Loading...
Agenda 10/11/2016 Item #16A17 16.A.17 10/11/2016 EXECUTIVE SUMMARY Recommendation to approve and authorize the Chairman to execute Change Order No. 1 to CB&I Environmental & Infrastructure, Inc. (CB&I), to provide pre-placement survey, post-placement survey, quality control and quality assurance professional engineering services under Contract No. 16-6629 - 2016 Beach Renourishment for time and materials not to exceed $86,153.50, and make a finding that this item promotes tourism. OBJECTIVE: To provide pre- and post-placement surveys, quality control (QC) and quality assurance (QA)professional engineering services as required for the 2016 beach renourishment project. CONSIDERATIONS: The 2016 beach renourishment project for the Vanderbilt, Pelican Bay, Park Shore and Marco Island South beaches will require a pre-placement survey, post-placement survey, construction observation and inspections along with quality assurance and quality control checks during construction. Verification and updating of the fill templates as required during construction to achieve uniform fill distribution as intended by the project design along with verification of proper placement technique to minimize sand loss into the intertidal zone during placement is critical to the successful execution of this project. CB&I professional engineering staff will work closely with Collier County staff and all contractor personnel to assure that these activities are properly coordinated and executed. The scope of work is outlined as follows in the September 13, 2016 proposal from CB&I Environmental &Infrastructure,Inc.: 1. Task Item 1: Pre-Placement Survey-$23,361.70 2. Task Item 2: Construction Quality Assurance and Post-Placement Surveys-$62,791.80 The work that is taking place in this change order is required to construct this project and has been typically included in the construction solicitation as a subcontractor to the awardee. Staff believes that the inclusion of these services in the construction solicitation does not give Collier County enough oversight on the QA/QC process as the engineer providing oversight would be working for the contractor. By executing this change order with the Engineer of Record,we will have full oversight over the process, and be better able to intervene if the situation warrants. In the future, the design solicitation will include the services during construction and post construction certifications. The Engineer of Record has also agreed to update his contract to include the State of Florida grants compliance language. FISCAL IMPACT: Funding for the proposed Change Order is budgeted in Tourist Development Tax Fund 195, Project 80301, Beach Renourishment. Funding for this project will be requested for reimbursement from FDEP Cost Share Program. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. ADVISORY COMMITTEE RECOMMENDATIONS: This item will be presented to the Coastal Advisory Committee on October 12, 2016 for after the fact approval. This item will also be presented to the Tourist Development Council on October 25, 2016 for after the fact approval. The CAC and TDC have previously approved the budget for the 2016/2017 Beach Renourishment, CAC on May 12, 2016 and TDC on June 27,2016. Packet Pg. 770 I6.A.17 10/11/2016 LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for approval. -CMG RECOMMENDATION: To approve and authorize the Chairman to execute Change Order No. 1 to CB&I Environmental & Infrastructure, Inc. (CB&I) to provide pre-placement survey, post-placement survey, quality control and quality assurance professional engineering services under Contract No. 16- 6629 - 2016 Beach Renourishment for time and materials not to exceed $86,153.50, and make a finding that this item promotes tourism. Prepared By: J. Gary McAlpin, P.E., Coastal Zone Management, Capital Project Planning, Impact Fees and Program Management Division,Growth Management Department ATTACHMENT(S) 1.Proposal (PDF) 2.Change Order No 1 FINAL (PDF) Packet Pg. 771 16.A.17 10/11/2016 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.17 Item Summary: Recommendation to approve and authorize the Chairman to execute Change Order No. 1 to CB&I Environmental&Infrastructure,Inc. (CB&I)to provide pre-placement survey,post- placement survey, quality control and quality assurance professional engineering services under Contract No. 16-6629 - 2016 Beach Renourishment for time and material not to exceed $86,153.50, and make a finding that this item promotes tourism. Meeting Date: 10/11/2016 Prepared by: Title: Accountant—Capital Project Planning,Impact Fees,and Program Management Name: Gail Hambright 09/22/2016 5:02 PM Submitted by: Title:Division Director-IF,CPP&PM—Capital Project Planning,Impact Fees,and Program Management Name: Amy Patterson 09/22/2016 5:02 PM Approved By: Review: Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 09/23/2016 8:28 AM Growth Management Department Jeanne Marcella Level 1 Division Reviewer Completed 09/26/2016 7:35 AM Capital Project Planning,Impact Fees,and Program Management Tara Castillo Level 1 Sim.Reviewer 1-8Completed Procurement Services Sandra Herrera Level 1 Purchasing Reviewer 1-4 Completed 09/28/2016 12:48 PM Zoning Gary McAlpin Level 1 Sim.Reviewer 1-8 Completed 09/28/2016 4:31 PM Procurement Services Allison Kearns Level 1 Purchasing Reviewer 1-4 Completed 09/29/2016 11:41 AM Capital Project Planning,Impact Fees,and Program Management Amy Patterson Level 1 Sim.Reviewer 1-8Completed County Attorney's Office Colleen Greene Level 2 Attorney Review Completed 09/29/2016 1:21 PM Growth Management Department Jeanne Marcella Level 2 Division Administrator Completed 09/29/2016 3:25 PM Grants Edmond Kushi Level 2 Grants Review Completed 09/29/2016 4:03 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/29/2016 4:28 PM County Attorney's Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 09/29/2016 5:05 PM Grants Therese Stanley Level 3 OMB 1st Reviewer 1-4 Completed 09/30/2016 1:14 PM Budget and Management Office Ed Finn Level 3 OMB 2nd Reviewer Completed 09/30/2016 2:49 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 10/03/2016 11:30 AM Packet Pg.772 6A17 10/11/2016 Board of County Commissioners MaryJo Brock Meeting Pending 10/11/2016 9:00 AM /'\ Packet Pg 773- 16.A.17.a CB&I Environmental & Infrastructure, Inc. -13 c 2481 NW Boca Raton Blvd. Boca Raton, FL 33431 Tel:+1 561 391 8102 Fax: +1 561 391 9116 www.CBl.com September 13, 2016 Gary McAlpin, Director Collier County Coastal Zone Management 2800 N. Horseshoe Drive Naples, FL 34104 Re: 2016 Beach Renourishment(Contract No. 15-6382): Additional Services 0 us ai Dear Gary: 147 03 This letter is in response to Collier County's request for a proposal for CB&I Environmental & to Infrastructure, Inc. (CB&I)to perform additional survey,quality control,and quality assurance tasks during 0 the upcoming 2016 truck haul beach renourishment. CB&I will provide pre-placement, post-placement E and post-construction surveying services, as well as onsite construction presence. A scope of this work g is detailed below. o. 0 1. Pre-Placement Surveys- $23,361.70 a CB&I surveyors will perform pre-placement surveys of the project areas. These short (wading E depth) survey profiles will be collected approximately 25 ft. offshore of the permitted toe of fill 0 ^, along each 200 ft. station including R-monuments. It is anticipated that there will be 84 profiles a surveyed as detailed below. 1 a Reach Range Number of Profiles m o Vanderbilt Beach R-24 to R-30 33 0 to Pelican Bay R-34+500 to R-36+500 14 Park Shore N. R-43+400 to R-47 21 y 0 a. Park Shore S. R-51 to R-53 16 o a Total 84 d -- E U 0 Survey data will be collected, processed and provided to the Engineer of Record at least 10 days a prior to the start of construction. 2. Construction Quality Assurance and Post-Placement Surveys -$62,791.80 A CB&I representative with survey capabilities will be onsite 5 days per week, 9 hours per day, for the 7 week construction period of November 1 to December 24. CB&I will perform construction observations to supplement those conducted by the County or Engineer of Record (under a separate scope of work) as well as collect post-placement surveys as the project progresses. Post-placement,short(wading depth)survey profiles on each 200 ft. station will be collected upon notification by the County and Contractor of a completed work section. The surveyor will collect and process the data, then perform placed volume calculations, and deliver information to the Packet Pg.774 '16A17.a ' r. Engineer of Record who will perform verification calculations (under existing scope of work). In additional to the on-site surveyor, CB&I will provide additional engineering services and construction quality assurance tasks to ensure accurate accounting of sand quantities and construction activities, as follows: • Lead, train and coordinate an inspection team comprised of County employed inspectors and CB&I staff • Oversee daily sand accounting • Prepare plot of delivered vs. surveyed vs. design quantities in • Periodic checks of all active construction sites In • Observe placement methods, quality control method and safety operations 00 • Observations for permit compliance w • Record daily start and end stations d • Report deficiencies to the Contractor for correction E • Update fill templates as required during construction to achieve uniform fill distribution o throughout intended project areas a • Verify sand volumes measured by surveys (covered under existing scope of work) o a 3. Post-Construction/Annual Monitoring Surveys - $41,825.65 c a> Within 60 days following completion of construction of the project, CB&I surveyors will perform 0 north county permit required physical monitoring surveys of R-22 through R-84, as shown in the �/'� table below. These surveys will extend landward to the seawalls or 50 feet landward of the 5.0' a) contour line. Profile surveys will extend seaward to the —14.3' NAVD contour or 2,000 feet from a the shoreline, whichever is the greater distance. All work activities and deliverables will be m conducted in accordance with the May 2014 Bureau of Beaches and Coastal Systems (BBCS) Monitoring Standards for Beach Erosion Control Projects, Sections 01000 - Beach Profile c Topographic Surveying and 01100- Offshore Profile Surveying. o N Reach Range Number of Profiles iii U) 0 Vanderbilt Beach R-22 to R-30 9 Q 0 L a Pelican Bay R-31 to R-41 11 c CD Park Shore R-42 to R-57 16 E c.) ca Naples Beach R-58A to R-84 28 a Total 64 It is anticipated that these full (bathymetric and topographic) beach profile surveys can be used to satisfy immediate post-construction permit requirements as well as annual physical monitoring requirements. Note that this proposal does not include surveying Wiggins Pass or Marco Island. If found to be beneficial to the County, CB&I can perform physical monitoring surveys to include additional lines at a negotiated additional price. Packet Pg.775 16.A.17.a 4. Annual Physical Monitoring Engineering Report- $25,880.00 CB&I engineers will incorporate post-construction certification requirements (covered under existing scope of work) and the post-construction surveys into a physical monitoring engineering report. Engineering calculations will be performed to measure the performance of the beach as outlined in the physical monitoring plan. This report will be written to satisfy immediate post- construction permit requirements as well as annual physical monitoring permit requirements for the North County project area. A fee proposal is included as Exhibit A, and a rate schedule is provided as Exhibit B. These services will be performed on a time and material basis not to exceed $153,859.20 under existing Contract No. 1511) - 6382 between Collier County and CB&I. Barring any unforeseen circumstances, all work will be completed and submitted to the County within 180 days of receiving the Notice to Proceed. Very truly yours, °; n. N O a Thomas P. Pierro, P.E., D.CE E Director of Operations CB&I Environmental & Infrastructure, Inc. co a cc: Adam Northrup, Collier County Government a` Tara Brenner, P.G., CB&I Steve Keehn, P.E., CB&I 0° 0 co 0 N O In O Q O a _ CD E Packet Pg 776, '16A-17.a p m Sc N N 10 69 6E a a a C 6 pTSU 0 l7 N co u S. F N iy o p l N 0 Yom} co v 2 N A i/1 E � Qc 2 o 2 o a. NNrab 7 N r N m co W 6- ms O G to O2a a td Z O ara F W a 8¢ - a ; M W 40 IsE aimt-g w O N ,51 ° Bei e— a ECU Y t144c 2Qt�-y� i T.. 7, A t 2. KLo,.x0 _ �' di et8c''=Ux e v C x 0 `o g$n S N v u° m 0 * r C) Pi 5jaE a g : E .. p at 9 f0 0 A N i r A a' �' 1 0 �C . ,. . . N g m � y "' E aU�e a x esoy 3 m ' F. J ` a o co va '< v m v ^ a C H ?, w a § i = a o" N `_ N prti& T S N o.a w 3 5 m V T. 23 N m 0 o p 0 CO a x 2 U $ O N 1a0tio n " 0« gg G 4N14cI O2U w N U " N 0 em }} — ei 0 NMWw 0. f° N 0 L J a. cc o +r I- C C) cc E E uI0 H W m O a NI Q 2 coE W � R g 8 F c C o o I g cf w w g c c t e e tai ¢ e g 3 e E r 0 0. e Y 3 c 4.4. 0 a.a. d Packet Pg.777 I6:A.17.a a i a ^ g � TgA aV. a � A R Y N r iA n;: C r' h oe r '- 'r ' g8 W W re O Y N U) 3 = 04 es 2 g 04 /7 N K C1 Os sI t n.Si 3' q0 CO r O� o�tf Irf EA- t" yc * V yy ++ Er J s - C) C) a C ? d a. to ; r it oo d tw 5. tssa w z E in s Ql �,. S 8, i Q. a a a s a g m A O 11 II 11 o „ W 3 ei a .. ..,, = � c� m a V 0 M N` N N •• 0 a O & t0 g 0 0 N Ofp- us N a0 w Q. t 1— 0 A n L t > s. a. 4 m d 8 S e . C E 9 co a IIIF I a a 1 t N c S a 0 a lit _ 1 3 0 2 I v a° .11r N N a Packet Pg 778.: ACA17 a SCHEDULE B RATE SCHEDULE Title Rate Principal $207.00 Senior Project Manager $173.00 Project Manager $148.00 Senior Engineer $158.00 0 to Engineer $124.00 ei Senior Inspector $97.00 Inspector $77.00 v Senior Planner $140.00 . Planner $111.00 E Senior Designer $115.00 cou Designer $95.00 a Environmental Specialist $110.00 o Senior Environmental Specialist $135.00 a. Scientist/Geologist $94.00 a Senior Scientist/Geologist $119.00 E Marine Biologist/Hydrogeologist $111.00 �^ Senior Marine Biologist/Hydrogeologist $139.00 c L Senior GIS Specialist $146.00 a GIS Specialist $103.00 m Clerical/Administrative $63.00 U Senior Technician $86.00 co Technician $73.00 cocsi Surveyor and Mapper $121.00 — CAD Technician $82.00 Q. Survey Crew-2 man $136.00 2 Survey Crew-3 man $172.00 a. Survey Crew-4 man $205.00 a Senior Architect $155.00 E Architect $122.00 0 a This list is not intended to be all inclusive. Hourly rates for other categories of professional, support and other services shall be mutually negotiated by Collier County and firm on a project by project basis as needed. n 6-1 Packet Pg.779 se (Og'Egb`9g$;uewaoeld;sod `;uawaoeld-aid I'880 : 0906 TdNII 1 oN.IartIO a6uey0 :;uawyoe;;b co Qom; , ^f uo- 0. et ��. Y, ...4 _COY Procurement Services a ns«++o.6a Change Order Form ®Contract Modification ❑Work Order Modification 0 Amendment Contract#: 16-6629 Change#: 1 Purchase Order*: 45-169684 Project#: 195-90033 Contractor/Firm Name: CB&i Environmental&infrastructure, project Name: 2016 Beach Renourishment Project Manager Name: .J.Gary McAlpin Department Coastal Zone Management Original Contract/Work Order Amount $ 1.11,756,30 61213/16 16A:10 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 111.756.30 6126146 16411 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 111,756;30 6/28/2017 SAP Contract Expiration Date(Master) I Dollar Amount of this Change $ 86,16350 77.09% Total Change from Original Amount l Revised Contract/Work Order Total $ 197,909.80 77.09% Change from Current BCC Approved Amount Cuniilative Changes $ .86,153.50 77.09% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 8/19/16 Original 7/21/17 Last Approved 7/21/17 Revised Date 7/21117 Date Completion Date Date (Includes this change) _____ a of Days Added 0 Select Tasks 0 Add new task(s) 0 Delete task(s) 0 Change task(s) ®Other(see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the lask(s) and I or the additional days added(if requested);2.)why this change was not included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. This change order is to add County approved grant language and the following services to the above mentioned contract: the pre-placement beach survey,the post-placement beach survey,survey control parameters and quality assurance/quality control services from the Engineer of Record to manage sand placement on the beach.The addition of these services will not increase the overall project costs but rather shift costs from the construction contract to the Engineer of Record contract By doing this we assure better control and Quality Assurance over these services by County Staff. 2. The change being requested was not included in the original contract because in previous beach renourishment projects,this work has always been included as a task In the construction contract,however,lessons learned from previous truck haul projects have showed a need for increased coordination between the Engineer of Record and the survey provider,and greater oversight by county staff.At the time of contract award,staff believed that the Issuance of a new Work Order to perform the surveys and quality assurance was the appropriate contacting method to order this work. After consultation with the County Attorneys office,and out of an abundance of caution to adhere to CCNA laws,staff is seeking a change order to the original Engineer of Record contract In the future we will include these services In the Engineer of Record contract The grant language and forms were not included In the original contract because of an unintentional oversight Please see the attachment for additional information. 3. If this modification is not processed the survey control during construction will need to be solely performed by the contractor. In the past this has led to placement errors and significant rework that could cost the county additional funds. In addition, quality control would be been compromised. Performance of this change through the Engineer of Record will provide a level of Quality Assurance required by this project. If grant language/forms are not Included then possible grant reimbursement will be forfeited,costing the County thousands of dollars. A j Prepared by: r r 4 A`�t / Date: 9125//2.Oi ,a ry M in,P.E.,C Manager Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated in this acceptance. The adjustment,if any,to the Contract shall constitute a full and final settlement of any and •rms of the Contractor/Vendor/Consultant./ Design Professional arising out,.ofior relatedeto the change set forth herein,including •-ims impa a del sts. Approved b : C :.,w� i. 1''�//�"1 III .1 Fri j' ,� Y (t ,. t wtsu r Oate: Approved r//• iw. Date: 97 1 e.o Amy Patter>sijen,Division Director savid S.Wilkison,Department Head Approved by: cn=adamnorthru Adam Northrup,Procurement Professional p@collicrgov.net „...."( .._____ Date: 9/29/2016 2016.09.29 '00'04-1.9:07:04 1 1)- Change Ord eI� 16-6629-2016 Beach Renourish (Og'£gG`98$;ueweoeld lsod `;ueweoeld-eJd MEM : 0906 1YNII G oN.tap1O e6uey3 :;uawyoenv a.. . IN WITNESS WHEREOF, CB&I Environmental and Infrastructure, Inc. and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on a'I the date and year first above written. BOARD OF COUNTYCOMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Donna Fiala, Chairman Dated: (SEAL) CB&I Environmental and Infrastructure, Inc First Witness By: Signature TType/print witness namet Thomas P. Pierro, P.E. Director Second Witness 1Type/print witness namel Approved as to Form and Legality: sistant County Attorney 2 Change Order#1 16-6629-2016 Beach Renourishment .d (09T91.`98$luatueoeld;sod `;uawaoeld-aid 11383 0902) 1YNld I. oN aap.io e6ueg3 :;ueuuyoe;;y N r 09 d tip a. 9/28/2016-Gary McAlpin : 42) eo, Survey and Quality Assurance Management on the 2016 Truck Haul Beach Renourishment Project The beaches need to be renourished with a closely coordinated,timely and continuous information exchange between the Engineer of Record that is responsible for the design and the survey company hired to perform survey activities during construction. The initial beach design is performed from a monitoring survey that occurs at the beginning of each year. Just prior to construction activities a pre-placement survey is performed to modify the design based on current existing conditions this is done by the Engineer of Record. As construction begins, progress surveys are required by the Engineer of Record to allow for specific template adjustments that address specific site conditions and placement concerns/issues. Following construction,a post placement survey is required by the Engineer of Record.This survey is sent to FDEP in a closeout report. This is required by permit. The Engineer of Record is always selected through the RFP process by at least a 5 member Selection Committee and Approved by the BCC. With the recent increased usage of Truck Hall projects,survey control and coordination has been found to be especially critical. The County has purchased the sand and the placement contractor is paid based on tons delivered to the site. In addition,the sand needs to be placed in such a manner that it remains on the dry beach and not the intertidal zone. On a Truck Haul project,the quantities of sand placed are usually much less than a typical cutter head or hopper dredge project. This requires tighter placement and control procedures. Collier County staff must know how much sand is on the beach and where it is at any given time. Also,the sand is not"free"as is the case of a dredge project and more care must be exercised in the placement and transport down the beach. This has been one of the significant lessons learned by Collier County staff since focusing on Truck Haul construction. On previous Truck Haul projects,the construction contractor has contracted the survey. With this method,staff has had no input to the qualifications of the survey contractor,the survey method (equipment GPS or staking)and has relied on the willingness of the construction contractor to provide accurate and timely information to the Engineer of Record to manage the fill templates and placement. Results have been unacceptable to date and a higher level of quality control and quality assurance is required. Staff is proposing that the Engineer of Record have these services added through a change order to their existing contract. The additional work will be to perform the pre-placement survey,the post-placement survey and provide additional placement quality assurance expertise to manage this process. The Engineer of Record will provide all critical survey control information to the contractor but the contractor will be required to set their own grade stakes and manage fill placement using their own survey control personnel. Staff feels that this method will allow the County to have great control of the entire process and result in a more successful project. (09'£g6`98$1uawa3eld1sod `;uauaaoeld-aid 1'88° : 090Z) 1VNld 4 ON Jam aBuey3 :;uauayoe;;y ar tsa' 9/28/2016-Gary McAlpin vl This approach will not increase the total costs of the project,but rather shift costs from the construction a') contract to the Engineer of Record contract. lOSES6 9$$;uawaoeid sod ;uawaoeld-aad I883 09021tlNlA 11. oN Ja O a6ue4� : uew oe td ti co Exhibit X Supplemental General Grant Terms and Conditions CSFA 37.003 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract,the Supplemental Conditions shall govern. Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be forwarded to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractors is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii)the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract,the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703,Fla. Stat. 1. Conflict of Interest- This Contract/Work Order is subject to chapter 112, F.S. The vendor shall disclose the name of any officer, director, employee, or other agent who is also an employee of the State. Grantee shall also disclose the name of any State employee who owns, directly or indirectly, more than a five percent(5%) interest in the Contractor's company or its affiliates. 2. Convicted Vendors— Vendor shall disclose if they are on the convicted vendor list. A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the activities as defined by the Florida Department of Management Services for a period of thirty-six(36)months from the date of being placed on the convicted vendor list. 3. Discriminatory Vendors a) No person,on the grounds of race, creed, color, religion, national origin,age, gender, or disability, shall be excluded from participation in;be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance during the term of the contract. b) Contractor shall disclose if they appear on the discriminatory vendor list. An entity or affiliate placed on the discriminatory vendor list pursuant to section 287.134, F.S. may not: 1) Submit a bid on an agreement to provide any goods or services to a public entity; 2) Submit a bid on an agreement with a public entity for the construction or repair of a public building or public work; 3)Submit bids on leases of real property to a public entity; or 4)Be awarded or perform work as a consultant under an agreement with any public entity; or transact business with any public entity,. 4. Employment Eligibility Verification - Executive Order 11-116, signed May 27, 2011, by the Governor of Florida, requires contracts to utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the vendor during the Contract/Work Order term and include in all subcontracts under this Contract/Work Order, the requirement that subcontractors performing work or providing services pursuant to this Agreement utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor 1 Est 9/16 v.0 (05'£56`98$Wawaoeld;sod `;uauaaoeld-aid 1'880 : 090Z) 1tlNld 6 oN aapap a6uego :;uewgoe;;y r•-•co:, d t Exhibit X Supplemental General Grant Terms and Conditions CSFA 37.003 during the term of the subcontract. a 5. Lobbying-No funds received pursuant to this Agreement may be expended for lobbying the State Legislature,the judicial branch, or a state agency. 6. Record Retention —The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County,FDOT,or its designee's access to such records upon request. 7. Diversity—All contracting and subcontracting opportunities afforded by this solicitation/contract embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. Firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders/offerors, including those who qualify as a Minority Business vendor. A list of minority owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at(850) 487-0915. 8. Indemnity Provision -- Indemnification shall be included in all contracts with contractors/subcontractors, consultants/sub-consultants who perform work in connection with this contract. "The Contractor shall indemnify, defend, save, and hold harmless the Florida Department of Transportation and all of its officers, agents or employees from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or due to any negligent act or occurrence of omission or commission of the Contractor, its officers, agents, or employees." 2 Est 9/16 v.0 sa_ Ws-Es V99$luawaoeld;sod luawaoeld-aid I'880 : 0906 1YNII 1. ON iapi0 a6uey.D :;uawy3e14V eQ` ti as 44 coo' a` COLLIER COUNTY Certification Regarding Lobbying The undersigned CB&I Environmental &Infrastructure, Inc. (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief,that: (1) No State 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 an agency, a member of the Legislature, an officer or employee of the judicial branch, or an employee of a State agency in connection with the awarding of any State contract, the making of any State grant, the making of any State loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any State contract, grant, loan, or cooperative agreement. (2) No grantee, nor its persons or affiliates, may employ any person or organization with funds received pursuant to any State agreement for the purpose of lobbying the Legislature, the judicial branch, or a State agency. The purpose of lobbying includes, but is not limited to, salaries, travel expenses and per diem, the cost for advertising, including production costs; postage; entertainment; and telephone and telegraph; and association dues. The provisions of this paragraph supplement the provisions of section 11.062, Florida Statutes,which is incorporated by reference into this solicitation, purchase order or contract. (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. The Vendor/Contractor, CB&I Environmental&Infrastructure, Inc. , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition,the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Thomas P. Pierro Name of Authorized Official Director of Operations Title Signature of Vendor/Contractor's Authorized Official 9/29/16 Date 02/15 R3 (09"c9V98$;uauaaoeid;sod `;uauaaoeld-aid I'880 090Z) WNW I. ON iapiO a6ue43 :;uauiyoe;;v co th COLLIER COUNTY sv Acknowledgement of Terms, Conditions,and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendbr agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii)the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name CB&I Environmental&Infrastructure, Inc. Date 9/29/16 Authorized Signature. ( .----714(1. Address 2481 NW Boca Raton Blvd., Boca Raton,FL 33431 Solicitation/Contract# 16-6629 02/15 R3 ,00•1 .0 (05'£56`98$luauaaoeld;sod `;uauaaoeld-ead 1'883 : 0902) TdNII I.ON JapJ)a6uey3 :;uauayoemf 7„!= xr00o �.` ; .32 COLLIER COUNTY =a, Certification Regarding Debarment, Suspension,and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal 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; (c) 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 (I)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions(Federal, State or local)terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this proposal. Thomas P. Pierro 2016 Beach Renourishment Design Name Project Name Director of Operations 16-6629 Title Project Number CB&I Environmental&Infrastructure, Inc. 77-058-9932 Firm Tax ID Number 04-347-6810 DUNS Number 2481 NW Boca Raton Blvd.,Boca Raton,FL 33431 Street Address,City, State, Zi &. ,,,,_.116:7____ Signature 03/04/2013-(2) 1 (09•ESi,`99$;uawe eld;sod `;uewaaeld-aid I'880 090Z) 1VNld 6 oN aapi0 e6ue40 :;uauayae;;d . OP- 441 COLLIER COUNTY ✓'••,., ANTICIPATED DISADVANTAGED, MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT :a )Status will be verified. Unverifable statuses will require the PRIME to either proivde a revised statement or provide source documentation that validates a status. A- .PRIME.VENDOR/CONTRACTOR:INFORMATION PRIME NAME PRIME FEID NUMBER CONTRACT DOLLAR AMOUNT CB&I Environmental&Infrastructure,Inc. 77-058-9932 TBD IS THE PRIME A FLORIDA-CERTIFIED DISADVANTAGED, VETERAN Y J.(siNk IS THE ACTIVITY OF THIS CONTRACT... MINORITY OR WOMEN BUSINESS ENTERPRISE? DBE? Y N CONSTRUCTION? Y `.J (DBE/MBE/WBE)OR HAVE A SMALL DISADVANTAGED BUSINESS 8A CERTIFICATION FROM THE SMALL BUSINESS MBE? Y N CONSULTATION? ADMINISTRATION? A SERVICE DISABLED VETERAN? WBE? Y Nj OTHER? `Y / SDB8A? Y NI' IS THIS SUBMISSION A REVISION? Y (IC) IF YES,REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY,WOMEN OWNED,SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN,PRIME I5 TO COMPLETETHIS NEXJ SECTION DBE M/WBE SUBCONTRACTOR OR SUPPUER TYPE OF WORK OR ETHNICITY CODE , SUB/SUPPUER PERCENT OF CONTRACT VETERAN NAME SPECIALTY (See Below) DOLLAR AMOUNT DOLLARS TOTALS: C SECTION TO BECOMPLEEED BY.PRIMEVENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER Thomas P.Pierro (.. 11/14"` 9/29/16 Director of Opeations EMAIL ADDRESS OF PRIME(SUBMITTER) TELEPHONE NUMBER FAX NUMBER thomas.pierro@cbi,com 561.361.3150 561,391.9116 NOTE:This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts.The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract,the prime will be asked to update the information for the grant compliance files. Black American BA Hispanic American HA • •Native American NA` Subcont.Asian American SAA Asian-Pacific American " APA Non-Minority Women NMW Other:not of any.other: ou•listed 0'' • D SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME COLDER CONTRACT it IIFB/RFP or PO/REO) . GRANT PROGRAM/CONTRACT ACCEPTED BY: DATE /'\ Est.2010 v.2 .q (05'E56`98$;uowooeld;sod `;ueweoeld-aid 1'89D : 0906 1VNIA I. oN aapao a6ue43 :;uauayoeny t- ti 4. a toy' 0. COLLIER COUNTY _ Vendor Submittal—Conflict of Interest Certification 16-6629 Collier County Solicitation No. 1, Thomas P. Pierro , hereby certify that to the best of my knowledge, neither 1 nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also,to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Thomas P. Pierro Position Director of Operations Date 9/29/16 Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations.Additional disclosures of the information on this report may be made: (1)to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4)to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. X (0s'£s6`92$;ueuaaoeld;sod `;uatmeoeld-ead P993 : 090Z) 1VNIJ I. oN Jam a6ueL3 :;uauayoe IV `4t, cod'; "at. , a CONSTRUCTION CONTRACTORS . BID OPPORTUNITY LIST aS 1. Federal Tax ID Number: 77-058-9932 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: CB&I Environmental&Infrastructure,Inc. ❑x Non-DBE ❑ Less than$1 million 3. Phone: 561.361.3150 0 Between$1 -$5 million 4. Address: 2481 NW Boca Raton Blvd. 0 Between$5-$10 million Boca Raton,FL 33431 7, ❑ Subcontractor 0 Between$10-$15 million O Subconsultant 0 More than$15 million 5. Year Firm Established: 2002 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: El Non-DBE 0 Less than$1 million 3. Phone: 0 Between$1 -$5 million 4. Address: 0 Between$5-$10 million 7. 0 Subcontractor ❑ Between$10-$15 million ❑ Subconsultant 0 More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. 0 DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE 0 Less than$1 million 3. Phone: 0 Between$1 -$5 million 4. Address: 0 Between$5-$10 million 7. 0 Subcontractor 0 Between$10-$15 million ❑ Subconsultant 0 More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: 0 Non-DBE 0 Less than$1 million 3. Phone: 0 Between$1 -$5 million 4. Address: 0 Between$5-$10 million 7. 0 Subcontractor 0 Between$10-$15 million ❑ Subconsultant 0 More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE 0 Less than$1 million 3. Phone: 0 Between$1 -$5 million 4. Address: 0 Between$5-$10 million 7. 0 Subcontractor ❑ Between$10-$15 million ❑ Subconsultant 0 More than$15 million 5. Year Firm Established: /'\ - (05'£56`98$;ueweoeld;sod luawaoeld-aJd 119130 : 090Z) 1VNld I.ON Jam 96ue40 :;uawyoe;;b CONSTRUCTION CONTRACTORS BID OPPORTUNITY LIST 1, Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: 0 Non-DBE ❑ Less than$1 million 3. Phone: El Between$1 -$5 million 4. Address: ❑ Between$5-$10 million 7. 0 Subcontractor ❑ Between$10-$15 million 0 Subconsultant ❑ More than$15 million 5. Year Firm Established: 1, Federal Tax ID Number: 6. 0 DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than$1 million 3. Phone: 0 Between$1 -$5 million 4. Address: ❑ Between$5-$10 million 7. 0 Subcontractor ❑ Between$10-$15 million ❑ Subconsultant 0 More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE 0 Less than$1 million 3. Phone: 0 Between$1 -$5 million 4. Address: El Between$5-$10 million 7. ❑ Subcontractor ❑ Between$10-$15 million 0 Subconsultant ❑ More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than$1 million 3. Phone: ❑ Between$1 -$5 million 4. Address: 0 Between$5-$10 million 7, ❑ Subcontractor ❑ Between$10-$15 million ❑ Subconsultant ❑ More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: 0 Non-DBE ❑ Less than$1 million 3. Phone: ❑ Between$1 -$5 million 4. Address: 0 Between$5-$10 million 7, 0 Subcontractor 0 Between$10-$15 million ❑ Subconsultant ❑ More than$15 million 5. Year Firm Established: