transit operations, including hazards to passengers, employees, and the public at large.
The System Safety and Security Management Plan establish and manage those associated safety and security activities
that minimize safety and security risk.

(c) A major activity of the SSSP is Safety and Security Certification. The purpose of the SSCP is to verify that all safety
and security critical system elements for the HART projects have been monitored for safety and security from the design
phase through start-up phase and that a satisfactory level of safety and security has been achieved.

(d) The Consultant shall support those activities of the SSSP for the identification, evaluation, and control of safety
hazards and security vulnerabilities in accordance and in conformance with FTA guidelines and policies.

H-01 (OCT 10) Page 28 of 31


Exhibit H
Solicitation No. RFP-7165CG
(e) Deliverable for Section 32:

(1) Safety and Security Management Plan


(2) Safety and Certification Program
(3) Implement the developed plans and programs during the design development phases of the project

33. Communication Systems

(a) The Consultant shall develop final designs, drawings and contract documents for the communications systems
required for operating, maintenance and passenger information and fire life safety. Communications shall be developed to
be fully integrated with the greater HART network and operating philosophy. The Consultant shall include in the design:
communications between the operations control center, wayside equipment, passenger stations and other infrastructure
and facilities as well as bus to wayside communications. The systems shall be developed for compatibility with HART
existing infrastructure and particular attention shall be given to assuring their connectivity and conformance meets that of
the existing communications protocol and operating parameters.

(b) Direct and/or indirect system communication is desired between the following systems in the HART system:

(1) Transit Management Center


(2) On board Transit Vehicle system

(c) This work will define the communication needs and requirements of the above sub-systems to a level where accurate
cost estimates can be derived and criteria, guidelines, and details developed to enable HART approvals for the consultant
proposed systems to be obtained. The scope shall also include the development of final design and bidding documents
for the approved communications system.

(d) The proposed TSP products should be able to communicate with the IVLU in the HART existing Orbital system. At the
same time, it should also be compatible with the TSP signal module integrated into the signal controllers that City and
County specified or approved for these intersections.

(e) Deliverables for Section 33:

(1) Typical Passenger Station Communications Block Diagram


(2) Final Design Block, Schematic, Layout and Detail Drawings
(3) Construction Specification
(4) Construction Cost Estimate
(5) TMC communication diagrams showing modifications/additions resulting from the HART TSP project

34. Systems Integration

(a) This is critical for the overall success of the center. Systems integration assures that all sub systems and
infrastructure are developed in concert with one another as well as ensuring that system operates as an integrated part of
the greater HART transit system. This process addresses such issues as:

(1) Space planning. Defining space requirements and locations at the fixed shelter stations for required systems
devices and equipment
(2) Structural and civil engineering needs and constraints. Compatibility of all engineered elements associated with
the system and assures that the entire system functions as an integrated entity with the existing HART transit system
(3) System safety and security. Assure that the defined safety and security needs for the center are achieved with the
installation of the systems
(4) System safety certification. Satisfy the requirements of FTA with respect to documenting and certifying system
safety for the center

(b) The Consultant shall be intimately familiar with the process of systems integration and been responsible for the
systems integration of many similar transit systems.

(c) Deliverables for Section 34:

(1) Systems Integration Plan


H-01 (OCT 10) Page 29 of 31
Exhibit H
Solicitation No. RFP-7165CG
(2) Space Requirements Plan
(3) Comprehensive Interface Database
(4) Systems Integration and Interface Progress Reporting

35. Systems Integration

(a) This is critical for the overall success of the center. Systems integration assures that all sub systems and
infrastructure is developed in concert with one another as well as ensuring that system operates as an integrated part of
the greater HART transit system. This process addresses such issues as:

(1) Space planning. Defining space requirements and locations at the fixed shelter stations for required systems
devices and equipment
(2) Structural and civil engineering needs and constraints. Compatibility of all engineered elements associated with
the system and assures that the entire system functions as an integrated entity with the existing HART transit system
(3) System safety and security. Assure that the defined safety and security needs for the center are achieved with the
installation of the systems
(4) System safety certification. Satisfy the requirements of FTA with respect to documenting and certifying system
safety for the center

(b) The Consultant shall be intimately familiar with the process of systems integration and been responsible for the
systems integration of many similar transit systems.

(c) Deliverables for Section 35:

(1) Systems Integration Plan


(2) Space Requirements Plan
(3) Comprehensive Interface Database
(4) Systems Integration and Interface Progress Reporting

36. System Testing and Acceptance

(a) A test program is to be developed to ensure that the equipment furnished meets all of the specified requirements and
all of the subsystem components work as intended by the contract documents. The consultant shall provide general
guidelines and conditions for testing. The tests to be conducted shall include:

(1) Pre-installation tests


(2) System installation tests
(3) Post installation tests

(b) The testing plan shall include a test program, test procedures, and documentation of test results.

(c) Deliverables for Section 36:

(1) Systems Acceptance Test Plan


(2) Confirmation of systems compliance

37. Safety, Access and Coordination

HART’s utmost concern is to ensure safety of the general public and to ensure all projects are processed, constructed and
completed in a safe and efficient manner. The review and implementation of the design should always consider the safety
of those constructing the center and the future generations of operators and passengers who use the center daily.

38. Deliverables and Close Out

Deliverables are described and as listed in each Section for work that is assigned to the Consultant. Close out documents
will be progressive throughout final design, permitting and construction bid preparations. All documents pertaining to the
project shall be provided to HART in hard copy and electronic formats. If option for CEI services are exercised all
appropriate documents, daily logs, design exceptions, RFI’s, submittals, change order requests and reports are to be
provided upon request of the HART project management staff.
H-01 (OCT 10) Page 30 of 31
Exhibit H
Solicitation No. RFP-7165CG

39. Reference Documents

(a) Attachment 1 to Exhibit H - Feasibility Analysis for Transfer Center at Tampa International Airport
(b) Attachment 2 to Exhibit H - Land Lease Agreement No. 109913
(c) Attachment 3 to Exhibit H - HCAA Tenant Permit Handbook
(d) Attachment 4 to Exhibit H - PDF and CADD drawings of Northwest Transfer Center
(e) Attachment 5 to Exhibit H - TIA Conceptual Site Plan
(f) Attachment 6A and 6B to Exhibit H - Survey and Legal Documents

H-01 (OCT 10) Page 31 of 31


Exhibit H

Você também pode gostar