Loading...
Agenda 11/15/2016 Item #16A32 16.A.32 11/15/2016 EXECUTIVE SUMMARY Recommendation to approve and authorize the Chairman to execute Contract #16-6588 for Construction Engineering and Inspection (CEI) and Related Services for the Logan Boulevard Extension Project to KCCS,Inc.in the amount of$443,954 Project No.33464. OBJECTIVE: To obtain professional Construction Engineering Inspection(CEI) Services for the Logan Boulevard Extension Project from Azalea Drive to the Collier/Lee County line. CONSIDERATIONS: On March 24, 2016, the Collier County Growth Management Department, through its Transportation Engineering Division, issued Request for Proposal (RFP) #16-6588 and requested proposals from professional engineering consulting firms pre-qualified by the Florida Department of Transportation (FDOT), to provide CEI services for this project. One thousand four hundred twelve(1,412)notices of the RFP were sent out and seventy-eight(78)were downloaded. Three (3)proposals were received on April 14,2016. Subsequently, on May 10, 2016, under item 16A18, the Board of County Commissioners (Board) approved a Transportation Regional Incentive Program (TRIP) Agreement with the FDOT for the Logan Boulevard Extension project. This Agreement set aside funding to be reimbursable up to the amount of $2,663,736 for CEI and construction of this project. On June 28, 2016, the Board approved the recommended short-list of consultants and directed negotiations with the top ranked firm,KCCS,Inc. On August 19, 2016, staff met with KCCS, Inc., and negotiated the fees for this engagement. The terms of the Agreement are for services to be provided for a fee of$443,954 subject to the Board's approval. Construction of the project is expected to commence in the winter of 2017, at an anticipated cost of $4,333,170. The CEI costs are typically 12%to 15%of the construction cost when outsourced. This contract has been approved by the County Attorney's Office. FISCAL IMPACT: Funding is available in the amount of$443,954 The source of funding is Grant Funding as outlined below. Project Number Department Fund Amount Source of Funds 33464 GMD 711 $221,977 Grant 33464 GMD 712 $221,977 Grant Match The roadway and all new or replacement features to be installed during execution of the project, such as sidewalk and stormwater features, will be new. Therefore, minimal to no maintenance costs are expected to be incurred within the first 5 to 7 years of service and will be absorbed into the regular maintenance schedule thereafter. GROWTH MANAGEMENT IMPACT: The project is in accordance with the goals and objectives of the Transportation Element of the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -CMG Packet Pg. 603 16.A.32 11/15/2016 RECOMMENDATION: To approve and authorize the Chairman to execute Contract #16-6588, CEI Services for the Logan Boulevard Extension Project with KCCS,Inc., in the amount of$443,954. Prepared by: Andrew A. Miller,PE, Senior Project Manager,Transportation Engineering Division, Growth Management Department ATTACHMENT(S) 1. [Linked}Contract 16-6588-Approved by CAO(54 pages) (PDF) 2. 16-6588 Final Rank(1 page) (PDF) 3. 16-6588 Solicitation(48 pages) (PDF) 4. Solicitation Addenda 1-2 (2 pages) (PDF) 5. [Linked}KCCS_Collier County_CEI for Logan Blvd._CCNA 16-6588 (67 pages) (PDF) 6.KCCS Consultants_SAM (PDF) Packet Pg 604 16:A.32' 11/15/2016 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.32 Item Summary: Recommendation to approve and authorize the Chairman to execute Contract #16-6588 for Construction Engineering and Inspection (CEI) and Related Services for the Logan Boulevard Extension Project to KCCS,Inc. in the amount of$443,954 Project No. 33464. Meeting Date: 11/15/2016 Prepared by: Title: Project Manager, Senior—Transportation Engineering Name: Andrew Miller 09/29/2016 9:56 AM Submitted by: Title: Division Director-Transportation Eng—Transportation Engineering Name: Jay Ahmad 09/29/2016 9:56 AM Approved By: Review: Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 10/24/2016 9:06 AM Procurement Services Sandra Herrera Level 1 Purchasing Reviewer 1-4 Completed 10/24/2016 3:38 PM Transportation Engineering Gary Putaansuu Level 1 Add Division Reviewer Completed 10/25/2016 11:04 AM Growth Management Department Diane Lynch Level 1 Division Reviewer Completed 10/25/2016 11:11 AM Procurement Services Ted Coyman Additional Reviewer Completed 10/25/2016 1:37 PM Transportation Engineering Jay Ahmad Level 1 Add Division Reviewer Completed 10/25/2016 2:23 PM Growth Management Department Gene Shue Level 1 Add Division Reviewer Completed 10/25/2016 2:38 PM Growth Management Department Jeanne Marcella Level 1 Add Division Reviewer Skipped 10/25/2016 2:48 PM Growth Management Department Jeanne Marcella Level 2 Division Administrator Completed 10/25/2016 2:56 PM County Attorney's Office Colleen Greene Level 2 Attorney Review Completed 10/27/2016 1:23 PM Grants Kimberly Linger Level 2 Grants Review Completed 11/04/2016 10:35 AM Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review Completed 11/04/2016 11:00 AM County Attorney's Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 11/04/2016 1:15 PM Budget and Management Office Mark Isackson Additional Reviewer Completed 11/09/2016 8:16 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 11/09/2016 10:38 AM Board of County Commissioners MaryJo Brock Meeting Pending 11/15/2016 9:00 AM Packet Pg-,605 Contract # 16-6588 "Logan Boulevard Extension" PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this day of 2016, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY" or "OWNER") and KCCS, Inc., authorized to do business in the State of Florida, whose business address is 10060 Amberwood Road, Suite 7, Fort Myers, Florida 33913 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the OWNER desires to obtain the professional Consulting Construction, Engineering and Inspection Services (CEI) of the CONSULTANT concerning Logan Boulevard Extension (hereinafter referred to as the "Project"), said services being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; and WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: i 16-6588 Logan Boulevard Extension o�� y..,f,w. I ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to OWNER professional CEI services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the OWNER for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. 1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to OWNER. 1.5. CONSULTANT designates Paul Wingard, PE, LEED AP a qualified licensed professional to serve as the CONSULTANT'S project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote 2 16-6588 Logan Boulevard Extensio Cq® whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without OWNER'S prior written approval, and if so removed must be immediately replaced with a person acceptable to OWNER. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from Owner to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to OWNER. 1.7. The CONSULTANT represents to the OWNER that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the OWNER'S review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a) -(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 3 16-65 Logan Boulevard Extens � O Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4, Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 4 16-6588 Logan Boulevard Extens& If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. In the event of any conflicts in these requirements, the CONSULTANT shall notify the OWNER of such conflict and utilize its best professional judgment to advise OWNER regarding resolution of each such conflict. OWNER'S approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.7.1 The County reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to Consultant's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the County reserves the right to make sole determination regarding deductions. After notification of deficiency, if the Consultant fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the Consultant. The County may also deduct or charge the Consultant for services and/or items necessary to correct the deficiencies directly related to the Consultant's non-performance whether or not the County obtained substitute performance. 1.8. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without OWNER'S prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to 5 16-6588 Logan Boulevard Extension f1 comply with the provisions of this paragraph. CONSULTANT shall provide OWNER prompt written notice of any such subpoenas. 1.9 As directed by OWNER, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK(Real-Time Kinematic) GPS Network as provided by OWNER. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge -of -pavement - EOP, etc), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT If authorized in writing by OWNER through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in OWNER'S Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by OWNER as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. OWNER will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by 6 16-6588 Logan Boulevard Extension `g0 CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If OWNER determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to OWNER of the emergency within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT'S right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: 2.1. Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. 2.2. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, OWNER'S schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by OWNER when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT'S control and fault. 2.3 Providing renderings or models for OWNER'S use. 2.4 Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic 16-6588 Logan Boulevard Extensiq�l `40 evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting OWNER in obtaining such process licensing. 2.5. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.6. Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by OWNER, other than visits to the Project site or OWNER's office. 2.7 Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.8. Preparing to serve or serving as a CONSULTANT or witness for OWNER in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2.9. Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE OWNER'S RESPONSIBILITIES 3.1. The OWNER shall designate in writing a project manager to act as OWNER'S representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define OWNER'S policies and decisions with respect to CONSULTANT'S services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would s 16-6588 Logan Boulevard Extension Cep have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: (a) The scope of services to be provided and performed by the CONSULTANT hereunder; (b) The time the CONSULTANT is obligated to commence and complete all such services; or (c) The amount of compensation the OWNER is obligated or committed to pay the CONSULTANT. 3.2. The Project Manager shall: (a) Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; (b) Provide all criteria and information requested by CONSULTANT as to OWNER's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; (c) Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT'S disposal all available information in the OWNER'S possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; (d) Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and (e) Provide notice to CONSULTANT of any deficiencies or defects discovered by the OWNER with respect to the services to be rendered by CONSULTANT hereunder. 9 16-6588 Logan Boulevard Extensio G ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from OWNER for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the OWNER, fires, floods, epidemics, quarantine regulations, strikes or lock -outs, then CONSULTANT shall notify OWNER in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT'S services from any cause whatsoever, including those for which OWNER may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONSULTANT'S sole remedy against OWNER will be the right to seek an extension of time to its schedule provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT'S compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to io 16-6588 Logan Boulevard Extension CAO reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the OWNER hereunder, the OWNER at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the OWNER's satisfaction that the CONSULTANT'S performance is or will shortly be back on schedule. 4.5. In no event shall any approval by OWNER authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by OWNER to CONSULTANT be deemed a waiver of any right or claim OWNER may have against CONSULTANT for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the OWNER for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation," which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the Consultant; and, as a business practice there are no hourly or material invoices presented, rather, the Consultant must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. 16-6588 Logan Boulevard Extensi �® Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the Consultant 's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to Consultant's tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. ARTICLE SIX OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by OWNER, CONSULTANT shall deliver to OWNER copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). OWNER shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to OWNER the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring OWNER to pay any additional compensation, CONSULTANT hereby grants to OWNER a nonexclusive, irrevocable license in all of the Project Documents for OWNER'S use on this Project. CONSULTANT warrants to OWNER that it has full right and authority to grant this license to 12 16-6588 Logan Boulevard Extensio C�® OWNER. Further, CONSULTANT consents to OWNER'S use of the Project Documents to complete the Project following CONSULTANT'S termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges OWNER may be making Project Documents available for review and information to various third parties and hereby consents to such use by OWNER. ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. OWNER, or any duly authorized agents or representatives of OWNER, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnify and hold harmless OWNER, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. 13 16-6588 Logan Boulevard Extensi CA® ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2. All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3. All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Government, Collier County, Florida, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against OWNER for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by OWNER applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by OWNER applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 14 16-6588 Logan Boulevard Extension C'`�O 9.4. CONSULTANT, its subconsultants and OWNER shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by OWNER, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT'S own staff, unless otherwise authorized in writing by the OWNER. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the OWNER. No provision of this Agreement shall, however, be construed as constituting an agreement between the OWNER and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the OWNER beyond such as may then otherwise exist without regard to this Agreement. 10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. CONSULTANT also has identified each subconsultant and subcontractor it intends to utilize on the Project in >5 16-6588 Logan Boulevard ExtensiS Schedule F. All personnel, subconsultants and subcontractors identified in Schedule F shall not be removed or replaced without OWNER'S prior written consent. 10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the OWNER. Each subconsultant or subcontract agreement shall preserve and protect the rights of the OWNER under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the subconsulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub-subconsultants or sub -subcontractors. 10.4. CONSULTANT acknowledges and agrees that OWNER is a third party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between OWNER and any subconsultant or subcontractor. Further, all such contracts shall provide that, at Owner's discretion, they are assignable to OWNER upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT'S acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against OWNER arising out of 16 16-6 Logan Boulevard Extery� !! � this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT'S services nor payment by OWNER shall be deemed to be a waiver of any of OWNER'S rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for OWNER to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT'S failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT'S failure to properly and timely perform the services to be provided hereunder or as directed by OWNER, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT'S principals, officers or directors, or (d) CONSULTANT'S failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT'S failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The OWNER may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that OWNER otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against OWNER shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 17 16-6 Logan Boulevard Exte O 12.3. OWNER shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against OWNER shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against OWNER, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. 12.4. Upon termination and as directed by Owner, the CONSULTANT shall deliver to the OWNER all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Section 6, that are in CONSULTANT'S possession or under its control. 12.5. The OWNER shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT'S sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6. In the event (i) OWNER fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) OWNER otherwise persistently fails to fulfill some material obligation owed by OWNER to CONSULTANT under this Agreement, and (ii) OWNER has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after 18 16-6588 Logan Boulevard Extension G giving OWNER a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to OWNER of CONSULTANT'S intent to terminate this Agreement. If OWNER does not cure its default within fourteen (14) days after receipt of CONSULTANT'S written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the OWNER, terminate the Agreement and recover from the Owner payment for Services performed through the termination date, but in no event shall CONSULTANT be entitled to payment for Services not performed or any other damages from Owner. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth -In -Negotiation Certificate, attached hereto and incorporated herein as Schedule E, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT'S services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONSULTANT agrees that the original Agreement price and any additions thereto shall be 19 16-65 Logan Boulevard ExtenS adjusted to exclude any significant sums by which the OWNER determines the Agreement price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. ARTICLE FOURTEEN CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the OWNER shall be in writing and shall be delivered by hand, by fax, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following OWNER'S address of record: Board of County Commissioners Collier County Florida Procurement Services Division 3327 Tamiami Trail East Naples, FL 34112 Attention: Director, Procurement Services Division Telephone: 239-252-8407 Fax: 239-252-6480 20 16-658 Logan Boulevard Extensio'40 16.2. All notices required or made pursuant to this Agreement to be given by the OWNER to the CONSULTANT shall be made in writing and shall be delivered by hand, by fax or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT'S address of record: KCCS, Inc. 10060 Amberwood Road, Suite 7 Fort Myers, Florida 33913 Phone: 813-871-5331; Fax: 813-871-5135 E -Mail: pwingard@kisingercampo.com Attn: Paul Wingard, PE, LEED AP 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing OWNER, shall promote the best interests of OWNER and assume towards OWNER a duty of the highest trust, confidence, and fair dealing. 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of OWNER. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 21 16-6588 Logan Boulevard Extensio �j 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE Schedule E TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL, SUBCONSULTANTS The CONSULANT's Proposal and RFP # 16-6588 Logan Boulevard Extension, Terms and Conditions, are hereby incorporated by reference. 22 16-6588 Logan Boulevard Exten rAO ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to OWNER the Truth -In -Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT'S compensation shall be adjusted to exclude any sums by which OWNER determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by OWNER of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "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 bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may 23 16-6588 Logan Boulevard Extension CAS not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, 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 s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." ARTICLE TWENTY DISPUTE RESOLUTION 20.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE 21 IMMIGRATION LAW COMPLIANCE 21.1. By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et 24 16-6588 Logan Boulevard Extension o Cho seg. and regulations relating thereto, as either may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. ********** 25 16-6588 Logan Boulevard Extensio04. IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement for CEI Services the day and year first written above. ATTEST: Dwight E. Brock, Clerk Date: Approved as to Form and Legality: ((_?Xs­:s�_i_s_tant County Attorney Name Witness Name and Title Witness Name and Title BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA, By: Donna Fiala, Chairman KCCS, Inc. By: Name and Title 26 16-6588 Logan Boulevard ExtenS( 90 SCHEDULE A SCOPE OF SERVICES Project Description Logan Boulevard Extension Financial Project ID(s): 438268-1-58-01 County Project No.: (TBD) 1.0 PURPOSE: This scope of services describes and defines the Construction Engineering and Inspection (CEI) services which are required for constructability review, value engineering, contract administration, inspection, and materials sampling and testing for the construction project listed below. 2.0 SCOPE: The project for which the services are required are: Financial Project ID: County Project No: (TBD) Logan Boulevard Extension Descriptions: Roadway Improvements Construction will be according to Logan Boulevard Parklands — Phase 2, prepared by DeLisi Fitzgerald, Inc., from the entrance of Parklands RPUD to the Collier / Lee County line. County: Collier Exercise independent professional judgment in performing obligations and responsibilities under this Agreement. Pursuant to Section 4.1.4 of the Construction Project Administration Manual (CPAM), the authority of the Consultant's lead person, such as the Senior Project Engineer, and the Consultant's Project Administrator shall be identical to the Collier County Construction Management Department and shall be interpreted as such. Services provided by the Consultant shall comply with FDOT manuals, procedures, and memorandums in effect as of the date of execution of the Agreement unless otherwise directed in writing by the County. Such FDOT manuals, procedures, and memorandums are found at the State Construction Office's website. On a single Construction Contract, it is a conflict of interest for a professional firm to receive compensation from both the County and the Contractor either directly or indirectly. Other projects developing within the geographical area of Collier County may be added at the County's discretion. The Consultant must perform to the satisfaction of the County's representatives for consideration of additional CEI services. 3.0 LENGTH OF SERVICE: CEI contract will begin 1 month prior to the construction contract NTP and will end 1 month after construction completion. The services for each Construction Contract shall begin upon written notification to proceed by the County. The County Construction Project Manager shall track the execution of the Construction Contract such that the Consultant is given timely authorization to begin work. While no personnel shall be 27 16-6588 Logan Boulevard Extension i-� X90 4.0 assigned until written notification by the County has been issued, the Consultant shall be ready to assign personnel within two weeks of notification. For the duration of the project, coordinate closely with the County and Contractor to minimize rescheduling of Consultant activities due to construction delays or changes in scheduling of Contractor activities. For estimating purposes, the Consultant will be allowed an accumulation of thirty (30) calendar days to perform preliminary administrative services prior to the issuance of the Contractor's notice to proceed on the first project and thirty (30) calendar days to demobilize after final acceptance of the last Construction Contract. The anticipated letting schedules and construction times for the project are tabulated below: CEI Contract Estimate Financial Letting Date Start Date Duration Project ID (Mo/Day/Yr) (Mo/Day/Yr) (Days) 438268-1-58-01 TBD TBD 365 DEFINITIONS: A. Agreement: The Professional Services Agreement between the County and the Consultant setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of services, and the basis of payment. B. Contractor: The individual, firm, or company contracting with the County for performance of work or furnishing of materials. C. Construction Contract: The written agreement between the County and the Contractor setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of labor and materials, and the basis of payment. D. Construction Project Manager: The County employee assigned to manage the Construction Engineering and Inspection Contract and represent the County during the performance of the services covered under this Agreement. E. Construction Training/Qualification Program (CTAP): The Department program for training and qualifying technicians in Aggregates, Asphalt, Concrete, Earthwork, and Final Estimates Administration. Program information is available at CTQP website. F. Consultant: The Consulting firm under contract to the County for administration of Construction Engineering and Inspection services. G. Consultant Project Administrator: The employee assigned by the Consultant to be in charge of providing Construction Contract administration services for one or more Construction Projects. H. Consultant Senior Project Engineer: The Engineer assigned by the Consultant to be in charge of providing Construction Contract administration for one or more Construction Projects. This person may supervise other Consultant employees and act as the lead Engineer for the Consultant. County Construction Manager: The administrative head of the Construction Management Department 28 16-6588 Logan Boulevard Extensio 9 J. Director of Transportation Operations: The Director of Construction, Maintenance, Traffic Operations, Materials, and Safety. K. Division Administrator: The Administrative Head of the County's Growth Management Division, L. Engineer of Record: The Engineer noted on the Construction plans as the responsible person for the design and preparation of the plans. M. FDOT Operations Engineer: The Engineer assigned to a particular County or area to administer Construction and Maintenance Contracts for the FDOT. N. Public Information Officer: The County employee assigned to manage the Public Information Program. O. Resident Compliance Specialist: The employee assigned by the Consultant to oversee project specific compliance functions. P. Resident Engineer: The Engineer assigned to a particular County or area to administer Construction Contracts for the Department. Q. Owner: The Board of County Commissioners for Collier County. Florida. A political subdivision of the State of Florida. R. County: Collier County, a political subdivision of the State of Florida. 5.0 ITEMS TO BE FURNISHED BY THE COUNTY TO THE CONSULTANT: A. The County, on an as needed basis, will furnish the following Construction Contract documents for each project. These documents may be provided in either paper or electronic format. 1. Construction Plans, 5 hard copy sets in size 11" x 17" 2. Specification Package, 5 hard copy sets in size 81/2" x 11" 3. Copy of the Executed Construction Contract, 1 hard copy and 4. Utility Agency's Approved Material List (if applicable). 5. Executed Utility Work Schedules (if applicable) B. A list of all standard forms for use under the terms of this Agreement will be provided in hard copy at the Pre -Services meeting. All directives, procedures, and Standard Forms can be accessed through the County's Internet website. 6.0 ITEMS FURNISHED BY THE CONSULTANT: 6.1 FDOT Documents: All applicable FDOT documents referenced herein shall be a condition of this Agreement. All FDOT documents, directives, procedures, and standard forms are available through the FDOT's Internet website. Most items can be purchased through the following 29 16-65 Logan Boulevard Extensi ,'o address. All others can be acquired through the District Office or on-line at the Department's website. Florida Department of Transportation Maps and Publication Sales 605 Suwannee Street, MS 12 Tallahassee, Florida 32399-0450 Telephone No. (850) 488-9220 http://www.dot.state.fl.us/construction/ 6.2 Office Automation: Provide all software and hardware necessary to efficiently and effectively carry out the responsibilities under this Agreement. Provide each inspection staff with a laptop computer running software needed for project scheduling, documentation, and control (such as, SiteManager application through Citrix, Primavera/Sidetrack, Claim Digger, etc.) connection using a mobile broadband connection at the jobsite. All computer coding shall be input by Consultant personnel using equipment furnished by them. Ownership and possession of computer equipment and related software, which is provided by the Consultant, shall remain at all times with the Consultant. The Consultant shall retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment should be maintained and operational at all times. Current technical specifications for office automation can be viewed at: http://www.dot.state.fl. us/Construction/DesignBuild/ConsultantCEI/OfficeAutomation.shtm 6.3 Field Office: The COUNTY will require a satellite office for this project. The CONSULTANT shall be reimbursed for allowed expenses associated with this satellite office. The office must have at a minimum the following essential items to support the project: Office space within a desired radius to the project for the duration of the project Office telephone Copier rental/lease Consultant shall list this fixed monthly cost as a line item of the cost proposal titled Field Office Expenses", and shall also be listed as such on invoices submitted to the COUNTY for payment. 6.4 Vehicles: Vehicles will be equipped with appropriate safety equipment and must be able to effectively carry out requirements of this Agreement. Vehicles shall have the name and phone number of the consulting firm visibly displayed on both sides of the vehicle. 6.5 Field Equipment: Supply survey, inspection, and testing equipment essential to perform services under this Agreement; such equipment includes non -consumable and non -expendable items. Hard hats shall have the name of the consulting firm visibly displayed. 30 16-6588 Logan Boulevard Extensio (,� O Equipment described herein and expendable materials under this Agreement will remain the property of the Consultant and shall be removed at completion of the work. Handling of nuclear density gauges shall be in compliance with their license. Retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment shall be maintained and in operational condition at all times. 6.6 Licensing for Equipment Operations: Obtain proper licenses for equipment and personnel operating equipment when licenses are required. The license and supporting documents shall be available for verification by the County, upon request. Radioactive Materials License for use of Surface Moisture Density Gauges shall be obtained through the State of Florida Department of Health. 7.0 LIAISON RESPONSIBILITY OF THE CONSULTANT: For the duration of the Agreement, keep the County's Construction Project Manager in Responsible Charge informed of all significant activities, decisions, correspondence, reports, and other communications related to its responsibilities under this Agreement. Facilitate communications between all parties (i.e. architectural, mechanical, materials, landscaping, local agencies, etc.) ensuring responses and resolutions are provided in a timely manner. Maintain accurate records to document the communication process. Submit all administrative items relating to Invoice Approval, Personnel Approval, User IDs, Time Extensions, and Supplemental Amendments to the Construction Project Manager for review and approval. 8.0 PERFORMANCE OF THE CONSULTANT: During the term of this Agreement and all Supplemental Amendments thereof, the County will review various phases of Consultant operations, such as construction inspection, materials sampling and testing, and administrative activities, to determine compliance with this Agreement. Cooperate and assist County representatives in conducting the reviews. If deficiencies are indicated, remedial action shall be implemented immediately. County recommendations and Consultant responses/actions are to be properly documented by the Consultant. No additional compensation shall be allowed for remedial action taken by the Consultant to correct deficiencies. Remedial actions and required response times may include but are not necessarily limited to the following: A. Further subdivide assigned inspection responsibilities, reassign inspection personnel, or assign additional inspection personnel, within one week of notification. B. Immediately replace personnel whose performance has been determined by the Consultant and/or the County to be inadequate. C. Immediately increase the frequency of monitoring and inspection activities in phases of work that are the Consultant's responsibility. D. Increase the scope and frequency of training of the Consultant personnel. 31 16-6588 Logan Boulevard Extensio c�0 9.0 REQUIREMENTS OF THE CONSULTANT: 9.1 General: It shall be the responsibility of the Consultant to administer, monitor, and inspect the Construction Contract such that the project is constructed in reasonable conformity with the plans, specifications, and special provisions for the Construction Contract. Observe the Contractor's work to determine the progress and quality of work. Identify, discrepancies, report significant discrepancies to the County, and direct the Contractor to correct such observed discrepancies. Consult with the Construction Project Manager as necessary and direct all issues, which exceed delegated authority to the Construction Project Manager for action or direction. Inform the Construction Project Manager of any significant omissions, substitutions, defects, and deficiencies noted in the work of the Contractor and the corrective action that has been directed to be performed by the Contractor. 9.2 Survey Control: Check or establish the survey control baseline(s) along with sufficient baseline control points and bench marks at appropriate intervals along the project in order to: (1) make and record measurements necessary to calculate and document quantities for pay items, (2) make and record pre -construction and final cross section surveys of the project site in those areas where earthwork (i.e., embankment, excavation, subsoil excavation, etc.) is part of the construction project, and (3) perform incidental engineering surveys. 9.3 On-site Inspection: Monitor the Contractor's on-site construction activities and inspect materials entering into the work in accordance with the plans, specifications, and special provisions for the Construction Contract to determine that the projects are constructed in reasonable conformity with such documents. Maintain detailed accurate records of the Contractor's daily operations and of significant events that affect the work. The Consultant will monitor off-site activities and fabrication unless otherwise stipulated by this Agreement. Monitor and inspect Contractor's Work Zone Traffic Control Plan and review modifications to the Work Zone Traffic Control Plan, including Alternate Work Zone Traffic Control Plan, in accordance with the FDOT's procedures. Consultant employees performing such services shall be qualified in accordance with the FDOT's guidelines of Traffic Training (Topic No. 625-010-010-a) 9.4 Sampling and Testing: Perform sampling and testing in conjunction with an independent, licensed laboratory, whose selection has been approved in writing by the Construction Project Manager, hired by the Consultant, sampling and testing of component materials and completed work items so that the materials and workmanship incorporated in the project are in reasonable conformity with the plans, specifications and contract provisions. The minimum sampling frequencies set out in the FDOT's Materials Sampling, Testing and Reporting Guide shall be met. In complying with the aforementioned guide, provide daily surveillance of the Contractor's Quality Control activities and perform the sampling and testing of materials and completed work items for verification and acceptance. 32 16-6588 Logan Boulevard Extensioyr—, Ci® The Consultant will perform inspection and sampling of materials and components at locations remote from the project site and perform testing of materials normally done in a laboratory remote from the project site. Determine the acceptability of all materials and completed work items on the basis of either test results or verification of a certification, certified mill analysis, DOT label, DOT stamp, etc. The County will monitor the effectiveness of the Consultant's testing procedures through observation and independent assurance testing. Sampling, testing and laboratory methods shall be as required by the FDOT's Standard Specifications, Supplemental Specifications or as modified by the Special Provisions of the Construction Contract. Documentation reports on sampling and testing performed by the Consultant shall be submitted during the same week that the construction work is done. Transport laboratory samples to the appropriate laboratory. The Consultant shall provide daily surveillance of the Contractor's Quality Control activities at the project site in regard to concrete and perform acceptance sampling at the specified frequency. Supply CTQP (Construction Training Qualification Program) qualified technicians for concrete inspection. Supply CTQP qualified Asphalt Paving and Plant Technicians for asphalt inspection. Supply CTQP qualified Earthwork Construction Inspection Technicians for embankment, pipe backfill, subgrade, base and asphalt inspection. 9.5 Engineering Services: During Construction the Consultant shall coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Services shall include maintaining the required level of surveillance of Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract. Maintain complete, accurate records of all activities and events relating to the project and properly document all project changes. The following services shall be performed: (1) Attend a pre -service meeting for the Agreement within ten (10) business days after the Notice -to -Proceed in accordance with Procedure 700-000-000-a. Provide appropriate staff to attend and participate in the pre -service meeting. At the pre -service meeting the CONSULTANT shall submit Action Request packages for Personnel Approval for immediate staff needs and a copy/ computer file of the final negotiated staffing. The CONSULTANT shall record a complete and concise record of the proceedings of the meeting and distribute copies of these minutes to the participants and other interested parties within seven (7) days of the meeting date. (2) Prepare and submit to the Construction Project Manager for county approval, within thirty (30) days after the pre -service meeting, a hard copy of the project specific CONSULTANT Contract administration documents listed below. The CONSULTANT Contract administration documents, which shall be routinely used by the CONSULTANT throughout the project, shall be in the format and content provided by Collier County Construction Management Department. 33 16-6588 Logan Boulevard Extensiop^\ The CONSULTANT Contract administration documents consist of but are not limited to the documents listed below: a. Action Request Form b. Contract Status Report, or other approved fund tracking report c. CEI CONSULTANT Firm Estimated Staffing (completed in accordance with the original CONSULTANT Contract agreement) d. CEI CONSULTANT Fee Proposal e. CEI CONSULTANT Data (3) Schedule and conduct a Pre -construction conference in accordance with Article 8-3.5 of the FDOT Standard Specification for Road and Bridge Construction. The purpose of these meetings is to discuss the required documentation, including as-builts, necessary for permit(s) compliance. Record significant information revealed and decisions made at this conference and distribute copies of these minutes to the appropriate parties. The meeting shall also be electronically recorded and the CONSULTANT shall maintain all tapes of the meeting for the duration of the Contract. (4) Verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures associated with the project. For each project that requires the use of the NPDES General Permit, provide at least one inspector who has successfully completed the "Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors". The Consultant's inspector will be familiar with the requirements set forth in the FEDERAL REGISTER, Vol. 57, No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final NPDES General Permits for Storm Water Discharges from Construction Sites" and the Department's guidelines. (5) Analyze the Contractor's schedule(s) (i.e. baseline(s), revised baseline(s), updates, as -built, etc.) for compliance with the contract documents. Elements including, but not limited to, completeness, logic, durations, activity, flow, milestone dates, concurrency, resource allotment, and delays will be reviewed. Verify the schedule conforms with the construction phasing and MOT sequences, including all contract modifications. Provide a written review of the schedule identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in CPAM. (6) Analyze problems that arise on a project and proposals submitted by the Contractor; work to resolve such issues, and process the necessary paperwork. (7) Monitor, inspect and document utility construction for conformance with Utility Agency's Standards and the Utility Agency's Approved Materials List. Facilitate coordination and communication between Utility Agency's representatives, Department's staff and Contractors executing the work. Identify potential utility conflicts and assist in the resolution of utility issues including Department and Local Government owned facilities. Identify, review, and track progress of Joint Project Agreements, and/or other Department and utility agreements. Address work progress, track 34 16-6588 Logan Boulevard ExtenG reimbursement activities, and address betterment and salvage determination. Prepare all necessary documentation to support reimbursement activities and betterment and salvage determination. (8) Produce reports, verify quantity calculations and field measure for payment purposes as needed to prevent delays in Contractor operations and to facilitate prompt processing of such information in order for the Department to make timely payment to the Contractor. (9) Prepare and make presentations for meetings and hearings before the Dispute Review Boards in connection with the project covered by this Agreement. (10) Monitor each Contractor and Subcontractor's compliance with specifications and special provisions of the Construction Contract in regard to payment of predetermined wage rates in accordance with FDOT procedures. (11) Prepare and submit to the Construction Project Manager monthly, a Construction Status Reporting System (CSRS) report, in a format to be provided by the County. (Not applicable) (12) Video tape the pre -construction conditions throughout the project limits. Provide a digital photo log or video of project activities, with heavy emphasis on potential claim items/issues and on areas of real/potential public contro- versy. (13) Provide a digital camera for photographic documentation of pre -construction state and of noteworthy incidents or events during construction. These photographs will be filed and maintained on the Consultant's computer using a Digital Photo Management system. Photographs shall be taken the day prior to the start of construction and continue as needed throughout the project. Photographs shall be taken the days of Conditional, Partial and Final Acceptance. 10.0 PERSONNEL: 10.1 General Requirements: Provide qualified personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. Acceptable staffing of personnel to be assigned to this project is outlined in Exhibit "A -A." 10.2 Personnel Qualifications: Provide competent personnel qualified by experience and education. Submit in writing to the Construction Project Manager the names of personnel proposed for assignment to the project, including a detailed resume for each containing at a minimum: salary, education, and experience. The Consultant Action Request form for personnel approval shall be submitted to the Construction Project Manager at least two weeks prior to the date an individual is to report to work. 35 16-6588 Logan Boulevard Extension9 C`Qt� Personnel identified in the Consultant technical proposal are to be assigned as proposed and are committed to performing services under this Agreement. Personnel changes will require written approval from the Construction Project Manager. Staff that has been removed shall be replaced by the Consultant within one week of Construction Project Manager Notification. Before the project begins, all project staff shall have a working knowledge of the current CPAM and must possess all the necessary qualifications/certifications for fulfilling the duties of the position they hold. Cross training of the Consultant's project staff is highly recommended to achieve a knowledgeable and versatile project inspection team but shall not be at any additional cost to the County and should occur as workload permits. Visit the training page on the State Construction Office website for training dates. Minimum qualifications for the Consultant personnel are set forth as follows. Exceptions to these minimum qualifications will be considered on an individual basis. However, a Project Administrator working under the supervision and direction of a Senior Project Engineer or an Inspector working under the supervision and direction of a Senior Inspector shall have six months from the date of hire to obtain the necessary qualifications/certifications provided all other requirements for such positions are met and the Consultant submits a training plan detailing when such qualifications/certifications and other training relative to the FDOT's procedures, Specifications and Design Standards will be obtained. The County Construction Manager or designee will have the final approval authority on such exceptions. 10.3 Staffing: Once authorized, the Consultant shall establish and maintain appropriate staffing throughout the duration of construction and completion of the final estimate. Responsible personnel, thoroughly familiar with all aspects of construction and final measurements of the various pay items, shall be available to resolve disputed final pay quantities until the County has received a regular acceptance letter. Construction engineering and inspection forces will be required of the Consultant while the Contractor is working. If Contractor operations are substantially reduced or suspended, the Consultant will reduce its staff appropriately. In the event that the suspension of Contractor operations requires the removal of Consultant forces from the project, the Consultant will be allowed ten (10) days maximum to demobilize, relocate, or terminate such forces. 11.0 QUALITY ASSURANCE (QA) PROGRAM: 11.1 Quality Assurance Plan: Within thirty (30) days after receiving award of an Agreement, furnish a QA Plan to the Construction Project Manager. The QA Plan shall detail the procedures, evaluation criteria, and instructions of the Consultant's organization for providing services pursuant to this Agreement. Unless specifically waived, no payment shall be made until the County approves the Consultant QA Plan. Significant changes to the work requirements may require the Consultant to revise the QA Plan. It shall be the responsibility of the Consultant to keep the plan current with the work requirements. The Plan shall include, but not be limited to, the following areas: 36 16-6 Logan Boulevard Exten S) A. Organization: A description is required of the Consultant QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibilities and autonomy of the QA organization shall be detailed as well as the names and qualifications of personnel in the quality control organization. B. Quality Assurance Reviews: Detail the methods used to monitor and achieve organization compliance with Agreement requirements for services and products. C. Quality Assurance Records: Outline the types of records which will be generated and maintained during the execution of the QA program. D. Control of Subconsultants and Vendors: Detail the methods used to control subconsultant and vendor quality, E. Quality Assurance Certification: An officer of the Consultant firm shall certify that the inspection and documentation was done in accordance with FDOT specifications, plans, standard indexes, and Department procedures. 11.2 Quality Assurance Reviews: Conduct semi-annual Quality Assurance Reviews to ensure compliance with the requirements of the Agreement. Quality Assurance Reviews shall be conducted to evaluate the adequacy of materials, processes, documentation, procedures, training, guidance, and staffing included in the execution of this Agreement. Quality Assurance Reviews shall also be developed and performed to achieve compliance with specific QA provisions contained in this Agreement. The semi-annual reviews shall be submitted to the Construction Project Manager in written form no later than one (1) month after the review. On short duration CEI projects (nine (9) months or less), the CEI shall perform an initial QA review within the first two (2) months of the start of construction. On asphalt projects, the CEI shall perform an initial QA review on its asphalt inspection staff after the Contractor has completed ten (10) full work days of mainline asphalt paving operations, or 25% of the asphalt pay item amount (whichever is less) to validate that all sampling, testing, inspection, and documentation are occurring as required of the CEI staff. 11.3 Quality Records: 5.0 Maintain adequate records of the quality assurance actions performed by the organization (including subcontractors and vendors) in providing services and products under this Agreement. All records shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective actions taken. All records shall be available to the Department, upon request, during the Agreement term. All records shall be kept at the primary job site and shall be subject to audit review. 12.0 CERTIFICATION OF FINAL ESTIMATES: 12.1 Final Estimate and As -Built Plans Submittal: 37 16-6588 Logan Boulevard Extension�l AO Prepare documentation and records in compliance with the Agreement, Statewide Quality Control (QC) Plan, or Consultant's approved QC Plan and the FDOT's Procedures as required by Section 4.1.4 of Review and Administration Manual. Submit the Final Estimate(s) and one (1) set of final "as -built plans" documenting the Contractor's work in accordance with the Review and Administration Manual. Revisions to the Certified Final Estimate will be made at no additional cost to the Department. 12.2 Certification: Consultant personnel preparing the Certified Final Estimate Package shall be CTQP Final Estimates Level ll. Duly authorized representative of the Consultant firm will provide a notarized certification on a form pursuant to FDOT's procedures. 12.3 Offer of Final Payment: (Not applicable) Prepare the Offer of Final Payment package as outlined in Chapter 14 of the Review and Administration Manual. The package shall accompany the Certified Final Estimates Package submitted to the Construction Project Manager for review. The Consultant shall be responsible for forwarding the Offer of Final Payment Package to the Contractor. 13.0 AGREEMENT MANAGEMENT: 13.1 General: With each monthly invoice submittal, the Consultant will provide a Status Report for the Agreement. This report will provide the an accounting of the additional Agreement calendar days allowed to date, an estimate of the additional calendar days anticipated to be added to the original schedule time, an estimate of the Agreement completion date, and an estimate of the Consultant funds expiration date per the Agreement schedule for the prime Consultant and for each subconsultant. The Consultant will provide a printout from the Equal Opportunity Reporting System showing the previous month's payments made to subconsultants. Invoices not including this required information may be rejected. When the Consultant identifies a condition that will require an amendment to the Agreement, the Consultant will communicate this need to the Construction Project Manager for acceptance. Upon acceptance, prepare and submit an Amendment Request (AR), and all accompanying documentation to the Construction Project Manager for approval and further processing. The AR is to be submitted at such time to allow the County 12 weeks to process, approve, and execute the AR. The content and format of the AR and accompanying documentation shall be in accordance with the instructions and format to be provided by the County. The Consultant is responsible for performing follow-up activities to determine the status of each Amendment Request submitted to the County. 13.2 Invoicing Instructions: Monthly invoices shall be submitted to Collier County in a format approved by Collier County, no later than the 20`h day of the month following the month being invoiced. 38 16-6588 Logan Boulevard ExtensiS O If the CONSULTANT cannot submit their monthly invoice on time, the CONSULTANT shall notify Collier County, prior to the due date the reason for the delay and the planned submittal date. Once submitted, the CONSULTANT shall notify the Construction Project Manager via Email of the total delay in calendar days and the reason(s) for the delay(s). All invoices shall be submitted to Collier County in hard copy format. 14.0 OTHER SERVICES: Upon written authorization by the Construction Project Manager, the Consultant will perform additional services in connection with the project not otherwise identified in this Agreement. The following items are not included as part of this Agreement, but may be required by the County to supplement the Consultant services under this Agreement. A. Assist in the timely preparation of all claims and necessary rebuttals with the organization of any and all supporting documentation as needed or required by Collier County pursuant to the Collier County Alternative Dispute Resolution Procedures. B. Provide qualified engineering witnesses and exhibits for any litigation or hearings in connection with the Contract. C. Assist the County Attorney or his designee as directed in the preparation for Binding Arbitration and Pre -Suit Mediation. D. Provide on- and off-site inspection services in addition to those provided for in this Agreement. 15.0 POST CONSTRUCTION CLAIMS REVIEW: In the event the Consultant for the project submits a claim for additional compensation and/or time after the CONSULTANT has completed this Agreement, the CONSULTANT shall, at the written request from Collier County, analyze the claim, prepare a recommendation to the Construction Project Manager covering validity and reasonableness of charges, and/or assist in negotiations leading to settlement of the claim. Compensation will be separately reimbursed by a Supplement to this Agreement. 16.0 CONTRADICTIONS: In the event of a contradiction between the provisions of this Scope of Services and the Consultant's proposal as made a part of their Agreement, the provisions of the Scope of Services shall apply. 17.0 COUNTY AUTHORITY The County shall be the final authority in considering modifications to the Construction Contract for time, money or any other consideration except matters agreed to by the Contractor through contract changes negotiated by the Consultant, as authorized in Section 9.1 herein. 39 16-65 �o Logan Boulevard Extensi SCHEDULE B BASIS OF COMPENSATION TIME AND MATERIAL 1. MONTHLY STATUS REPORTS B.1.1 As a condition precedent to payment, CONSULTANT shall submit to OWNER as part of its monthly invoice, a progress report reflecting the Project design and construction status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any then -authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. B.2.1. For the Basic Services provided for in this Agreement, OWNER agrees to make monthly payments to CONSULTANT based upon CONSULTANT'S Direct Labor Costs and Reimbursable Expenses in accordance with the terms stated below. Provided, however, in no event shall such compensation exceed the amounts set forth in the table below. TASK DESCRIPTION NOT TO EXCEED AMOUNT: 1 Management Construction Engineering Services $107,382 2 Inspection Services $323,569 3 Testing Services $5,213 4 Survey Services $7,790 TOTAL FEE 1443,954 B.2.2. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT'S personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment I to this Schedule B. B.2.3. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by OWNER, regarding CONSULTANT'S Direct Labor Costs incurred at the time of billing, to be reviewed and approved by OWNER. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, OWNER agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provisions of Section 3.5.1 below. There shall be no overtime pay on Basic Services or Additional Services without OWNER'S prior written approval. 40 16-65AO Logan Boulevard Extension B.2.5. The compensation provided for under Sections 2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6 Notwithstanding anything in this Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by OWNER, pending resolution of the dispute provided that OWNER continues to pay to CONSULTANT all amounts that OWNER does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS: B.3.1. CONSULTANT shall submit, with each of the monthly status reports provided for under Section 1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees and Reimbursable Expenses earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by Owner. Additionally, the number of the purchase order granting approval for such services shall appear on all invoices. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT'S letterhead and must include the Purchase Order Number and the Project name and shall not be submitted more than one time monthly. B.3.3 Notwithstanding anything herein to the contrary, in no event may CONSULTANT'S monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task limits set forth in the table in Section 2.1 by the percentage Owner has determined CONSULTANT has completed such task as of that particular monthly billing. B.3.4 Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.5 Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for Additional Services, CONSULTANT shall be limited to a 41 16-65 Logan Boulevard Extensi (QAQ El® maximum markup of 5% on the fees and expenses associated with such subconsultants and subcontractors. B.3.5.1 Reimbursable Expenses associated with Additional Services must comply with section 112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.5.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.5.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by OWNER. Such expenses, if approved by OWNER, may include coach airfare, standard accommodations and meals, all in accordance with section 112.061, F.S. Further, such expenses, if approved by OWNER, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. 13.3.5.13. Permit Fees required by the Project. B.3.5.1.4 Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. B.3.5.1.5 Expense of models for the County's use. B.3.5.1.6 Other items on request and approved in writing by the OWNER. 42 16-6588 Logan Boulevard Extensi A® Attachment 1 SCHEDULE B CONSULTANT'S HOURLY RATE SCHEDULE Title Standard..Hourly Rate Principal $206 Senior Project Manager $172 Project Manager $147 Senior Engineer $157 Engineer $123 Senior Inspector $96 Inspector $76 Clerical/Administrative Assistant $62 The above hourly rates are applicable to Time and Materials projects only and may not be all inclusive. Additional hourly rates for other personnel may be added upon mutual agreement in advance and in writing by the Project Manager and the Consultant, without further Board approval. Subconsultant(s) fees are included in the Schedule B, Section B.2.1. Invoices for Subconsultant(s) services which have been provided on a Time and Materials basis and shall include a reference to the appropriate task at the time the invoice is submitted, along with Subconsultant(s) associated hourly rate. 43 16-6588 Logan Boulevard Extension ! ` O SCHEDULE C PROJECT MILESTONE SCHEDULE 1 Management Construction Engineering Services 425 Days'' 2 Inspection Services 425 Da s 3 Testing Services As Needed 4 Survev Services As Needed *The cumulative number days are based on the following: 7) I asks 7 & 2 - 30 days for "pre -construction" activities, 365 days for CEI construction services and 30 days for post -construction activities. 2) Tasks 3 & 4 - The number of Testing and Survey days are unknown at this time. Both services will be used on an "as needed" basis. 44 16-6O Logan Boulevard Exten SCHEDULE D INSURANCE COVERAGE (1) The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT'S sole responsibility. (2) The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. (3) Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the OWNER or as specified in this Agreement, whichever is longer. (4) Certificates of insurance (3 copies) acceptable to the OWNER shall be filed with the OWNER within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance polices required shall be provided to OWNER, on a timely basis, if requested by OWNER. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the OWNER. CONSULTANT shall also notify OWNER, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein 45 16-Q Logan Boulevard Exten shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under, such policy. (5) All insurance coverages of the CONSULTANT shall be primary to any insurance or self insurance program carried by the OWNER applicable to this Project. (6) The acceptance by OWNER of any Certificate of Insurance does not constitute approval or agreement by the OWNER that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. (7) CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in -this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the OWNER. (8) Should at any time the CONSULTANT not maintain the insurance coverages required herein, the OWNER may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between OWNER and CONSULTANT. The OWNER shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the OWNER to ppr,chase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. 46 16-6588 Logan Boulevard Extensio 9 (9) If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the OWNER, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the OWNER with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and OWNER may terminate the Agreement for cause. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Required by this Agreement? _X Yes No (1) Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: F,.., a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability (check one, if applicable) X $1,000,000 Each Accident $1,000,000 Disease Aggregate $1,000,000 Disease Each Employee (2) The insurance company shall waive all claims rights against the OWNER and the policy shall be so endorsed. (3) United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. Applicable X_ Not Applicable 47 16-6588 Logan Boulevard Extension CSO (4) Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Applicable X, Not Applicable COMMERCIAL GENERAL LIABILITY Required by this Agreement? X_ Yes No (1) Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the OWNER of the work under this Agreement. Limits of Liability shall not be less than the following: X Single Limit per Occurrence $1,000,000 Products/Completed Operations Aggregate $2,000,000 Aggregate $2,000,000 (2) The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self-insured 48 16-6 Logan Boulevard Exten 0 retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. (3) The OWNER, Collier County Government, shall be named as an Additional Insured and the policy shall be endorsed that such coverage shall be primary to any similar coverage carried by the OWNER. (4) Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. Applicable _X_ Not Applicable (5) Aircraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Applicable X_ Not Applicable AUTOMOBILE LIABILITY INSURANCE Required by this Agreement? X Yes No (1) Automobile Liability Insurance shall be maintained by the CONSULTANT for the ownership, maintenance or use of any owned, non -owned or hired vehicle with limits of not less than: X Bodily Injury & Property Damage - $1,000,000 UMBRELLA LIABILITY 49 16-6588 C�® Logan Boulevard Extension (1) Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. (2) The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary Insurance. PROFESSIONAL LIABILITY INSURANCE Required by this Agreement? _X Yes No (1) Professional Liability Insurance shall be maintained by the CONSULTANT to insure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recover against OWNER as to any claims under this insurance. Such insurance shall have limits of not less than: X $1,000,000 each claim and in the aggregate (2) Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the OWNER. (3) The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the OWNER. (4) The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or OWNER, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit 50 C`$O 16-6588 Logan Boulevard Extension Certificates of Insurance providing for an unqualified written notice to OWNER of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify OWNER by certified mail, within twenty- four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by OWNER. VALUABLE PAPERS INSURANCE (1) In the sole discretion of the County, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. PROJECT PROFESSIONAL LIABILITY (1) If OWNER notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with OWNER and OWNER'S insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT'S professional liability policy. If no credit is available from CONSULTANT'S current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to OWNER. Should no credit accrue to OWNER, OWNER and CONSULTANT, agree to negotiate in good faith a credit on behalf of OWNER for the provision of project -specific professional liability insurance policy in consideration for a 51 16-65 Logan Boulevard Extens reduction in CONSULTANT'S self-insured retention and the risk of uninsured or underinsured consultants. (2) CONSULTANT agrees to provide the following information when requested by OWNER orOWNER'S Project Manager: a. The date the professional liability insurance renews. b. Current policy limits. C. Current deductibles/self-insured retention. d. Current underwriter. e. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. f. Cost of professional insurance as a percent of revenue. g. Affirmation that the design firm will complete a timely project errors and omissions application. (3) If OWNER elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and OWNER will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D 52 16 - Logan Boulevard Extens SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, KCCS, Inc., hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning CEI Services for Logan Boulevard Extension are accurate, complete and current as of the time of contracting. KCCS, Inc. TITLE: DATE: 53 16-658 9(C Logan Boulevard Extension SCHEDULEF KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS Name Personnel Category % of time Paul Wingard, P.E. (KCCS) Anthony Acuti (KCCS) Rhonda Venuto (KCCS) Carlton Norton (E&R) To Be Determined (Tierra) Senior CEI Project Engineer Senior CEI Inspector Secretary/Clerical CEI Inspector Asphalt Plant Inspector To Be Determined (EFG) Survey Crew To Be Determined (Ardaman) Material Testing Technician 54 12% (average) 100% 40% 100% As needed As needed As needed 16-658 Logan Boulevard Extensi ® (Newt/ Igo .1xj pnig ue6oi : ;co ) (aBed ))lueU leuU 9899-91. :1118uni3e11V cNi to to (ci o_ ,... ...... a) .,t 0 as 0.. C) o o o O o o o o o o . . . O celZ (..) CCC O C et E a) Tu ci) 0 N— N C., o-) ca u. a) < a) , — C) C C) 0 E u) c (I) w = O C — o 0 2 -) c c %- Cs1 CI O Cg u. CD CZ C E) c < e — •-• N 01 <-1 4.7. C 0 b.0 03 () 0_ C .0 0 "-) e- N CI " $.1 2 C) 0 a_ u) T- N CI C 15 cl, 0 -0- co 0 0 c o c x a) 11:201 E c > u) a) g(5 co 0 E o 0 ,el co 00 co 1 13)A L4 g -,. CO ,,, Z .-1) (13 C ..- aC-. a) _ to - o 0 ; E c o 2 a. 6 0 c ci) 1— 0 0 '' 0 1- u. 7-1 0 0 0 < Qi— 6.A.32.6 REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. Colter County Administrative Services Department Procurement Sere€ces Division 0 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation o 16-6588 Logan Boulevard Extension N Gi t0 Q Evelyn Colon, Procurement Strategist (239) 252-2667(Telephone) (239) 252-2810(Fax) evelyncolon@colliergov.net(Email) c°n co co This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. co Prcazezneat Serapes Dragon•3327 Taman Trail East•Naples,Ronda 34112-4901.239-252-8407.mew colkergov.neVprocurementsenrices Packet,Pg.607 16.A.32.c Table of Contents LEGAL NOTICE 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS 9 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 14 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP 18 ATTACHMENT 1: CONSULTANT'S NON-RESPONSE STATEMENT 26 ATTACHMENT 2: CONSULTANT CHECK LIST 27 x w ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT 28 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT 29 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION 31 ATTACHMENT 6: CONSULTANT SUBSTITUTE W—9 32 us ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS 33 N ATTACHMENT 8: REFERENCE QUESTIONNAIRE 35 -- a L co Q Co d• 0 U 0 00 OD Lc) 0 ti9 C a) CIS E L U 16-6588 Logan Boulevard Extension 2 Packet Pg. 608 16A32.c COL w Coin► Administrative Sens Department Procuernent Services D vision Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide Construction Engineering and Inspection (CEI) services will be received until 3:00PM, Naples local time, on April 14, 2016 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation 16-6588 Logan Boulevard Extension U Services to be provided may include, but not be limited to the following: Construction Engineering w and Inspection (CEI) services. -0 A pre-proposal conference is not applicable for this solicitation. c, 0 All statements should be made upon the official proposal form which must be obtained only on J the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. Q co v BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, U .0 co co BY: /S/ Joanne Markiewicz Director, Procurement Services Division This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasinq and in the Lobby of Purchasing Building "G", Collier County Government Center on March 24, 2016. 16-6588 Logan Boulevard Extension 3 Packet Pg 609 16.A.32.c' Exhibit I: Scope of Work, Specifications and Response Format As requested by the Growth Management Division (hereinafter, the "Division"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. -a Brief Description of Purchase w This scope of services describes and defines the Construction Engineering and Inspection (CEI) services which are required for constructability review, value engineering, contract u.l administration, inspection, and materials sampling and testing for the Logan Boulevard Extension construction project. Historically, County departments have spent approximately $527,947.00. 0 Detailed Scope of Work See Exhibit A attached. N Term of Contract c ea or The CEI Services Contract shall begin approximately thirty (30) days prior to written v notification to proceed to the Contractor for the Construction Contract and end thirty (30) days after final acceptance of the Construction Contract. Projected Solicitation Timetable .� 0 N The following projected timetable should be used as a working guide for planning purposes o only. The County reserves the right to adjust this timetable as required during the course of the RFP process. a Event Date Issue Solicitation Notice March 24, 2016 Last Date for Receipt of Written Questions April 1, @ 3:00PM Addendum Issued Resulting from Written Questions or Pre-Proposal April 5, 2016 Conference Solicitation Deadline Date and Time April 14, 2016 @ 3:00PM Anticipated Evaluation of Submittals April 2016 Anticipated Board of County Commissioner's Ranking Approval Date May 2016 Anticipated Completion of Contract Negotiations May 2016 Anticipated Board of County Commissioner's Contract Approval Date June-July 2016 16-6588 Logan Boulevard Extension 4 Packet Pg.610 16.A 32.c Response Format The Consultant understands and agrees to abide by all of the RFP specifications, provisions,terms and conditions of same, and all ordinances and policies of Collier County. The Consultant further agrees that if the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Consultant's approach and ability to meet the County's needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for ; proposal submission is strongly encouraged. c The items listed below are to be submitted with each proposal and submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by '' tabs. Failure by a Consultant to include all listed items may result in the rejection of its M proposal. ^`. Proposals will be assessed minus (-1) point for each additional page over the limit as described for each section below. a oo Tab I, Cover Letter/ Management Summary(5 Points) In this tab, include: .470 Provide a cover letter, signed by an authorized officer of the firm, indicating the c°n underlying philosophy of the firm in providing the services stated herein. CCo Include the name(s), telephone number(s) and email(s)of the authorized contact person(s)concerning proposal. Submission of a signed Proposal is Consultant's certification that the Consultant will accept any awards as a result of this RFP. as Tab II, Consultant Approach and Understanding of the Logan Boulevard Extension Project(35 Points, 5 page maximum) In this tab, include: Provide a narrative portraying the Consultants understanding of the project and what approach will be used to manage/monitor the project during construction. Identify and describe the key features of the project that are crucial to successful completion of construction. Explain what the potential risks are and what the Consultant's team will do to manage and or mitigate these risks during construction. The narrative should focus on the specific aspects of the Logan Boulevard Extension Project. 16-6588 Logan Boulevard Extension 5 Packet Pg 611 16.A32.c Tab Ill, Qualifications/Certifications and Experience of the Assigned Team and Staff(35 Points, 5 page maximum) In this tab, include: Provide a brief narrative and/or chart(s) demonstrating the qualifications and certifications of the assigned team and staff that are relative to successful completion of the project herein. Experience and successful performance of the assigned team and staff on projects similar to those indicated herein is preferred. (Resumes and Certifications of the assigned team/staff must be provided under this tab, but do not count against the page maximum for this tab). See Exhibit "A", for personnel qualification and certification requirements. Please note: FDOT Certification of the -a Consultant's Project Administrator is a requirement of the contract. Tab IV, Performance of the Consultant (20 Points) In this tab, include: w Provide the following information in the format listed below in order to be considered `m responsive and to provide comparative scoring. Vendors who do not provide information in the format described below may receive the lowest number of points allowable in this criteria. -' i. Identify the number of FDOT Certified staff presently employed by the firm. ii. Identify the number of successfully performed [completed or active] CEI and related services Q projects performed by the Consultant that included oo all three (3) Rule Chapter 14-75 types of work during the last five (5)years: o a. 10.1 — Roadway CEI r b. 10.3—Construction Materials Inspection, and c. 10.4— Minor Bridge and Miscellaneous co Structures CEI iii. Identify the number of projects with alternate co combinations of work types; all projects must include "10.1 — Roadway CEI" as a minimum during the last five (5) years. .� TOTAL (Add lines 1 —3 and;enter total) (Add lines 1 — 3) Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each consultant's information provided in this area: • The County shall total each of the consultant's responses and create a ranking from highest number to lowest number(TOTAL). Responses marked with an N/A or not completed (or some similar notation will be given the score of zero (0)). Consultants who do not turn in information as requested will be given the lowest number of criteria points (0). 16-6588 Logan Boulevard Extension 6 Packet Pg. 612 16.A 32.c • The greatest number of criteria points allowed in this criterion will be awarded to the agency who has the highest TOTAL. • The next highest consultant's TOTAL will be divided by the highest consultant's TOTAL which will then be multiplied by criteria points to determine the consultant's criteria points awarded. Each subsequent consultant's criteria point score will be calculated in the same manner. • Points awarded will be extended to the first decimal point(per Microsoft Excel). The points awarded by consultant will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the consultant's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per consultant. The Selection Committee may, at their sole discretion modify the criteria points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. w c) Tab V, References (5 Points) x w In order for the Consultant to be awarded any points for this tab, the County requests that the Consultant submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) J submitted by the Consultant in their proposal. M Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Consultant's information provided in this area: 0, • The County will total each of the Consultant's five reference questionnaires and �. create a ranking from highest number of points to lowest number of points. co References marked with an N/A(or similar notation will be given the score of zero (0)). Consultants who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the 03 Consultant who has the highest score. • The next highest Consultant's number of points will be divided by the highest Consultant's points which will then be multiplied by criteria points to determine the co Consultant's points awarded. Each subsequent Consultant's point score will be 00 calculated in the same manner. • Points awarded will be extended to the whole number per Microsoft Excel. c m E For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Consultant Total Consultant Name Points Awarded Reference.Score Consultant ABC 445 5 Consultant DEF 435 4.8 Consultant GHI 425 4.7 Consultant JKL 385 4.3 Consultant MNO 385 4.3 Consultant PQR 250 2.8 Note:Sample chart reflects a 20 point reference criterion. 16-6588 Logan Boulevard Extension 7 Packet Pg.613 16.A.32.c The points awarded by Consultant will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the Consultant's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per Consultant. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Consultant may result in evaluation point deduction(s)and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and w Selection Committee. -0 m C Tab VII, Required Form Submittals c • Attachment 2: Consultant Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Consultant Declaration Form' • Attachment 5: Immigration Affidavit and company's E-Verify profile page and 7.7 memorandum of understanding • Attachment 6: Consultant Substitute W9 a • Attachment 7: Insurance Requirements v • Attachment 8: Reference Questionnaire C • Other: FDOT Certifications 4- U_ O N co 03 Lt) (0 e C d E U a+ 16-6588 Logan Boulevard Extension 8 Packet Pg.614 6.11..32.c* Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither ; of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. c All prospective Consultants are strongly encouraged to attend, as, this will usually be the only pre-proposal conference for this solicitation. If this pre-proposal conference is denoted N as "mandatory", prospective Consultants must be present in order to submit a proposal response. d O. 3. Compliance with the RFP co Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of 0 the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP co w It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals 16-6588 Logan Boulevard Extension 9 Packet Pg.615 16.A32c All proposals are to be delivered before 3:00PM, Naples local time, on or before April 14, 2016 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist The County does not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and/or time indicated, or to an incorrect address by Consultant's personnel or by the Consultant's outside carrier. However, the Procurement Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair w advantage in the selection process. En Consultants must submit one(1) paper copy clearly labeled "Master," and five (5) a� compact disks (CD's)with one copy of the proposal on each CD in Word, Excel or 0 PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals N No proposal can be withdrawn after it is filed unless the Consultant makes their request in a. writing to the County prior to the time set for the closing of Proposals. All proposals shall be Q, valid for a period of one hundred eighty(180) days from the submission date to co accommodate evaluation and selection process. 0 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for con this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting o the Collier County Purchasing Policy. co If the County receives proposals from less than three(3)firms, the Procurement Director c shall review all the facts and determine if it is in the best interest of the County to solicit d additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. 16-6588 Logan Boulevard Extension 10 Packet Pg. 616 16 A.32.c The County's procedure for selecting is as follows: 1. The County Manager or designee shall appoint a selection committee to review all proposals submitted. 2. The Request for Proposal is issued. 3. Subsequent to the receipt closing date for the proposals, the Procurement professional will review the proposals received and verify each proposal to determine if it minimally responds to the requirements of the published RFP. 4. Selection committee meetings will be open to the public and the Procurement professional will publicly post prior notice of such meeting(s) in the lobby of the Purchasing Building and on the County's Procurement Services Internet site. -a 5. Prior to the first meeting (Organization Meeting)of the selection committee, the Procurement professional will post a notice announcing the date, time and place of the meeting at least three (3)working days prior to the meeting. At the initial organization meeting, the selection committee members will receive instructions, the submitted proposals, and establish the next selection committee meeting date and w time. After the first meeting, the Procurement professional will publically announce ; all subsequent committee meeting dates and times. The subsequent meeting dates and times will be posted with at least one (1)day advanced notice. 6. Selection committee members will independently review and score each proposal o based on the evaluation criteria stated in the request for proposal using the Individual Selection Committee Score and Rank Form and prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is N merely a tool to assist the selection committee member in their review of the proposals. 7. At the scheduled selection meeting, the members will present their independent Q findings/conclusions/comments based on their reading and interpretation of the v materials presented to each other, and may ask questions of one another. At the conclusion of that discussion, members of the public will be offered an opportunity 2 (not to exceed three (3) minutes)to provide comments. r 8. At the conclusion of public comments(provided for in number 7), the selection committee members will individually rank order each proposer. Collier County y selection committee members may consider all the material submitted by the co Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, clarification of proposer information, public comments, and/or additional credit information. 9. Once the individual ranking has been completed, the Procurement professional will o direct selection committee members to read their individual ranking publically. The Procurement professional will record individual rankings on the Final Ranking Sheet which will mathematically compile into an overall selection committee rank of proposers. 10. In any of the selection committee meeting deliberations, by consensus, members may request to invite proposers in to clarify their proposals, ask for additional information, present materials, interview, ask questions, etc. The members may consider any and all information obtained through this method in formulating their individual ranking and subsequent selection committee overall ranking and final ranking. 16-6588 Logan Boulevard Extension 11 Packet Pg.617 16.A.32.c 11. The selection committee's overall rank of firms in order of preference(from highest beginning with a rank of one (1)to the lowest)will be discussed and reviewed by the Procurement Strategist. By final consensus, and having used all information presented (proposal, presentation, references, etc.), the selection committee members will create a final ranking and staff will subsequently enter into negotiations. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract, pending the final approval by the Board of County Commissioners. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal -v information. ep Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Consultant nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental -0 approvals. Proposals which include provisions requiring the granting of zoning variances m may not be considered. 0 10. References The County reserves the right to contact any and all references submitted as a result of this solicitation. in^ 11. Proposal Selection Committee and Evaluation Factors Cl. CO The County Manager or designee will appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed o below. Tab I, Cover Letter/ Management Summary(5 Points) 5 Points t° Tab II, Consultant Approach and Understanding of the Logan 35 Points Boulevard Extension Project Tab III, Qualifications/Certifications and Experience of the 35 Points Assigned Team and Staff Tab IV, Performance of the Consultant 20 Points Tab V, References 5 Points 3= s TOTAL 100 Points Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the Consultant(as obtained from the County's financial system) within the last five (5)years will receive the higher individual ranking. This information will be based on information provided by the Consultant, subject to verification at the County's option. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals _ 16-6588 Logan Boulevard Extension 12 Packet Pg 618 I6 A 32.c` The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and Collier County. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Consultant, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Consultant or to re-advertise using the same or revised documentation, at its sole discretion. 7_ w U W CD C ec 0, O J O O N U! d Cf Ca CO C 0 c0 ar O N CO CO O t0 to Y C a' E 0 co z 16-6588 Logan Boulevard Extension 13 Packet Pg.619 16A.32.c .— Exhibit III: Collier County Purchase Order Terms and Conditions 1. Offer regulations. Risk of loss of any goods This offer is subject to cancellation by the sold hereunder shall transfer to the COUNTY without notice if not accepted by COUNTY at the time and place of. VENDOR within fourteen (14) days of delivery; provided that risk of loss prior issuance. to actual receipt of the goods by the COUNTY nonetheless remain with 2. Acceptance and Confirmation VENDOR. This Purchase Order (including all b) No charges will be paid by the COUNTY documents attached to or referenced for packing, crating or cartage unless therein) constitutes the entire agreement otherwise specifically stated in this between the parties, unless otherwise Purchase Order. Unless otherwise '2 specifically noted by the COUNTY on the provided in Purchase Order, no invoices cc 3 face of this Purchase Order. Each delivery shall be issued nor payments made < of goods and/or services received by the prior to delivery. Unless freight and CO COUNTY from VENDOR shall be deemed to other charges are itemized, any t.) ..; be upon the terms and conditions contained discount will be taken on the full amount x LLI in this Purchase Order. of invoice. -o c) All shipments of goods scheduled on the > No additional terms may be added and same day via the same route must be c Purchase Order may not be changed except consolidated. Each shipping container sts as by written instrument executed by the must be consecutively numbered and 0 —J COUNTY. VENDOR is deemed to be on marked to show this Purchase Order notice that the COUNTY objects to any number. The container and Purchase Lo v., additional or different terms and conditions Order numbers must be indicated on bill ssz c4 contained in any acknowledgment, invoice of lading. Packing slips must show ----,—... or other communication from VENDOR, Purchase Order number and must be u) c notwithstanding the COUNTY'S acceptance included on each package of less than coo. or payment for any delivery of goods and/or container load (LCL) shipments and/or o. 00 services, or any similar act by VENDOR. with each car load of equipment. The er COUNTY reserves the right to refuse or c 3. Inspection return any shipment or equipment at o ..sr. All goods and/or services delivered VENDOR'S expense that is not marked (0 ._ hereunder shall be received subject to the with Purchase Order numbers. c.) --6.– COUNTY'S inspection and approval and VENDOR agrees to declare to the 0 payment therefore shall not constitute carrier the value of any shipment made co co acceptance. All payments are subject to under this Purchase Order and the full in adjustment for shortage or rejection. All invoice value of such shipment. co defective or nonconforming goods will be d) All invoices must contain the Purchase ,-- 4.; returned pursuant to VENDOR'S instruction Order number and any other specific c 0 at VENDOR'S expense. information as identified on the E Purchase Order. Discounts of prompt .5 To the extent that a purchase order requires payment will be computed from the date us .... a series of performances by VENDOR, the of receipt of goods or from date of *.t. COUNTY prospectively reserves the right to receipt of invoices, whichever is later. cancel the entire remainder of the Purchase Payment will be made upon receipt of a Order if goods and/or services provided proper invoice and in compliance with early in the term of the Purchase Order are Chapter 218, Fla. Stats., otherwise non-conforming or otherwise rejected by the known as the "Local Government COUNTY. Prompt Payment Act," and, pursuant to 4. Shipping and Invoices the Board of County Commissioners a) All goods are FOB destination and must Purchasing Policy. be suitably packed and prepared to secure the lowest transportation rates 5. Time Is Of the Essence — and to comply with all carrier 16-6588 Logan Boulevard Extension 14 Packet Pg.620 'I 6A.32.c I I 1 I "--'.` Time for delivery of goods or performance of the Occupational Health and Safety Act, the services under this Purchase Order is of the Federal Transportation Act and the Fair essence. Failure of VENDOR to meet Labor Standards Act, as well as any law or delivery schedules or deliver within a regulation noted on the face of the Purchase reasonable time, as interpreted by the Order. COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available 9. Advertising to it at law or in equity. VENDOR agrees to No VENDOR providing goods and services reimburse the COUNTY for any expenses to the COUNTY shall advertise the fact that incurred in enforcing its rights. VENDOR it has contracted with the COUNTY for further agrees that undiscovered delivery of goods and/or services, or appropriate or nonconforming goods and/or services is not make use of the COUNTY'S name or other a waiver of the COUNTY'S right to insist identifying marks or property without the 12 upon further compliance with all prior written consent of the COUNTY'S 3 specifications. Purchasing Department. Q 6. Changes 10. Indemnification v The COUNTY may at any time and by VENDOR shall indemnify and hold harmless x written notice make changes to drawings the COUNTY from any and all claims, W xs and specifications, shipping instructions, including claims of negligence, costs and quantities and delivery schedules within the expenses, including but not limited to m general scope of this Purchase Order. attorneys' fees, arising from, caused by or rc Should any such change increase or related to the injury or death of any person c decrease the cost of, or the time required for (including but not limited to employees and performance of the Purchase Order, an agents of VENDOR in the performance of in equitable adjustment in the price and/or their duties or otherwise), or damage to 0 delivery schedule will be negotiated by the property(including property of the COUNTY ^, COUNTY and VENDOR. Notwithstanding or other persons), which arise out of or are d the foregoing, VENDOR has an affirmative incident to the goods and/or services to be a obligation to give notice if the changes will provided hereunder. c decrease costs. Any claims for adjustment co by VENDOR must be made within thirty(30) 11. Warranty of Non-Infringement = days from the date the change is ordered or VENDOR represents and warrants that allo within such additional period of time as may goods sold or services performed under this a be agreed upon by the parties. Purchase Order are: a) in compliance with applicable laws; b) do not infringe any co 7. Warranties patent, trademark, copyright or trade secret; co VENDOR expressly warrants that the goods and c)do not constitute unfair competition. co and/or services covered by this Purchase ci$ Order will conform to the specifications, VENDOR shall indemnify and hold harmless drawings, samples or other descriptions the COUNTY from and against any and all furnished or specified by the COUNTY, and claims, including claims of negligence, costs co will be of satisfactory material and quality and expense, including but not limited to s production, free from defects and sufficient attorneys' fees, which arise from any claim, ,S for the purpose intended. Goods shall be suit or proceeding alleging that the a delivered free from any security interest or COUNTY'S use of the goods and/or other lien, encumbrance or claim of any third services provided under this Purchase Order party. These warranties shall survive are inconsistent with VENDOR'S inspection, acceptance, passage of title and representations and warranties in section 11 payment by the COUNTY. (a). 8. Statutory Conformity If any claim which arises from VENDOR'S Goods and services provided pursuant to breach of section 11 (a) has occurred, or is this Purchase Order, and their production likely to occur, VENDOR may, at the and transportation shall conform to all COUNTY'S option, procure for the COUNTY applicable laws, including but not limited to the right to continue using the goods or 16-6588 Logan Boulevard Extension 15 Packet Pg. 621 16.A32.c services, or replace or modify the goods or this Purchase Order, VENDOR shall services so that they become non-infringing, immediately give notice thereof, including all (without any material degradation in relevant information with respects to what performance, quality, functionality or steps VENDOR is taking to complete additional cost to the COUNTY). delivery of the goods and/or services to the COUNTY. 12. Insurance Requirements The VENDOR, at its sole expense, shall 15. Assignment provide commercial insurance of such type VENDOR may not assign this Purchase and with such terms and limits as may be Order, nor any money due or to become due reasonably associated with the Purchase without the prior written consent of the Order. Providing and maintaining adequate COUNTY. Any assignment made without insurance coverage is a material obligation such consent shall be deemed void. -a of the VENDOR. All insurance policies shall be executed through insurers authorized or 16. Taxes eligible to write policies in the State of Goods and services procured subject to this Florida. Purchase Order are exempt from Florida sales and use tax on real property, transient 13. Compliance with Laws rental property rented, tangible personal W In fulfilling the terms of this Purchase Order, purchased or rented, or services purchased VENDOR agrees that it will comply with all (Florida Statutes, Chapter 212), and from federal, state, and local laws, rules, codes, federal excise tax. and ordinances that are applicable to the conduct of its business. By way of non- 17. Annual Appropriations -! exhaustive example, this shall include the The COUNTY'S performance and obligation �n American with Disabilities Act and all to pay under this Purchase Order shall be o prohibitions against discrimination on the contingent upon an annual appropriation of basis of race, religion, sex creed, national funds. origin, handicap, marital status, or veterans' c. status. Further, VENDOR acknowledges 18. Termination Q. and without exception or stipulation shall be This Purchase Order may be terminated at co fully responsible for complying with the any time by the COUNTY upon 30 days provisions of the Immigration Reform and prior written notice to the VENDOR. This g Control Act of 1986 as located at 8 U.S.C. Purchase Order may be terminated a 1324, et seq. and regulations relating immediately by the COUNTY for breach by thereto, as either may be amended. Failure VENDOR of the terms and conditions of this in by the awarded firm(s) to comply with the Purchase Order, provided that COUNTY has w laws referenced herein shall constitute a provided VENDOR with notice of such co breach of the award agreement and the breach and VENDOR has failed to cure County shall have the discretion to within 10 days of receipt of such notice. unilaterally terminate said agreement immediately. Any breach of this provision 19. General m may be regarded by the COUNTY as a a) This Purchase Order shall be governed c material and substantial breach of the by the laws of the State of Florida. The coo contract arising from this Purchase Order. venue for any action brought to Q specifically enforce any of the terms and 14. Force Majeure conditions of this Purchase Order shall Neither the COUNTY nor VENDOR shall be be the Twentieth Judicial Circuit in and responsible for any delay or failure in for Collier County, Florida performance resulting from any cause b) Failure of the COUNTY to act beyond their control, including, but without immediately in response to a breach of limitation to war, strikes, civil disturbances this Purchase Order by VENDOR shall and acts of nature. When VENDOR has not constitute a waiver of breach. knowledge of any actual or potential force Waiver of the COUNTY by any default majeure or other conditions which will delay by VENDOR hereunder shall not be or threatens to delay timely performance of 16-6588 Logan Boulevard Extension 16 Packet Pg. 622 I6 A 32.c ` ""%` deemed a waiver of any subsequent Expenses for Public Officers, employees default by VENDOR. and authorized persons. c) All notices under this Purchase Order e) In the event of any conflict between or shall be sent to the respective among the terms of any Contract addresses on the face page by certified Documents related to this Purchase mail, return receipt requested, by Order, the terms of the Contract overnight courier service, or by personal Documents shall take precedence over delivery and will be deemed effective the terms of the Purchase Order. To the upon receipt. Postage, delivery and extent any terms and /or conditions of other charges shall be paid by the this Purchase Order duplicate or overlap sender. A party may change its address the Terms and Conditions of the for notice by written notice complying Contract Documents, the provisions of with the requirements of this section. the Terms and/or Conditions that are d) The Vendor agrees to reimbursement of most favorable to the County and/or co any travel expenses that may be provide the greatest protection to the associated with this Purchase Order in County shall govern. accordance with Florida Statute Chapter v 112.061, Per Diem and Travel w C a) 0 J In 0 ^ N y C) 0 co C 0 ::. co 0 y co U, Co co 4-. C d E .0 U co Q 16-6588 Logan Boulevard Extension 17 Packet Pg.623 16.A.32.c' Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance and Bonding Requirements The Consultant shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Consultant shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Consultant waive against each other and the County's separate Consultants, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Consultant and County shall, where appropriate, require similar waivers of subrogation from the County's separate Consultants, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. 12 Collier County shall be responsible for purchasing and maintaining, its own liability insurance. ww U Certificates issued as a result of the award of this solicitation must identify "For any and all work x performed on behalf of Collier County." W V The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall m name Collier County, Florida, as an additional insured as to the operations of Consultant under this as solicitation and shall contain a severability of interests provisions. o Collier County Board of County Commissioners shall be named as the Certificate Holder. The c Certificates of Insurance must state the Contract Number, or Project Number, or specific Project N description, or must read: For any and all work performed on behalf of Collier County.The "Certificate Holder" should read as follows: a ca a_ Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in •-' Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and in endorsements or their equivalents. If Consultant has any self-insured retentions or deductibles under Og any of the below listed minimum required coverage, Consultant must identify on the Certificate of T Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be c Consultant's sole responsibility. E Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this Q solicitation, whichever is longer. The Consultant and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Consultant. The Consultant shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer and nothing contained herein shall relieve Consultant of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to the full — extent permitted under such policy. 16-6588 Logan Boulevard Extension 18 Packet Pg: 624 16.A.32.c Should at any time the Consultant not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Consultant for such coverage(s) purchased. If Consultant fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Consultant under this Agreement or any other agreement between the County and Consultant. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s)shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Consultant shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Consultant to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities ¢ w Collier County encourages and agrees to the successful Consultant extending the pricing, terms and x conditions of this solicitation or resultant contract to other governmental entities at the discretion of the w successful Consultant. > 3. Additional Items and/or Services a� Additional items and / or services may be added to the resultant contract, or purchase order, in • compliance with the Purchasing Policy. 4. County's Right to Inspect ° The County or its authorized Agent shall have the right to inspect the Consultant's facilities/project site a during and after each work assignment the Consultant is performing. 5. Vendor Performance Evaluation co The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon co completion/termination of this Agreement. o 6. Additional Terms and Conditions of Contract `° 4e; Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Consultant shall be required to sign a standard Collier County 5 contract within twenty one (21)days of Notice of Selection for Award. The resultant contract(s) may include purchase or work orders issued under one, or any combination of price methodologies by the County's project manager: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. 16-6588 Logan Boulevard Extension 19 Packet Pg. 625 Time and Materials: the County agrees to pay the contractor for the amount of labor time spent 16.A32.c the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project(cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company(or subcontractor)timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification required). The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or Q 111 service agreements or other documents provided by the Consultant. The County's project manager, shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. > m 7. Public Records Compliance 033 0 The Vendor/Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. v,^ 8. Payment Method o co 0 Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's v purchase order or contract. p N Invoices shall be sent to: oo (9 Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable ) 3299 Tamiami Trail E Ste 700 v Naples FL 34112 Or emailed to: bccapclerk(a�collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. 16-6588 Logan Boulevard Extension 20 Packet Pg. 626 16:A:32ic • Standard - payment by purchasing card. Collier County's Purchasing Card Program is sup ..,.. by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. r-,. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless 2 specifically authorized by the Project Manager. csa Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and 111 approval of invoices submitted on the date of services or within six (6) months after completion of x contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- w payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the 7>5 essence with respect to the timely submission of invoices under this agreement. 0° c to In instances where the successful contractor may owe debts (including, but not limited to taxes or other J fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these •- debts, the County reserves the right to off-set the amount owed to the County by applying the amount c owed to the vendor or contractor for services performed of for materials delivered in association with a N contract. N d Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the a Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." c Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for . Irs work not performed or for unsatisfactory performance of Contractual requirements. e 9. Environmental Health and Safety N co All Consultants and Sub Consultants performing service for Collier County are required and shall comply ii with all Occupational Safety and Health Administration (OSHA), State and County Safety and a Occupational Health Standards and any other applicable rules and regulations. Consultants and Sub 7. Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that d may cause injury or damage to any persons or property within and around the work site. All firewall = penetrations must be protected in order to meet Fire Codes. 13 co ct Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Consultant's work operations. This provision is non-negotiable by any department and/or Consultant. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. /-,, 16-6588 Logan Boulevard Extension 21 Packet Pg.627 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary am., .1 32.c Protective labels. 10. Licenses The Consultant is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Consultant to submit the required documentation may be grounds to deem Consultant non-responsive. A Consultant, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must 2 complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County Q If you have questions regarding professional licenses contact the Contractor Licensing, Community x Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions W regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 11. Survivability c 0 Bids (ITBs/RFPs): The Consultant/Contractor/Vendor agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 16-6588 Logan Boulevard Extension resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the j completion or termination of any Work Order/Purchase Order. 12. Principals/Collusion a co By submission of this Proposal the undersigned, as Consultant, does declare that the only person or c persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. in 00 Go 13. Relation of County n It is the intent of the parties hereto that the Consultant shall be legally considered an independent Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be E considered employees or agents of the County, and that the County shall be at no time legally v responsible for any negligence on the part of said Consultant, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 14. Termination Should the Consultant be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 15. Lobbying 16-6588 Logan Boulevard Extension 22 Packet Pg. 628 16:A.32.c All firms are hereby placed on NOTICE that the Board of County Commissioners does not wis lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 16. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide E same within five (5) days upon notification of selection for award. If the firm cannot provide the document Q within the referenced timeframe, the County reserves the right to award to another firm. 17. Single Proposal w Each Consultant must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a m primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- an consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a 3 primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- •• consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. In addition, consultants that have participated and/or will participate in the development of scope, a, background information or oversight functions on this project are precluded from submitting a a Proposal as either a prime or sub-consultant. co 18. Protest Procedures Any prospective vendor/ proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures)shall file their protest with the cn Procurement Director prior to the time of the bid opening strictly in accordance with the County's then 00 current purchasing ordinance and policies. u? The Board of County Commissioners will make award of contract in public session. Award c recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and E Thursdays. Any actual or prospective respondent who desires to formally protest the recommended .5 contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar Y days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 19. Public Entity Crime A person or affiliate who has been placed on the convicted Consultant list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for 16-6588 Logan Boulevard Extension 23 Packet Pg. 629 the construction or repair of a public building or public work; may not submit bids, proposals, or 16.Av,32.c' on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, 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 s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Consultant list. 20. Security and Background Checks If required, Consultant / Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. 21. Conflict of Interest Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and x does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify w and or preclude conflict of interest situations during contract selection and execution. 22. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, •• service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of g. time; b. Prohibition by the individual and/or firm from doing business with the County for a specified a period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate ‘4. termination of any contract held by the individual and/or firm for cause. 0 23. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States v+ and to employ only individuals who are eligible to work in the United States. co The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal v Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Consultants / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Consultants are also required 16-6588 Logan Boulevard Extension 24 Packet Pg. 630 to provide the Collier County Purchasing Department an executed affidavit certifying they shall 16.A`32.c with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Consultant does not comply with providing the acceptable E-Verify evidence and the executed affidavit the bidder's/Consultant's proposal may be deemed non-responsive. Additionally, Consultants shall require all subcontracted Consultants to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verifv. It shall be the Consultant's responsibility to familiarize themselves with all rules and regulations governing this program. Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws 3 referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. U x w Ea C co 0 —J M a1 0) R 0. co d C O € r-. U O 0 Co Co U, cC co C C, E 0 16-6588 Logan Boulevard Extension 25 Packet Pg.631 16 A 32.c Colter County Administrative Services Department Procurement Services D VISion Attachment 1: Consultant's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Consultants not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to CCNA Solicitation 16-6588 Logan Boulevard Extension for the following reason(s): 03 ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. �: x Lir ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. co a) ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: Q 03 O ❑ Other reason(s): 7 co coco Name of Firm: c Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date 16-6588 Logan Boulevard Extension 26 Packet Pg 632 16'A.32.c" Cote?.County Adminstrative Services Department Procurement Services Division Attachment 2: Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government •� Purchasing Department w 3327 Tamiami Trail E >_ Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist CCNA Solicitation: 16-6588 Logan Boulevard Extension J ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due c Date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date & and time. (Otherwise Proposal cannot be considered.) 0. 03 ❑ If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. U) ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: E Address: CC City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date 16-6588 Logan Boulevard Extension 27 Packet Pg.633 16.A.32.c Collier my Administrative services Department Procurement services Div*ion Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity(financial, contractual, organizational, or otherwise)which relates to the proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents)agrees to immediately notify in writing the Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. ttsFirm: 0 Signature and Date: w Print Name 00 Title of Signatory111 O State of aye County of a co SUBSCRIBED AND SWORN to before me this day of , 20 by , who is personally known to me to be the for the Firm, OR who produced the following identification •-' . co 00 00 co Notary Public co d E My Commission Expires 5 Cs 16-6588 Logan Boulevard Extension 28 Packet Pg.,634 ................. .. 16A32.c. Corer County Administrative Seances Department Procurement Setmces Division Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: 16-6588 Logan Boulevard Extension Dear Commissioners: '2 The undersigned, as Consultant declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. El 4 x The Consultant agrees, if this proposal is accepted, to execute a Collier County document for the purpose of W establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the 00 proposal documents listed by the above referenced CCNA Solicitation. 0 J IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 200_in the County of , in the State of c Firm's Legal Name: rn m a) Address: 0. co City, State, Zip Code: 0 Florida Certificate of `° Authority Document Number con Federal Tax co 03 Identification Number 't) CCR # or CAGE v; Code m Telephone: FAX: Signature by: (Typed and written) Title: 16-6588 Logan Boulevard Extension 29 Packet Pg.635 16.A.32.c Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State,ZIP Telephone: FAX: Email: Office servicing Collier County to place orders w (required if different from above) U Contact name: ,. W Title: 'y m Address: ro Q) City, State,ZIP U, Telephone: 0 N Email: a 0. co 0 ra 0 0 Co oo tr) t9 to 0 to Q 16-6588 Logan Boulevard Extension 30 Packet Pg. 636 16 A. 2.c COTnern Administrative Services Department Procurement Services Division Attachment 5: Immigration Affidavit Certification CCNA Solicitation: 16-6588 Logan Boulevard Extension This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's)and Request for Proposals (RFP)submittals. Further, Consultants/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Consultant/Bidder's proposal as non-responsive. .6 cc Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized a alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e)Section - 274A(e)of the Immigration and Nationality Act("INA"). v Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A(e) w of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall 7. be grounds for unilateral termination of the contract by Collier County. ap c Consultant attests that they are fully compliant with all applicable immigration laws(specifically to the 1986 Immigration c Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding J with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated '; by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Consultant's/Bidder's proposal. N Company Name a� a� a. Print Name Title co Signature Date co State of 2 County of co The foregoing instrument was signed and acknowledged before me this day of 20_, by who has produced as identification. m (Print or Type Name) (Type of Identification and Number) _ ca Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein,the truth and accuracy of this affidavit to interrogatories hereinafter made. 16-6588 Logan Boulevard Extension 31 Packet Pg.637 16.A32.c Cra rCcrunty Admmistra7iveSem.:,asDecartmnt :,,voour6ment Sew cnG::u tan Attachment 6: Consultant Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email m coc Order Information Remit/Payment Information , 0 Address Address to City State Zip City State Zip FAX FAX Email Email aco. 0. d 2. Company Status (check only one) Individual/Sole Proprietor Corporation _Partnership Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 0 501 (c)3) Enter the tax classification co (D=Disregarded Entity, C=Corporation, P=Partnership) ten ti) 0 3. Taxpayer Identification Number(for tax reporting purposes only) c Federal Tax Identification Number(TIN) E .s (Consultants who do not have a TIN,will be required to provide a social security number prior to an award). `o 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number 16-6588 Logan Boulevard Extension 32 Packet.Pg. 638 16 A.32.c Colter County �•. Administrative Servioas Department Procurement Services Division Attachment 7: Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $j. § AO single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $itiOttifib single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. U a.: 4. ® Indemnification To the maximum extent permitted by Florida law, the W Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees andcc paralegals'fees, to the extent caused by the negligence, recklessness, or c intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. ®Automobile Liability $ Each Occurrence; Bodily Injury& Property Damage, cc Owned/Non-owned/Hired; Automobile Included cca 5. ® Other insurance as ❑Watercraft $ Per Occurrence 00 noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be 2 maintained where applicable to the completion of the work. r $ Per Occurrence :(,) ❑ Maritime Coverage(Jones Act)shall be maintained where applicable to co the completion of the work. co $ Per Occurrence m ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. c $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $'OO U'OI per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 16-6588 Logan Boulevard Extension 33 Packet Pg. 639 16.A.32.c ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-"or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. w 8. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to m meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. c, N 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance a must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work % performed on behalf of Collier County. a 00 v 11. Z Thirty(30) Days Cancellation Notice required. RLA 1/21/2016 Consultant's Insurance Statement in co co We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. 4J Name of Firm Date Consultant Signature Print Name Insurance Agency Agent Name Telephone Number 16-6588 Logan Boulevard Extension 34 Packet Pg.640 16.A.32.c Cater-ger County AdminstratIve Services Department t /*'.\ Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: 16-6588 Logan Boulevard Extension Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) ns Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in x the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a w client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of 7, your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual op again)and 1 representing that you were very unsatisfied(and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." c Project Description: Completion Date: M Project Budget: Project Number of Days: ,1 as Item Citeria Score Q. 1 Ability to manage the project costs(minimize change orders to scope). co 2 Ability to maintain project schedule(complete on-time or early). co 3 Quality of work. 0 4 Quality of consultative advice provided on the project. u) co co 5 Professionalism and ability to manage personnel. c ca 6 Project administration(completed documents,final invoice,final product turnover; invoices; manuals or going forward documentation, etc.) m E 7 Ability to verbally communicate and document information clearly and succinctly. w. 8 Abiltity to manage risks and unexpected project circumstances. a 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future(customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: By 16-6588 Logan Boulevard Extension 35 Packet Pg.641, 16.A.32.c EXHIBIT "A" CONSTRUCTION ENGINEERING AND INSPECTION SCOPE OF SERVICES FOR Project Description Logan Boulevard Extension Financial Project ID(s): 438268-1-58-01 County Project No.:(TBD) 1.0 PURPOSE: This scope of services describes and defines the Construction Engineering and Inspection (CEI) services which are required for constructability review, value engineering, contract administration, inspection, and materials sampling and testing for the construction project listed below. 2.0 SCOPE: Q The project for which the services are required are: U Financial Project ID: County Project No: (TBD) Logan Boulevard Extension w Descriptions: Roadway Improvements 00 Construction will be according to Logan Boulevard Parklands — Phase 2, a, prepared by DeLisi Fitzgerald, Inc., from the entrance of Parklands RPUD to the 3 Collier/ Lee County line. County: Collier in^ Exercise independent professional judgment in performing obligations and responsibilities under this a Agreement. Pursuant to Section 4.1.4 of the Construction Project Administration Manual (CPAM), the a authority of the Consultant's lead person, such as the Senior Project Engineer, and the Consultant's 4 Project Administrator shall be identical to the Collier County Construction Management Department and shall be interpreted as such. ° Services provided by the Consultant shall comply with FDOT manuals, procedures, and memorandums 'o in effect as of the date of execution of the Agreement unless otherwise directed in writing by the ci) County. Such FDOT manuals, procedures, and memorandums are found at the State Construction Ei Office's website. On a single Construction Contract, it is a conflict of interest for a professional firm to receive c compensation from both the County and the Contractor either directly or indirectly. Other projects developing within the geographical area of Collier County may be added at the County's U discretion. The Consultant must perform to the satisfaction of the County's representatives for consideration of additional CEI services. 3.0 LENGTH OF SERVICE: CEI contract will begin 1 month prior to the construction contract NTP and will end 1 month after construction completion. The services for each Construction Contract shall begin upon written notification to proceed by the County. The County Construction Project Manager shall track the execution of the Construction Contract such that the Consultant is given timely authorization to begin work. While no personnel shall be assigned -- until written notification by the County has been issued, the Consultant shall be ready to assign 16-6588 Logan Boulevard Extension 36 Packet Pg. 642 16.A.32.c personnel within two weeks of notification. For the duration of the project, coordinate closely witn the County and Contractor to minimize rescheduling of Consultant activities due to construction delays or changes in scheduling of Contractor activities. For estimating purposes, the Consultant will be allowed an accumulation of thirty (30) calendar days to perform preliminary administrative services prior to the issuance of the Contractor's notice to proceed on the first project and thirty (30) calendar days to demobilize after final acceptance of the last Construction Contract. The anticipated letting schedules and construction times for the project are tabulated below: CEI Contract Estimate Financial Letting Date Start Date Duration Project ID (Mo/Day/Yr) (Mo/Day/Yr) (Days) 438268-1-58-01 TBD TBD 365 1.3 4.0 DEFINITIONS: U A. Agreement: The Professional Services Agreement between the County and the Consultant w setting forth the obligations of the parties thereto, including but not limited to the performance of 7 the work, furnishing of services, and the basis of payment. B. Contractor: The individual, firm, or company contracting with the County for performance of c work or furnishing of materials. C. Construction Contract: The written agreement between the County and the Contractor setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of labor and materials, and the basis of payment. D. Construction Proiect Manager: The County employee assigned to manage the Construction coct Engineering and Inspection Contract and represent the County during the performance of the -12:- services services covered under this Agreement. E. Construction Training/Qualification Program (CTQP): The Department program for training and E5 qualifying technicians in Aggregates, Asphalt, Concrete, Earthwork, and Final Estimates Administration. Program information is available at CTQP website. 00 F. Consultant: The Consulting firm under contract to the County for administration of Construction 05 Engineering and Inspection services. G. Consultant Project Administrator: The employee assigned by the Consultant to be in charge of providing Construction Contract administration services for one or more Construction Projects. H. Consultant Senior Project Engineer: The Engineer assigned by the Consultant to be in charge of providing Construction Contract administration for one or more Construction Projects. This person may supervise other Consultant employees and act as the lead Engineer for the Consultant. I. County Construction Manager: The administrative head of the Construction Management Department J. Director of Transportation Operations: The Director of Construction, Maintenance, Traffic n Operations, Materials, and Safety. 16-6588 Logan Boulevard Extension 37 Packet Pg. 643 16.A:32.c K. Division Administrator: The Administrative Head of the County's Growth Management Division. L. Engineer of Record: The Engineer noted on the Construction plans as the responsible person for the design and preparation of the plans. M. FDOT Operations Engineer: The Engineer assigned to a particular County or area to administer Construction and Maintenance Contracts for the FDOT. N. Public Information Officer: The County employee assigned to manage the Public Information Program. O. Resident Compliance Specialist: The employee assigned by the Consultant to oversee project specific compliance functions. P. Resident Engineer: The Engineer assigned to a particular County or area to administer Construction Contracts for the Department. 12 m Q. Owner: The Board of County Commissioners for Collier County. Florida. A political subdivision Q of the State of Florida. R. County: Collier County, a political subdivision of the State of Florida. w 5.0 ITEMS TO BE FURNISHED BY THE COUNTY TO THE CONSULTANT: m A. The County, on an as needed basis, will furnish the following Construction Contract documents J for each project. These documents may be provided in either paper or electronic format. 141M 1. Construction Plans, 5 hard copy sets in size 11" x 17" N 2. Specification Package, 5 hard copy sets in size 81/2"x 11" a 3. Copy of the Executed Construction Contract, 1 hard copy and co 4. Utility Agency's Approved Material List (if applicable). o 5. Executed Utility Work Schedules (if applicable) 'v B. A list of all standard forms for use under the terms of this Agreement will be provided in hard co copy at the Pre-Services meeting. All directives, procedures, and Standard Forms can be In accessed through the County's Internet website. 6.0 ITEMS FURNISHED BY THE CONSULTANT: E 6.1 FDOT Documents: All applicable FDOT documents referenced herein shall be a condition of this Agreement. All FDOT documents, directives, procedures, and standard forms are available through the FDOT's Internet website. Most items can be purchased through the following address. All others can be acquired through the District Office or on-line at the Department's website. Florida Department of Transportation Maps and Publication Sales 605 Suwannee Street, MS 12 Tallahassee, Florida 32399-0450 Telephone No. (850)488-9220 16-6588 Logan Boulevard Extension 38 Packet Pg 644 16.A 32.c http://www.dot.state.fl.us/construction/ 6.2 Office Automation: Provide all software and hardware necessary to efficiently and effectively carry out the responsibilities under this Agreement. Provide each inspection staff with a laptop computer running software needed for project scheduling, documentation, and control (such as, SiteManager application through Citrix, Primavera/Sidetrack, Claim Digger, etc.) connection using a mobile broadband connection at the jobsite. All computer coding shall be input by Consultant personnel using equipment furnished by them. Ownership and possession of computer equipment and related software, which is provided by the Consultant, shall remain at all times with the Consultant. The Consultant shall retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment should be maintained and operational at all times. L Current technical specifications for office automation can be viewed at: a http://www.dot.state.fl.us/Construction/DesignBuild/ConsultantCEI/Off iceAutomation.shtm U 6.3 Field Office: w The COUNTY will require a satellite office for this project. The CONSULTANT shall be reimbursed for allowed expenses associated with this satellite office. The office must have at a minimum the following essential items to support the project: a� 0 -J Office space within a desired radius to the project for the duration of the project •• Office telephone Copier rental/lease Consultant shall list this fixed monthly cost as a line item of the cost proposal titled Field Office a, Expenses", and shall also be listed as such on invoices submitted to the COUNTY for payment. Q. 6.4 Vehicles: Vehicles will be equipped with appropriate safety equipment and must be able to effectively carry out requirements of this Agreement. Vehicles shall have the name and phone number of 'o the consulting firm visibly displayed on both sides of the vehicle. ao co 6.5 Field Equipment: c6 Supply survey, inspection, and testing equipment essential to perform services under this c Agreement; such equipment includes non-consumable and non-expendable items. Hard hats shall have the name of the consulting firm visibly displayed. rzt Equipment described herein and expendable materials under this Agreement will remain the property of the Consultant and shall be removed at completion of the work. Handling of nuclear density gauges shall be in compliance with their license. Retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment shall be maintained and in operational condition at all times. �-� 6.6 Licensing for Equipment Operations: 16-6588 Logan Boulevard Extension 39 Packet Pg.645 '16.A 32.c Obtain proper licenses for equipment and personnel operating equipment when licenses are required. The license and supporting documents shall be available for verification by the County, upon request. Radioactive Materials License for use of Surface Moisture Density Gauges shall be obtained through the State of Florida Department of Health. 7.0 LIAISON RESPONSIBILITY OF THE CONSULTANT: For the duration of the Agreement, keep the County's Construction Project Manager in Responsible Charge informed of all significant activities, decisions, correspondence, reports, and other communications related to its responsibilities under this Agreement. Facilitate communications between all parties (i.e. architectural, mechanical, materials, landscaping, local agencies, etc.) ensuring responses and resolutions are provided in a timely manner. Maintain accurate records to document the communication process. 12 L Submit all administrative items relating to Invoice Approval, Personnel Approval, User IDs, Time a Extensions, and Supplemental Amendments to the Construction Project Manager for review and w approval. x 8.0 PERFORMANCE OF THE CONSULTANT: w > During the term of this Agreement and all Supplemental Amendments thereof, the County will review various phases of Consultant operations, such as construction inspection, materials sampling and a testing, and administrative activities, to determine compliance with this Agreement. Cooperate and 3 assist County representatives in conducting the reviews. If deficiencies are indicated, remedial action shall be implemented immediately. County recommendations and Consultant responses/actions are to 0 be properly documented by the Consultant. No additional compensation shall be allowed for remedial action taken by the Consultant to correct deficiencies. Remedial actions and required response times may include but are not necessarily limited to the following: a A. Further subdivide assigned inspection responsibilities, reassign inspection personnel, or assign v additional inspection personnel, within one week of notification. 0 B. Immediately replace personnel whose performance has been determined by the Consultant and/or the County to be inadequate. C. Immediately increase the frequency of monitoring and inspection activities in phases of work that are the Consultant's responsibility. D. Increase the scope and frequency of training of the Consultant personnel. c 9.0 REQUIREMENTS OF THE CONSULTANT: co c.� 9.1 General: It shall be the responsibility of the Consultant to administer, monitor, and inspect the Construction Contract such that the project is constructed in reasonable conformity with the plans, specifications, and special provisions for the Construction Contract. Observe the Contractor's work to determine the progress and quality of work. Identify discrepancies, report significant discrepancies to the County, and direct the Contractor to correct such observed discrepancies. 16-6588 Logan Boulevard Extension 40 Packet Pg.646 16.A.32.c Consult with the Construction Project Manager as necessary and direct all issues, which exceea delegated authority to the Construction Project Manager for action or direction. Inform the Construction Project Manager of any significant omissions, substitutions, defects, and deficiencies noted in the work of the Contractor and the corrective action that has been directed to be performed by the Contractor. 9.2 Survey Control: Check or establish the survey control baseline(s) along with sufficient baseline control points and bench marks at appropriate intervals along the project in order to: (1) make and record measurements necessary to calculate and document quantities for pay items, (2) make and record pre-construction and final cross section surveys of the project site in those areas where earthwork (i.e., embankment, excavation, subsoil excavation, etc.) is part of the construction project, and (3) perform incidental engineering surveys. 9.3 On-site Inspection: Monitor the Contractor's on-site construction activities and inspect materials entering into the work in accordance with the plans, specifications, and special provisions for the Construction x Contract to determine that the projects are constructed in reasonable conformity with such documents. Maintain detailed accurate records of the Contractor's daily operations and of significant events that affect the work. The Consultant will monitor off-site activities and m fabrication unless otherwise stipulated by this Agreement. 0 J Monitor and inspect Contractor's Work Zone Traffic Control Plan and review modifications to the •• Work Zone Traffic Control Plan, including Alternate Work Zone Traffic Control Plan, in c accordance with the FDOT's procedures. Consultant employees performing such services shall N be qualified in accordance with the FDOT's guidelines of Traffic Training (Topic No. 625-010- i 010-a) 0. 9.4 Sampling and Testing: co c Perform sampling and testing in conjunction with an independent, licensed laboratory, whose selection has been approved in writing by the Construction Project Manager, hired by the :° Consultant, sampling and testing of component materials and completed work items so that the •`-'o materials and workmanship incorporated in the project are in reasonable conformity with the co plans, specifications and contract provisions. The minimum sampling frequencies set out in the FDOT's Materials Sampling, Testing and Reporting Guide shall be met. In complying with the aforementioned guide, provide daily surveillance of the Contractor's Quality Control activities (42 and perform the sampling and testing of materials and completed work items for verification and acceptance. d The Consultant will perform inspection and sampling of materials and components at locations F remote from the project site and perform testing of materials normally done in a laboratory remote from the project site. Determine the acceptability of all materials and completed work items on the basis of either test results or verification of a certification, certified mill analysis, DOT label, DOT stamp, etc. The County will monitor the effectiveness of the Consultant's testing procedures through observation and independent assurance testing. Sampling, testing and laboratory methods shall be as required by the FDOT's Standard Specifications, Supplemental Specifications or as modified by the Special Provisions of the Construction Contract. 16-6588 Logan Boulevard Extension 41 Packet Pg.647 16.A.32.c' Documentation reports on sampling and testing performed by the Consultant shall be submitted during the same week that the construction work is done. Transport laboratory samples to the appropriate laboratory. The Consultant shall provide daily surveillance of the Contractor's Quality Control activities at the project site in regard to concrete and perform acceptance sampling at the specified frequency. Supply CTQP (Construction Training Qualification Program) qualified technicians for concrete inspection. Supply CTQP qualified Asphalt Paving and Plant Technicians for asphalt inspection. Supply CTQP qualified Earthwork Construction Inspection Technicians for embankment, pipe backfill, subgrade, base and asphalt inspection. 9.5 Engineering Services: L During Construction the Consultant shall coordinate the Construction Contract administration a activities of all parties other than the Contractor involved in completing the construction project. w Services shall include maintaining the required level of surveillance of Contractor activities, x interpreting plans, specifications, and special provisions for the Construction Contract. Maintain L.:5•1 complete, accurate records of all activities and events relating to the project and properly document all project changes. The following services shall be performed: (1) Attend a pre-service meeting for the Agreement within ten (10) business days after o the Notice-to-Proceed in accordance with Procedure 700-000-000-a. Provide •• appropriate staff to attend and participate in the pre-service meeting. At the pre- c service meeting the CONSULTANT shall submit Action Request packages for . Personnel Approval for immediate staff needs and a copy/ computer file of the final negotiated staffing. The CONSULTANT shall record a complete and concise record c_ of the proceedings of the meeting and distribute copies of these minutes to the a participants and other interested parties within seven (7) days of the meeting date. v c (2) Prepare and submit to the Construction Project Manager for county approval, within thirty (30) days after the pre-service meeting, a hard copy of the project specific .ra CONSULTANT Contract administration documents listed below. The CONSULTANT `-' Contract administration documents, which shall be routinely used by the c° CONSULTANT throughout the project, shall be in the format and content provided by Collier County Construction Management Department. The CONSULTANT Contract administration documents consist of but are not limited to the documents listed below: a. Action Request Form b. Contract Status Report, or other approved fund tracking report c. CEI CONSULTANT Firm Estimated Staffing (completed in accordance with the original CONSULTANT Contract agreement) d. CEI CONSULTANT Fee Proposal e. CEI CONSULTANT Data (3) Schedule and conduct a Pre-construction conference in accordance with Article 8- 3.5 of the FDOT Standard Specification for Road and Bridge Construction. The purpose of these meetings is to discuss the required documentation, including as- builts, necessary for permit(s) compliance. Record significant information revealed and decisions made at this conference and distribute copies of these minutes to the 16-6588 Logan Boulevard Extension 42 Packet Pg.648 16.A.32.c appropriate parties. The meeting shall also be electronically recorded ana me CONSULTANT shall maintain all tapes of the meeting for the duration of the Contract. (4) Verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures associated with the project. For each project that requires the use of the NPDES General Permit, provide at least one inspector who has successfully completed the "Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors". The Consultant's inspector will be familiar with the requirements set forth in the FEDERAL REGISTER, Vol. 57, No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final NPDES General Permits for Storm Water Discharges from Construction Sites" and the Department's guidelines. (5) Analyze the Contractor's schedule(s) (i.e. baseline(s), revised baseline(s), updates, as-built, etc.) for compliance with the contract documents. Elements including, but not limited to, completeness, logic, durations, activity, flow, milestone dates, a concurrency, resource allotment, and delays will be reviewed. Verify the schedule w conforms with the construction phasing and MOT sequences, including all contract V modifications. Provide a written review of the schedule identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in CPAM. m (6) Analyze problems that arise on a project and proposals submitted by the Contractor; c work to resolve such issues, and process the necessary paperwork. (7) Monitor, inspect and document utility construction for conformance with Utility o Agency's Standards and the Utility Agency's Approved Materials List. Facilitate coordination and communication between Utility Agency's representatives, a Department's staff and Contractors executing the work. Identify potential utility g conflicts and assist in the resolution of utility issues including Department and Local a Government owned facilities. v 0 Identify, review, and track progress of Joint Project Agreements, and/or other Department and utility agreements. Address work progress, track reimbursement activities, and address betterment and salvage determination. Prepare all necessary .o documentation to support reimbursement activities and betterment and salvage ° determination. CO (8) Produce reports, verify quantity calculations and field measure for payment purposes as needed to prevent delays in Contractor operations and to facilitate prompt d processing of such information in order for the Department to make timely payment E to the Contractor. (9) Prepare and make presentations for meetings and hearings before the Dispute ' Review Boards in connection with the project covered by this Agreement. (10)Monitor each Contractor and Subcontractor's compliance with specifications and special provisions of the Construction Contract in regard to payment of predetermined wage rates in accordance with FDOT procedures. 16-6588 Logan Boulevard Extension 43 Packet Pg. 649 16.A32.c (11) Prepare and submit to the Construction Project Manager monthly, a Construction Status Reporting System (CSRS) report, in a format to be provided by the County. (Not applicable) (12)Video tape the pre-construction conditions throughout the project limits. Provide a digital photo log or video of project activities, with heavy emphasis on potential claim items/issues and on areas of real/potential public controversy. (13) Provide a digital camera for photographic documentation of pre-construction state and of noteworthy incidents or events during construction. These photographs will be filed and maintained on the Consultant's computer using a Digital Photo Management system. Photographs shall be taken the day prior to the start of construction and continue as needed throughout the project. Photographs shall be taken the days of Conditional, Partial and Final Acceptance. 10.0 PERSONNEL: o 4.: 10.1 General Requirements: 11 Provide qualified personnel necessary to efficiently and effectively carry out its responsibilities 0° under this Agreement. Acceptable staffing of personnel to be assigned to this project is outlined a, in Exhibit "A-A." 10.2 Personnel Qualifications: c N Provide competent personnel qualified by experience and education. Submit in writing to the Construction Project Manager the names of personnel proposed for assignment to the project, a, including a detailed resume for each containing at a minimum: salary, education, and a experience. The Consultant Action Request form for personnel approval shall be submitted to 4 the Construction Project Manager at least two weeks prior to the date an individual is to report c to work. Personnel identified in the Consultant technical proposal are to be assigned as proposed and •`-' are committed to performing services under this Agreement. Personnel changes will require 0 written approval from the Construction Project Manager. Staff that has been removed shall be a replaced by the Consultant within one week of Construction Project Manager Notification. cD Before the project begins, all project staff shall have a working knowledge of the current CPAM and must possess all the necessary qualifications/certifications for fulfilling the duties of the position they hold. Cross training of the Consultant's project staff is highly recommended to 5 achieve a knowledgeable and versatile project inspection team but shall not be at any additional . cost to the County and should occur as workload permits. Visit the training page on the State Q Construction Office website for training dates. Minimum qualifications for the Consultant personnel are set forth as follows. Exceptions to these minimum qualifications will be considered on an individual basis. However, a Project Administrator working under the supervision and direction of a Senior Project Engineer or an Inspector working under the supervision and direction of a Senior Inspector shall have six months from the date of hire to obtain the necessary qualifications/certifications provided all other requirements for such positions are met and the Consultant submits a training plan detailing when such qualifications/certifications and other training relative to the FDOT's 16-6588 Logan Boulevard Extension 44 Packet Pg. 650 16.A.32.c procedures, Specifications and Design Standards will be obtained. The County Constucnon Manager or designee will have the final approval authority on such exceptions. r^",. 10.3 Staffing: Once authorized, the Consultant shall establish and maintain appropriate staffing throughout the duration of construction and completion of the final estimate. Responsible personnel, thoroughly familiar with all aspects of construction and final measurements of the various pay items, shall be available to resolve disputed final pay quantities until the County has received a regular acceptance letter. Construction engineering and inspection forces will be required of the Consultant while the Contractor is working. If Contractor operations are substantially reduced or suspended, the Consultant will reduce its staff appropriately. In the event that the suspension of Contractor operations requires the removal of Consultant Em forces from the project, the Consultant will be allowed ten (10) days maximum to demobilize, Q relocate, or terminate such forces. IL c.) 11.0 QUALITY ASSURANCE (QA) PROGRAM: w 11.1 Quality Assurance Plan: m Within thirty (30) days after receiving award of an Agreement, furnish a QA Plan to the i Construction Project Manager. The QA Plan shall detail the procedures, evaluation criteria, and J instructions of the Consultant's organization for providing services pursuant to this Agreement. •• Unless specifically waived, no payment shall be made until the County approves the Consultant c QA Plan. ^, Significant changes to the work requirements may require the Consultant to revise the QA Plan. a, It shall be the responsibility of the Consultant to keep the plan current with the work . requirements. The Plan shall include, but not be limited to, the following areas: co A. Organization: o w A description is required of the Consultant QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. •`-' The authority, responsibilities and autonomy of the QA organization shall be detailed asc°n well as the names and qualifications of personnel in the quality control organization. op B. Quality Assurance Reviews: in Detail the methods used to monitor and achieve organization compliance with Agreement requirements for services and products. •• C. Quality Assurance Records: m Outline the types of records which will be generated and maintained during the . execution of the QA program. D. Control of Subconsultants and Vendors: Q Detail the methods used to control subconsultant and vendor quality. E. Quality Assurance Certification: An officer of the Consultant firm shall certify that the inspection and documentation was done in accordance with FDOT specifications, plans, standard indexes, and Department procedures. 11.2 Quality Assurance Reviews: �. Conduct semi-annual Quality Assurance Reviews to ensure compliance with the requirements of the Agreement. Quality Assurance Reviews shall be conducted to evaluate the adequacy of 16-6588 Logan Boulevard Extension 45 Packet Pg.,651 16.A.32.c' materials, processes, documentation, procedures, training, guidance, and staffing incluaea in the execution of this Agreement. Quality Assurance Reviews shall also be developed and performed to achieve compliance with specific QA provisions contained in this Agreement. The semi-annual reviews shall be submitted to the Construction Project Manager in written form no later than one (1) month after the review. On short duration CCEI projects (nine (9) months or less), the CCEI shall perform an initial QA review within the first two (2) months of the start of construction. On asphalt projects, the CCEI shall perform an initial QA review on its asphalt inspection staff after the Contractor has completed ten (10)full work days of mainline asphalt paving operations, or 25% of the asphalt pay item amount (whichever is less) to validate that all sampling, testing, inspection, and documentation are occurring as required of the CCEI staff. 11.3 Quality Records: Maintain adequate records of the quality assurance actions performed by the organization (including subcontractors and vendors) in providing services and products under this Agreement. All records shall indicate the nature and number of observations made, the number v and type of deficiencies found, and the corrective actions taken. All records shall be available to x the Department, upon request, during the Agreement term. All records shall be kept at the "' primary job site and shall be subject to audit review. 12.0 CERTIFICATION OF FINAL ESTIMATES: I 12.1 Final Estimate and As-Built Plans Submittal: Prepare documentation and records in compliance with the Agreement, Statewide Quality N Control (QC) Plan, or Consultant's approved QC Plan and the FDOT's Procedures as required by Section 4.1.4 of Review and Administration Manual. c. Submit the Final Estimate(s) and one (1) set of final "as-built plans" documenting the �. Contractor's work in accordance with the Review and Administration Manual. co Revisions to the Certified Final Estimate will be made at no additional cost to the Department. c 0 12.2 Certification: as Consultant personnel preparing the Certified Final Estimate Package shall be CTQP Final Cl) Estimates Level II. co Duly authorized representative of the Consultant firm will provide a notarized certification on a o form pursuant to FDOT's procedures. co 4- 12.3 Offer of Final Payment: (Not applicable) Prepare the Offer of Final Payment package as outlined in Chapter 14 of the Review and .Y Administration Manual. The package shall accompany the Certified Final Estimates Package submitted to the Construction Project Manager for review. The Consultant shall be responsible for forwarding the Offer of Final Payment Package to the Contractor. 13.0 AGREEMENT MANAGEMENT: 13.1 General: • With each monthly invoice submittal, the Consultant will provide a Status Report for the Agreement. This report will provide the an accounting of the additional Agreement calendar days allowed to date, an estimate of the additional calendar days anticipated to be added to 16-6588 Logan Boulevard Extension 46 Packet Pg. 652 16A32.c the original schedule time, an estimate of the Agreement completion date, and an estimate of the Consultant funds expiration date per the Agreement schedule for the prime Consultant and for each subconsultant. The Consultant will provide a printout from the Equal �., Opportunity Reporting System showing the previous month's payments made to subconsultants. Invoices not including this required information may be rejected. • When the Consultant identifies a condition that will require an amendment to the Agreement, the Consultant will communicate this need to the Construction Project Manager for acceptance. Upon acceptance, prepare and submit an Amendment Request (AR), and all accompanying documentation to the Construction Project Manager for approval and further processing. The AR is to be submitted at such time to allow the County 12 weeks to process, approve, and execute the AR. The content and format of the AR and accompanying documentation shall be in accordance with the instructions and format to be provided by the County. • The Consultant is responsible for performing follow-up activities to determine the status of each Amendment Request submitted to the County. 13.2 Invoicing Instructions: Monthly invoices shall be submitted to Collier County in a format approved by Collier County, no V later than the 20th day of the month following the month being invoiced. w If the CONSULTANT cannot submit their monthly invoice on time, the CONSULTANT shall m notify.Collier County, prior to the due date the reason for the delay and the planned submittal c date. Once submitted, the CONSULTANT shall notify the Construction Project Manager via c Email of the total delay in calendar days and the reason(s)for the delay(s). All invoices shall be submitted to Collier County in hard copy format. O 14.0 OTHER SERVICES: cu Upon written authorization by the Construction Project Manager, the Consultant will perform additional services in connection with the project not otherwise identified in this Agreement. The following items a are not included as part of this Agreement, but may be required by the County to supplement the v Consultant services under this Agreement. c A. Assist in the timely preparation of all claims and necessary rebuttals with the organization of any and all supporting documentation as needed or required by Collier County pursuant to the 'o Collier County Alternative Dispute Resolution Procedures. co B. Provide qualified engineering witnesses and exhibits for any litigation or hearings in connection with the Contract. C. Assist the County Attorney or his designee as directed in the preparation for Binding Arbitration and Pre-Suit Mediation. D. Provide on-and off-site inspection services in addition to those provided for in this Agreement. E 15.0 POST CONSTRUCTION CLAIMS REVIEW: In the event the Consultant for the project submits a claim for additional compensation and/or time after the CONSULTANT has completed this Agreement, the CONSULTANT shall, at the written request from Collier County, analyze the claim, prepare a recommendation to the Construction Project Manager covering validity and reasonableness of charges, and/or assist in negotiations leading to settlement of the claim. Compensation will be separately reimbursed by a Supplement to this Agreement. 16.0 CONTRADICTIONS: In the event of a contradiction between the provisions of this Scope of Services and the Consultant's 16-6588 Logan Boulevard Extension 47 Packet Pg.653 16.A.32.c proposal as made a part of their Agreement, the provisions of the Scope of Services shall apply. 17.0 COUNTY AUTHORITY The County shall be the final authority in considering modifications to the Construction Contract for — time, money or any other consideration except matters agreed to by the Contractor through contract changes negotiated by the Consultant, as authorized in Section 9.1 herein. En w U 4 W C CU 0) 0 J LC) CU 0- CO CO C 0 O U) CO CO tC) t0 B to C.td C) E U (15 .Ir 16-6588 Logan Boulevard Extension 48 Packet Pg. 654 16 A.32.d ctiteie CcnxlMy Email: evelyncolon@colliergov.net Admini*aveServesDepartment Telephone: (239) 252-2667 Procurement Services f3 vision FAX: (239)252-2810 ADDENDUM 1 0 Memorandum Date: March 30, 2016 w From: Evelyn Colon, Procurement Strategist m To: Interested Bidders as 0 Subject: Addendum # 1 ,r; Solicitation#and Title 16-6588 Logan Boulevard Extension N The following additional information is issued as an addendum identifying the following for the d referenced solicitation: 03 0. N • Construction Contract Plans (Plans are for information only; plans are pending re-design) • Design changes anticipated: Cul de sac at Collier/ Lee County Line; change from Valley Gutter to type F curb throughout • The current construction cost estimate prior to incorporating the above changes is $4,592,651.86. 0 If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. U) c: a E 0 Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Addendum 1 Packet Pg. 655 16.A.32.d Coo(1er Cotsnty Email: evelyncolon@colliergov.net Admin'strativeServices Department Telephone: (239) 252-2667 procure]nentServices Division FAX: (239) 252-2810 ADDENDUM 2 Memorandum Date: April 6, 2016 w From: Evelyn Colon, Procurement Strategist m To: Interested Bidders )3, 0 J Subject: Addendum #2 Solicitation # and Title 16-6588 Logan Boulevard Extension The following change of information is issued as an addendum identifying the following for the c referenced solicitation: CL • No Bid Bond or Performance and Payment Bond is required for this solicitation. d If you require additional information please post a question on the Online Bidding site or contact Q me using the above contact information. 0 C. 0 U) Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. ca (Signature) Date (Name of Firm) Addendum 2 Packet Pg. 656 . ................. SAM Search Results $A' '# List of records matching your search for : Search Term : KCCS* Consultants* Record Status: Active No Search Results w U w m rn a J U, M O /\ 2 w C 4- rn C 0 U N V U C E t U Rt Packet Pg.657, November 01,2016 3:21 PM rage I or LOGAN BOULEVARD EXTENSION CCNA SOLICITATION 16-6588 CEI SERVICES FOR APRIL 14, 2016 Paul Wingard, PE, LEED AP, Senior Project Engineer 10060 Amberwood Road, Suite 7 Ft. Myers, FL 33913 Tel: 239.278.5999 pwingard@kisingercampo.com CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Page i Table of ConTenTs Addenda 1 and 2 Tab I: Cover leTTer/ManageMenT suMMary Tab II: ConsulTanT approaCh and undersTandIng of logan blvd. exTensIon projeCT Tab III: QualIfICaTIons/CerTIfICaTIons and experIenCe of The assIgned TeaM and sTaff Relevant Project Experience Project Staffing Organizational Chart Resumes Licenses/Certifications Tab Iv: perforManCe of The ConsulTanT Tab v: referenCes Attachment 8: Reference Questionnaires Tab vI: aCCepTanCe of CondITIons Tab vII: forM subMITTals Attachment 2: Consultant Checklist Attachment 3: Conflict of Interest Affidavit Attachment 4: Consultant Declaration Form Attachment 5: Immigration Affidavit and E-Verify profile page Attachment 6: Consultant Substitute W-9 Attachment 7: Insurance Requirements Firm License Corporate Charter FDOT Prequalification Letter COVER LETTER/MANAGEMENT SUMMARY TAB I TAB I. Cover Letter/ Management Summary April 13, 2016 Collier County Government Purchasing Department 3327 Tamiami Trail E Naples, FL 34112 Attn: Evelyn Colon, Procurement Strategist Re: Construction Engineering and Inspection (CEI) Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 KCCS, Inc. (KCCS), a wholly owned subsidiary of Kisinger Campo & Associates, Corp. (KCA), is pleased to submit this proposal to provide CEI services for the Logan Boulevard Extension project for Collier County. KCCS was formed in 1998 from the existing staff of KCA to offer clients with a team dedicated to providing construction services, primarily CEI. KCA is a Florida certified minority-owned professional engineering firm. KCCS will be the prime firm for the CEI services supported by KCA on an as-needed basis and our primary subconsultant, Eisman & Russo, Inc. (E&R). KCCS is prepared to bring in additional professional subconsultants if required for any specialty services. KCCS/KCA has served clients throughout Florida and the Southeast since 1976, and has corporate headquarters located in Tampa, Florida. The KCCS Team is ready to start work on this project immediately since we recently completed several major CEI projects in DeSoto, Lee, and Charlotte Counties. KCCS has partnered with Collier County on various construction projects dating back to the late 1990s. In fact, KCCS performed the first CEI project in Collier County and assisted the County with in- house inspector training. Our firm is positioned to effectively address the County’s needs. KCCS/KCA’s core business includes roadway, stormwater, structures, and civil/site engineering; bridge inspection and analysis; and CEI. The combined team of KCCS/KCA has a staff of more than 200, including 42 Professional Engineers (PEs), who regularly provide design, document preparation, planning, permitting, and construction inspection and management services to a wide variety of clients. In Tab II: Consultant Approach and Understanding, we will point out some challenges this project presents and propose solutions to the challenges. KCCS has had a local presence in Southwest Florida since 1991, and has completed numerous projects for the County. This project will be administered out of our Fort Myers office. The KCCS Team consists of highly qualified individuals who are experts in their respective fields, and we have given a strong preference to team members who have successfully worked together in the past. Their relationships are founded on mutual trust and respect developed over several years of working together. The KCCS CEI Team will exercise their independent, professional judgment in providing oversight, consistent with CEI standard practices and County policies and procedures, of the Contractor’s work for administration of items mandated in the Florida Statutes, rules, and/or contract specifications to ensure the successful completion of this CEI project. Our team will provide the required engineering inspection, materials sampling and testing, as well as contract administration services. As with any project, our team will coordinate with and keep the County in the loop at all times. KCCS’s local presence and project familiarity will result in direct cost savings to the County. KCCS’s extensive experience in Collier County, combined with our FDOT experience, makes us an ideal candidate for this project. We are committed to minimize the County’s costs and maximize services through our efficient use of resources. 10060 Amberwood Road, Suite 7 | Ft. Myers, FL 33913 | PHONE 239.278.5999 | FAX 239.278.1776 | www.kisingercampo.com Why seleCT KCCs The KCCS Team is committed to working with Collier County staff to deliver a successful project. We understand and recognize we will have the leadership role, and our team is prepared to set a new CEI standard through exercising our independent professional judgment while keeping County staff well informed of any project challenges and involved in all significant decisions. KCCS appreciates this opportunity to submit a proposal, and we are looking forward to the chance to meet face-to-face to discuss this project and our team, knowing we can show the selection committee that, without a doubt, the KCCS Team is the best team for this project. Our contact information is as follows: projeCT ConTaCT responsIble offICe CorporaTe offICe Paul Wingard, PE, LEED AP, Senior Project Engineer 239.278.5999 pwingard@kisingercampo.com KCCS, Inc. 10060 Amberwood Road, Suite 7 Ft. Myers, FL 33913 Stephen H. McGucken, PE KCCS, Inc. 201 N. Franklin Street, Suite 400 Tampa, FL 33602 813.871.5331 smcgucken@kisingercampo.com We truly thank you for your consideration. Should you have any questions or require additional information, please contact either myself or Paul Wingard, PE, LEED AP. KCCS meets the insurance requirements of the County. We affirm the contents of this submittal are true and accurate and that KCCS meets all the requirements for this project as outlined in the Request for Proposals (RFP). We look forward to the opportunity to put our experience and expertise to work for you. Sincerely, KCCS, Inc. Stephen H. McGucken, PE Principal Ms. Colon April 14, 2016 Page 2 CONSULTANT APPROACH AND UNDERSTANDING OF LOGAN BLVD. EXTENSION PROJECTTAB II TAB II. Consultant Approach and Understanding Tab II | 1 TAB II: Consultant approaCh and understanding of the logan Boulevard extension projeCt CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 KCCS understands our primary role will be to provide construction management and administration for Collier County’s CEI Services for the Logan Boulevard Extension project (CCNA 16-6588), and bring the project to a successful completion within the 365-day contract duration, meeting not only the duration constraint but also within the allowable construction budget. To meet these objectives, we hand selected individuals from KCCS, KCA (KCCS’s parent corporation), E&R as our primary subconsultant, and several other subconsultants to provide survey layout and testing lab services. Our team is drawn from local firms to support our experienced regional staff and form a team of highly skilled professionals, many of which have worked together on past projects. We have an excellent understanding of the local area and the County’s policies and procedures. We successfully completed the CR 951 project just a few years ago and have proposed using some of the same individuals. We were recently a subconsultant to Atkins on the US 41 project in the County and again have proposed some of the individuals from that project. In accordance with the project scope, all services will comply with FDOT’s manuals, procedures, and memorandums in effect as of the date of execution of the Agreement. The project is an extension of Logan Boulevard from its current terminus at the Parklands entrances running north to the Lee County line. It consists of basically a greenfield-type project in that it follows a new alignment. As such, typical concerns with traffic, pedestrians, and cyclists will be minimal except at the south end where the project ties into the existing roadway at the entrance to the Parklands development. The project is essentially the construction of a new divided roadway, two lanes with a raised median, an urban cross-section with all closed drainage, and roadway embankment, drainage, and pavement markings. The project appears to consist of two phases of construction with Phase 1 already completed. Phase 2 is approximately 1.45 miles in length. There is approximately 130,000 cy of roadway embankment to place. There is nearly 4,800 tons of structural asphalt, overlaid with FC 9.5. The roadway cross-section shows 12 inches of stabilized base and 8 inches of limerock base. Other than the storm drainage, there is no utility work. For the storm drainage, there is approximately 5,780 linear feet (LF) of culvert to install, all 36-inch diameter or less along with 55 boxes. The project includes all final pavement markings. It is our understanding the final project plans have been provided to the County by the developer involved with the project, Parklands Development. The roadway design was completed by DeLisi Fitzgerald, Inc., and we reviewed the 100% plans submittal. One of our team’s primary concerns is the level of detail shown in the plans and adherence to typical roadway design standards. The design standards and construction should comply with the current Florida Greenbook standards. Our proposed resolution to this concern, if given the opportunity, will be to conduct a thorough review of the plans prior to bidding (if possible) or construction. We proposed to do this at multiple levels with the first utilizing our experienced CEI team to complete an in-depth constructability review—this will allow us to find issues that may require additional engineering or other resolution to not delay the Contractor. Secondly, we will complete an in-depth engineering review to ensure all elements of the project meet the applicable standards. All issues found can then be referred back to the engineer- of-record (EOR) with a detailed description to allow timely correction. This will minimize monetary and time impacts to the completion of the project. Thirdly, we will resolve issues at the project level by utilizing our proposed Senior Project Engineer (SPE), Paul Wingard, PE, LEED AP, and Project Administrator (PA), Scott Woss, PE, LEED AP (E&R) who are licensed PEs in Florida. If acceptable to the County, it may be possible to correct some of the issues via the use of drawings and sketches produced by the project team. Any changes can be incorporated into the project through the final as-builts. These changes will then be signed and sealed by our project team. This is a potential cost savings to having the EOR make plan revisions, but more importantly, may avoid costly delays to the construction of the project. The KCCS Team will exercise its independent and professional judgment in providing oversight of the Contractor’s work for administration of items mandated in the Florida Statutes, rules, and/or contract specifications to ensure the successful Tab II | 2 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 completion of the construction contract. This oversight will be consistent with CEI standard practices and County policies and procedures. Our staff will provide the required engineering inspection, materials sampling, and testing, as well as contract administration services for the project. The project SPE and PA will provide the overall coordination with the County staff and all oversight for the project. As with any project we manage, we will coordinate with, and keep the County informed at all times. Our approach to handling the CEI functions of the contract will be to utilize the standard procedures established by FDOT for verification testing and documentation as detailed in FDOT’s Construction Project Administration Manual (CPAM). We will handle documenting daily work activities, preparing and executing progress estimates, and processing the various contractual modifications that occur during the life of the construction contract. In addition, our team will constantly update and monitor the status of all sampling and testing of materials being incorporated into this project. The team will also review the Contractor’s quality control (QC) sampling and testing data to ensure the required data is promptly recorded and verify all samples of both parties are approved and meet the requirements of the applicable specifications. KCCS believes continuous communication and coordination is vital to the success of a project. Further, we understand the importance of the Contractor’s Quality Control (CQC) plan and the responsibility our team has to ensure implementation of the CQC plan. Our team’s experience has taught us the key to a successful project is effective and constant communication. Our goal is to transmit accurate information to all of the parties involved in a timely manner. This will include three primary points of focus, specifically the County, Contractor, and public. Each team member will be equipped with a mobile phone capable of sending emails instantly. The SPE and PA will have smart phones, allowing them to communicate with the team members and other parties regardless of their location. Each team member will be provided with a laptop computer and have secure, wireless Internet access. Our vehicles will be set up to serve as the inspector’s mobile offices to provide more time on site than in the office. Any jobsite issues that arise will be handled immediately. The County’s Project Manager (PM) will be notified and the issue resolved. Weekly project progress meetings will communicate all current and pertinent issues to the Contractor and his subcontractors, utility owners, and the County. These meetings will also provide a venue to discuss solutions to challenges that arise in the field. Minutes of these meetings will be promptly distributed by email to all project stakeholders in a thorough, easy-to-read format. Accurate and detailed information is essential to properly support the County in the event of disputes. We will maintain database files for correspondence, daily reports of construction, requests for information (RFIs), shop drawing submittals, and current issues. We will provide regular updates to the County PM on issues requiring specific direction. A partnering workshop will be held prior to the project start date to enhance communication efforts between the KCCS Team, Contractor, and County. Based on past experience, this is an excellent way to get a project off to a good start. It allows all key players to meet and get to know each other in an informal setting that yields many positive benefits. Beyond enhanced communication, the partnering process also affords the construction team an opportunity to improve in meeting technical performance goals and customer needs, avoiding litigation, and enhancing overall results. Based on the historical accounting of team performance by every measure, formally partnered engineering teams yielded much better project performance than teams that worked in an adversarial project relationship, guarded project relationship, or even in an informally partnered relationship. POTENTIAL CONSTRUCTABILITY ISSUES The following are a few potential constructability issues including possible resolutions. The optimum solutions will be gained through the team, KCCS, Contractor, and County, working together from day one to determine the challenges and beginning the resolution process. Drainage – potential concern is the system is below the water table. RESOLUTION – we will work with the Contractor to ensure that he has obtained the proper dewatering permits and that the dewatering system is installed well ahead of the excavation and proper maintenance of the system is provided. Also an important part of this will require KCCS to closely monitor the stormwater reports and all erosion control best management practices (BMPs) to ensure there is no disturbance to the surrounding wetlands. Tab II | 3 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Design standards – potential concern is the design does not meet all of the current Florida Greenbook standards. This was discussed above. RESOLUTION – we will provide a thorough constructability review of the plans prior to the Contractor coming on site. We will also attempt to minimize questions to the EOR that require plan revisions; this can be accomplished by the team making the decisions on site with concurrence from the County and documenting any changes in the final as-builts. Tie in at right-of-way (R/W) and north end of project – the plans do not adequately address how the Contractor will tie into the existing grade at the R/W and how the road will be terminated at the Lee County line. RESOLUTION – we will work with the Contractor and adjacent developer to ensure a lot of rework is not required to ensure the grades of the existing grade and final grade match the roadway grade at the R/W. This will also require construction easements to allow the Contractor to work outside of the project R/W. plan revIeW CoMMenTs Survey concerns, plans contain: No reference points No benchmarks No alignment ties Contractor will not be able to locate centerline of the alignment shown in the plans Design concerns include: Pavement and curb widths for the super elevated sections on sheet 4 (RT.) do not match the typical sections. However, the transition lengths on the plans sheets do not appear to reflect this error. The curb and gutter for the superelevated sections on sheet 4 (RT.) do not comply with Standard Index 511, where the gutter slope should match the roadway SE rate. The separation between PVIs is less than required by PPM table 2.6.4 (250 feet), specifically in the region of Sta. 41+00 to 49+00 where separation between PIs is 154, 44, 168, and 207 feet, with other areas closer to compliance. However, it should be noted that this is not a Florida Greenbook requirement. SE transition for the PT of curve 1, we calculated 165 feet versus 128 feet in the plans. envIronMenTal ConCerns There is a concern for the potential to encounter protected species on the project, even though the area has already been disturbed and hopefully any issues were addressed at that time. There could be nest sites that have moved into the area. In Collier County, we have had problems with Cypress Fox Squirrel nests adjacent to (within 125 feet) of the construction area. If there is, it will be necessary to place a 125-foot radius around the nest during the nesting season (which is most of the year). In addition, the potential exists to encounter the Eastern indigo snake. Adequate precautions must be followed to protect the snake as well. One additional species, only if there is any clearing, (i.e., tree removal) will be the Florida bonneted bat, which the U.S. Fish and Wildlife Service (USFWS) listed about a year ago. Any issues with it should have been addressed during project permitting, but if not, will have to be addressed at this time. BEST OR ADDED VALUE KCCS has the experience and knowledge to identify potential problem areas and propose solutions to keep the project moving and mitigate costly delays. We can provide additional support personnel when necessary. KCCS takes a proactive approach to resolving problems, and our experienced inspection staff is very effective in avoiding problems in the field. Our goal is to minimize re-work by looking ahead of the Contractor’s operations and identifying potential issues before they arise. Regular reviews of the Contractor’s CPM schedule have proven to be a good measuring tool. The schedule not only verifies the percentage and progress of work completed, but can reveal possible conflicts between projected activities. Addressing these potential conflicts early translates to lower costs and time saved. ConTraCT Changes, ClaIMs, unforeseen WorK The KCCS Team continuously practices claims avoidance. Our inspectors know if they encounter a changed condition to promptly notify the PA, who will analyze the condition to verify the change is truly extra work and not part of the original construction contract. If the change does involve extra work, our inspectors keep detailed records of the time, labor, equipment, and materials involved as documented on FDOT’s required form No. 700- 050-58 “Daily Record of Extra Work Site Source Record.” The Contractor is given a copy of this document daily as the extra work proceeds. We will notify the County PM and provide clear and concise details of additional time and expense for approval. Tab II | 4 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 KCCS successfully closed out all issues on the recently completed FDOT Project, Widening US 41 Estero (FIN: 19847815201). If the Contractor requests a change, we will review the written quote for reasonableness in accordance with the terms of the contract and notify the County PM of our findings. If negotiations fail, we will direct the Contractor to perform the work and issue a Unilateral Supplemental Agreement (SA). KCCS is very familiar with SAs, Contingency SAs, and Work Orders (WOs). We will coordinate with the EOR to establish proper reason codes and prepare the appropriate documents with detailed back-up, correspondence, and other pertinent information to protect the financial interests of the County. We use the Florida Transportation Builders Association cost data, FDOT statewide averages, bid tabs of contracts let during the same period, and Blue Book rental rates to develop an accurate and independent cost estimate. KCCS also uses an extra file entitled “Self-Inflicted Wounds.” Our team has been trained to not only inspect the work, but closely observe and monitor all activities of the Contractor. If any of the Contractor’s operations could potentially elevate into a delay, additional cost, or re-work, we thoroughly document the issue and take photographs. All documentation is maintained until the project reaches Final Acceptance, at which time the documents will be delivered to the County and stored for a length of time as dictated by the County. doCuMenTaTIon of ConTraCTor’s perforManCe KCCS will use FDOT’s Contractor’s Past Performance Rating (CPPR) monthly to document the Contractor’s performance. The PA will meet with the PM prior to submitting a copy to the Contractor. Verbal warnings will be given if conditions warrant, or deficiency warnings/letters will be issued if necessary with concurrence of the PM. At the start of construction, we will schedule a workshop with the Contractor to review the use of the CPPR. Since past experience has proven most Contractors do not have a clear understanding of the CPPR process, this workshop will allow us to review each category and discuss examples to ensure the Contractor and CEI staff are on the same page. projeCT ManageMenT sofTWare The KCCS Team has developed their own project- specific management software, Kisinger Campo Project Tracker (KCPT). KCPT is a combination of various agencies’ project management software we have used over the years. We kept it simple but precise. KCPT is used to track the Contractor’s activities each day along with pay quantities. The program is linked to inspection diaries, photo logs, submittals, and CPM schedule. This valuable tool can be used to generate status reports for weekly meetings or date-specific reports for claims or utility meetings. KCPT provides the best documentation in a simple precise format. By storing this information in the Cloud, in addition to all the team members having instant access to it, the client also has full access to all the project documentation. publIC safeTy Safety is of paramount importance. The KCCS Team will closely monitor the Contractor’s maintenance of traffic (MOT) devices for compliance with the traffic control plan (TCP) and Standard Indexes. Our team has extensive experience and is very familiar with MOT requirements. We know the best way to enhance public safety is through information. We advocate timely implementation of message boards to inform the public of any changes to traffic patterns. KCCS will communicate with the County and Contractor daily, and our weekly progress meetings will discuss MOT. oTher aCTIvITIes As a team there are a number of other routine activities that will be done including: Pass the torch meeting Partnering, either informal or formal meeting Pre-activity meeting – discuss every new operation Project deficiency list, maintained to track issues Photo documentation INNOVATIVE IDEAS eleCTrICal densITy gauge The Electrical Density Gauge (EDG) is a nuclear- free alternative for determining the moisture and density of compacted soils used in road beds and foundations. The EDG is a portable, battery-powered instrument capable of being used anywhere without the concerns and regulations associated with nuclear safety. Its user-friendly, step-by-step menu guides the user through each step of the testing procedure and cautions the user when values do not correspond to established curves for the material being tested. Easy-to-use, the EDG can be used as a construction aid to monitor day-to-day compaction operations by providing performance and measurement results Tab II | 5 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 highly comparable to those achieved with traditional methods, including the nuclear gauge and/or a sand- cone and oven moisture test combination. When conducting a test, the EDG measures and displays the results for wet and dry density, gravimetric moisture content, and percent compaction. The EDG measures the electrical dielectric properties and moisture levels of compacted soil using high radio frequency traveling between darts driven into the soil being tested. The dart’s depth of penetration positively determines the depth of measurement. Darts are available in 4, 6, 8, 10, and 12-inch lengths. In addition, the darts have been designed with a taper, which ensures a continual positive contact with the soil for accurate measurements vIsual as-buIlTs KCCS recommends utilizing a process to create digital virtual as-builts of the project as construction progresses. These photographs, coupled with aerial photography, provide an excellent record of the project’s progress. The process is to take a monthly panoramic series of photographs, sweeping from 90° right to 90° left of center line at 100-foot intervals along the project center line. Based on the 100-foot interval spacing, the digital photographs collectively will portray the majority of the visible surfaces on the project. The digital photographs can be compared to other project data including daily reports of construction and scheduling updates. Photographic data files comprising each digital photograph will be supplied together with an HTML (web page) based access and display system for viewing the photographs. vIsual punCh lIsTs WITh global posITIonIng sysTeM (gps) daTa KCCS is continually looking for ways to enhance the quality of the services we provide to our clients. One approach we propose to utilize on this project is the use of GPS to document punch list items at the end of the project. Our inspectors will document the description and location of all construction deficiencies utilizing a hand-held GPS and data collector device. Also, photographs are taken at that time and logged in for a specific deficiency. This information is provided to our Tampa corporate office for input and recording. The information is downloaded into a geographic information system (GIS) in conjunction with software developed by KCA, and latest available high-resolution aerials. A printout similar to the one shown below can be produced to accurately document all deficiencies within sub-foot accuracy. All of this information is placed on a disc with the photographs to provide to the Contractor and County. This eliminates the need to produce accurate stationing of an area from station boards or missing station boards altogether. This system is more time efficient, which in turn is more cost-effective to the County. WHY SELECT KCCS? The KCCS Team is committed to working with Collier County staff to deliver a successful project. We understand and recognize we will have the leadership role. Our team is prepared to set a new CEI standard through exercising our independent professional judgment while keeping County staff well informed of any project challenges and involved in all significant decisions. KCCS appreciates this opportunity to submit a proposal and are looking forward to the chance to meet face-to-face to discuss this project and our team, knowing we can show the selection committee that, without a doubt, the KCCS Team is the best team for this project. QUALIFICATIONS/CERTIFICATIONS AND EXPERIENCE OF ASSIGNED TEAM AND STAFFTAB III TAB III. Qualifications/ Certifications and Experience Tab III | 1 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 TAB III: QualIfICaTIons/CerTIfICaTIons and experIenCe of The assIgned TeaM and sTaff KCCS focuses solely on providing Florida clients with the best possible CEI services from regional offices and project-specific field offices throughout the state. Our client list includes FDOT, Florida counties and municipalities, and a number of private clients. KCCS inspectors have experience in a wide variety of projects ranging from rural road construction to major urban artery and interstate construction. They have been involved in all aspects of utility construction, including new installations, relocations of existing facilities, and removal of old abandon facilities. They have provided CEI services for water lines, both potable and reuse, electric, cable and phone services. They have also handled the ancillary services accompanying these projects, including activities such as street light installations and/or relocations, signalization, and landscaping services. Our people are our strength. KCCS carefully selects experienced inspectors from our existing staff to meet the specific needs of each project. Many of our current staff members began as junior inspectors trained to perform their duties to KCCS’s high standards. They are certified through the FDOT Construction Training Qualification Program (CTCP) in areas that include earthwork, concrete, paving, drilled shafts, and utility installations. They are also certified to work any R/W via MOT certifications. KCCS PAST PROJECTS The following projects highlight KCCS’s roadway CEI experience: relevanT CeI projeCTs Golden Gate (CR 886) Grade Separated Overpass, Collier County, FL KCCS provided CEI services for construction of a major grade-separated intersection of Golden Gate Parkway and Airport-Pulling Road including a 513- foot span tub girder bridge, utility relocation of the primary raw water supply for the City of Naples, street lighting, storm drainage, and a 370-foot triple box culvert redirecting Airport-Pulling canal. Cost: $39 million Contact: Jim Zuver, Project Manager, 239.252.5794 CR 951, from US 41 to Davis Boulevard, Collier County, FL KCCS provided CEI services for this project, which included 7 miles of roadway widening and reconstruction from four lanes divided to six lanes divided. Also included utility relocation, retention pond and drainage installation, curb and gutter, signals, milling/resurfacing, and overbuild existing roadway services and construction of widening areas. Cost: $26 million Contact: Steve Ritter, Manager Road Construction, 239.253.1154 Gasparilla Island Causeway Phase II, Gasparilla Island Bridge Authority (GIBA) KCCS provided CEI services for this project, which included the construction of a new two-lane, swing-span bridge and associated roadway work to replace existing two-lane swing bridge, 225- foot swing span. Project included miscellaneous utility relocations, storm drainage, mechanically stabilized earth (MSE) wall and new bulkhead walls, rip rap and other shore/erosion control protection, and fender system replacement. Cost: $18.5 million Contact: Kathy Banson-Verrico, Executive Director, 941.264.9056 Tab III | 2 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Gasparilla Island Causeway Phase I, GIBA KCCS provided CEI services for this project to replace two structurally deficient bridges on the Boca Grande Causeway. The bridge replacements included an 825-foot-long, center-fixed bridge consisting of prestressed Florida I-Beam (FIB) spans and a 267-foot-long, south-fixed bridge consisting of post-tensioned prestressed slabs. Also included construction of temporary and permanent MSE walls, temporary sheet pile walls, utility coordination, roadwork, and drainage. Cost: $ 14 million Contact: Kathy Banson-Verrico, Executive Director, 941.264.9056 Local Agency Participation (LAP) Miscellaneous Construction Gateway Signs, DeSoto County, FL KCCS provided CEI services for this project, which installed gateway entrance signs and landscaping at three primary locations for DeSoto County. This is a LAP project under FDOT and managed by DeSoto County. Cost: $181,142 Contact: Michael Giardullo, Public Works Director, 941.916.8073 Daniels Parkway Widening and Corkscrew Safety Improvements, Lee County, FL KCCS provided CEI services for this project, which widened Daniels Parkway from two lanes to three lanes and widened Corkscrew Road. Work included drainage, earthwork, sub-grade, base rock, interconnect, signalization, curb and gutter, stormwater, utilities, and relocation of existing utilities. Tasks included tracking of quantities, documentation, and providing estimates to the Contractor and County representatives for payment. Daniels Parkway Cost: $3 million Corkscrew Improvements Cost: $4 million Contacts: Robert Phelan, Project Manager, 239.533.8594; Sara Clark, Project Manager, 239.533.8718 Gateway Roadways Rehabilitation, Lee County, FL KCCS provided CEI services for this project, which involved the design of roadway improvements for two segments of Gateway Boulevard and one segment of Griffin Road within the Gateway Community Development District. The work included milling and resurfacing existing asphalt pavement, reconstructing of a segment of existing asphalt trail, minor drainage improvements, installing new pavement markings, replacing existing signs, and upgrades to existing curb cut ramps. Cost: $1.5 million Contact: Scott Connell, Operations Manager, 239.851.6991 US 41, FDOT District One, Lee and Collier Counties, FL KCCS provided CEI services for this project, which involved a four to six-lane reconstruction from CR 887 in Collier County North to Old US 41 in Lee County (6.2 miles). The three projects, which included reconstruction to a six-lane urban arterial, are on a heavily traveled, four-lane north/south highway servicing Lee and Collier Counties. Work included milling/resurfacing, widening, curb and gutter, major bridge widening, utility relocation, signalization, and storm drainage installation. Cost: $26 million Contact: Gerald Byrne, PE, FDOT Engineering Manager, 239.272.7633 SR 45 (US Highway 41) from Corkscrew Road to San Carlos Boulevard, FDOT District One KCCS provided CEI services for this project, which widened a four-lane facility to six lanes. Bridge No. 120154 was widened to accommodate the new lanes by adding three piles per bend, widening the caps, and replacing the bridge deck. Utility relocations and drainage improvements were also part of the project. Tab III | 3 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Cost: $14 million. Contact: Gerald Byrne, PE, FDOT Engineering Manager, 239.272.7633 Old 41 Road, City of Bonita Springs, FL KCCS provided CEI services for this project, which included four-lane reconstruction of 2.7 miles of existing two-lane facilities. The project included three pre-cast box culverts, highway lighting, and signalization with major utility relocation. Cost: $13 million Contact: Daryl Walk, Senior Project Engineer (retired), City of Bonita Springs, 239.949.6246 governMenT projeCT adMInIsTraTIon experIenCe Additionally, KCCS provides project administration for numerous governmental agencies including cities, counties, toll authorities, and FDOT. Typical administrative tasks routinely performed by KCCS personnel consist of: Constructability and bidability reviews of construction documents prior to bidding Preparation for and conduction of pre- construction meetings Utility coordination CPM schedule reviews to ensure compliance with the contract documents and specifications Review of Contractors’ monthly pay requests Tracking of shop drawings, RFIs, and contract changes Review and disposition of contract change requests Analysis of claims and disputes including written reports providing recommendations for resolutions Quality project administration is a key component in the successful completion of all KCCS projects. In addition to the typical contract administration issues, KCCS administrators understand the importance of maintaining a close relationship with the County’s customers as well as the community. We will work closely with the County to provide information to the public to keep them abreast of project issues that may impact them. UNIQUE BENEFITS OF KCCS The primary benefit of selecting KCCS is our people. Typically, our employees are long-term individuals who worked their way up from an entry level. Therefore, they are very familiar with every aspect of a project and can step in and assist in any situation. We invest in training our staff to make them the best they can be. We believe both we, and our clients, benefit greatly from that investment. In fact, a number of years ago, several KCCS staff members worked with Collier County to train County staff in all of the nuances of roadway and utility inspection. Each of our inspector’s vehicles is set up with a computer, printer, and mobile hot spot. That, coupled with their cell phone, allows our inspectors to have full communication capabilities to send/ receive emails, photographs, daily reports, work quantity summaries, and other paperwork necessary to fulfill their project responsibilities. projeCT sTaffIng Our organizational chart is shown on page 5 of this section, and resumes, including experience, training, and qualifications, appear at the end of this section. Applicable licenses and certifications are included before the resumes. Paul Wingard, PE, LEED AP, SPE Mr. Wingard has 42 years of experience and is currently the SPE on the US 41 project in Venice and SR 758 project in Sarasota, both for FDOT District One. He recently closed out a US 41 project in Estero. He is in the final stage of construction for the Boca Grande Swing Bridge project for GIBA. Prior to joining KCCS, Mr. Wingard served for 17 years as Deputy Department Director for Lee County DOT, where he managed a staff of approximately 300 from the operations, tolls, and traffic divisions. In addition to managing the County DOT Maintenance operations, he was the Tab III | 4 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 PM for the design and construction of two major road and bridge projects for the County—Midpoint Bridge and Sanibel Bridge and Toll Plaza. In this capacity, he started a new program to install roadway landscaping and provided oversight on numerous landscape projects on County and FDOT roadways. Prior to Lee County, he worked on numerous FDOT bridge widening projects on the east coast in FDOT Districts Four, Five, and Florida’s Turnpike Enterprise, and a road widening and toll plaza improvement project, the first barrier conversion project on Florida’s Turnpike, replacing 12 toll plazas. Reference: Eunice Usher, PE, 239.272.7608 Scott Woss, PE, LEED AP, (E&R) PA Mr. Woss has 25 years of extensive experience as a CEI Area Manager and in providing construction management services on a variety of large interstate, highway, and bridge projects. He has served in an array of positions both as a consultant and as an FDOT District One employee. As a consultant, his responsibilities include filling the role of SPE and PA on numerous projects. Before joining the private sector in 1999, Mr. Woss worked for FDOT District One as the Interstate Construction Program Manager for I-4, Resident Engineer at Sebring Construction, and Project Engineer at Bartow Construction. Mr. Woss is proficient in numerous computer systems including Microsoft Word, Excel, Sharepoint, Primavera, AutoCad, MicroStation, as well as several FDOT systems including EDMS, ERC, Site Manager, and LIMS. Reference: Gerald Byrne, PE, FDOT District One, 239.656.7800 Frankie Woodrum (E&R), Contract Support Specialist Ms. Woodrum has 25 years of experience in CEI. She has substantial experience in office management, operations, and administration in construction and corporate management, all complemented with extensive computer capabilities. Ms. Woodrum has received extensive training and experience as contract support specialist and assists the PM in their normal duties. Her experience covers new bridge and roadway construction for both federal and non federal aid projects. Reference: Leighton Elliott, PE, FDOT District One, 239.985.7800 Anthony Acuti, Lead Inspector Mr. Acuti has been with KCCS for 15 years and has completed many successful projects throughout Florida. He has extensive experience in construction including nuclear density testing, concrete testing (field), surveying, asphalt paving, and MOT. He has completed the FDOT self- study courses in Math, Plan Reading, Earthwork, Subgrade and Base, DEIT (D00290), Portland Concrete Cement Testing, Placement and Control, Utility Relocation, Clearing and Grubbing and Miscellaneous Concrete Structures, Structures Parts I and II, and Final Estimates. He also has extensive roadway CEI experience. Mr. Acuti has worked on numerous projects in southwest Florida, including Murdock Circle at Veterans Boulevard, SR 776 at Oriole Boulevard, and SR 776 at Coliseum Boulevard for Charlotte County and CR 951 from Davis Boulevard to Golden Gate Canal for FDOT District One. Reference: Nathan Beals, PM, Collier County Utilities, 239.252.2583 Carlton Norton (E&R), Inspector Mr. Norton joined E&R in Spring 2015 providing inspection services on the US 41 Design-Build project. His commercial construction experience began in 2004 at a Fort Myers truss company and his materials testing experience in 2005 where his duties included in-place density tests as well as concrete testing for commercial and residential projects. Mr. Norton additionally served as QC Inspector/Field Technician for projects such as US Sugar Corp. BT-13 Project and US 41 in Collier County. Reference: Matt Thomas, Collier County, 239.252.8192 Rhonda Venuto, Administrative Support Ms. Venuto has 30 years of experience and serves as the Administrative Assistant in the Fort Myers office assisting in preparation of Letters of Interest and Proposals. In addition to administrative duties, Ms. Venuto provides support for the PA/ Contract Support Specialist on the GIBA project. Remotely she handles all of the CEI administrative duties on the contract and is extensively training for additional Resident Compliance Specialist responsibilities. Ms. Venuto has qualified as a Contract Support Specialist on several projects with both Collier County and FDOT. Tab III | 5 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 ORGANIZATIONAL CHART Collier County Project Manager Senior Project Engineer Paul Wingard, PE, LEED AP Project Administrator Scott Woss, PE, LEED AP (E&R) Corporate Support* Stephen McGucken, PE Administrative Support* Rhonda Venuto Contract Support Specialist Frankie Woodrum (E&R) Geotechnical Lab Ardaman & Associates, Inc. Asphalt Plant Inspector Tierra, Inc. (MBE) Inspector Carlton Norton (E&R) Lead Inspector Anthony Acuti QA/QC Oversight* Trey Barclay Deane Hinkle Survey E.F. Gaines Surveying Services, Inc. (WBE) SUBCONSULTANTS Ardaman & Associates, Inc. Eisman & Russo, Inc. (E&R) E.F. Gaines Surveying Services, Inc. (WBE) Tierra, Inc. (MBE)*Corporate/Administrative Support Tab III | 6 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 LICENSES/CERTIFICATIONS Tab III | 7 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Qualifications Search http://www.ctqpflorida.com/ctqp_data/xxxyy23q.asp?search=W526699521700[4/7/2016 9:21:36 AM] Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE W52669952 Earthwork Earthwork Construction Inspection - Level 1 10/4/2016 W52669952 Earthwork Earthwork Construction Inspection - Level 2 11/2/2016 W52669952 Management Final Estimates - Level 1 9/21/2016 W52669952 Management Final Estimates - Level 2 10/4/2016 W52669952 Management QC Manager Does Not Expire 134215 Back Paul Wingard, PE, LEED AP, SPE Tab III | 8 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Qualifications Search http://www.ctqpflorida.com/ctqp_data/xxxyy23q.asp?search=W200784683880[4/7/2016 9:20:32 AM] Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE W20078468 Management Final Estimates - Level 1 2/28/2019 W20078468 Management Final Estimates - Level 2 2/28/2019 134215 Back Scott Woss, PE, LEED AP (E&R), PA Tab III | 9 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Qualifications Search http://www.ctqpflorida.com/ctqp_data/xxxyy23q.asp?search=W365-252-59[4/7/2016 9:22:15 AM] Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE W36525259 Management Final Estimates - Level 1 5/8/2017 W36525259 Management Final Estimates - Level 2 5/8/2017 134215 Back Frankie Woodrum (E&R), Contract Support Specialist Tab III | 10 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Qualifications Search http://www.ctqpflorida.com/ctqp_data/xxxyy23q.asp?search=A230000552240[4/7/2016 9:23:16 AM] Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE A23000055 Asphalt Asphalt Paving Technician - Level 1 11/9/2017 A23000055 Asphalt Asphalt Paving Technician - Level 2 11/9/2017 A23000055 Concrete Concrete Field Technician - Level 1 3/6/2018 A23000055 Concrete Concrete Field Technician - Level 2 3/6/2018 A23000055 Earthwork Earthwork Construction Inspection - Level 1 5/6/2019 A23000055 Earthwork Earthwork Construction Inspection - Level 2 5/8/2019 A23000055 Geotech Drilled Shaft Inspection 10/7/2020 A23000055 Geotech Pile Driving Inspection 9/29/2016 A23000055 Management Final Estimates - Level 1 3/22/2018 134215 Back Anthony Acuti, Lead Inspector Tab III | 11 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Qualifications Search http://www.ctqpflorida.com/ctqp_data/xxxyy23q.asp?search=N63510582[4/7/2016 9:22:47 AM] Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE N63510582 Asphalt Asphalt Paving Technician - Level 1 5/4/2020 N63510582 Concrete Concrete Field Technician - Level 1 7/13/2018 N63510582 Concrete Concrete Lab Technician - Level 1 4/6/2018 N63510582 Earthwork Earthwork Construction Inspection - Level 1 12/4/2018 N63510582 Earthwork Earthwork Construction Inspection - Level 2 2/3/2020 134215 Back Carlton Norton (E&R), Inspector Tab III | 12 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Qualifications Search http://www.ctqpflorida.com/ctqp_data/xxxyy23q.asp?search=V530737568360[4/7/2016 9:23:49 AM] Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE V53073756 Management Final Estimates - Level 1 8/9/2016 V53073756 Management Final Estimates - Level 2 8/9/2016 134215 Back Rhonda Venuto, Administrative Support Paul Wingard, PE, LEED AP Senior Project Engineer KCCS, Inc.  Senior Project Engineer LAP Gateway Signs and Construction and Landscape Services, Site One: 769 at Charlotte County Line, Site Two: US Hwy 17 at Charlotte County Line, DeSoto County, FL. This project is to install gateway entrance signs at two locations, includes construction and landscape for DeSoto County. This is a LAP project under FDOT and managed by DeSoto County. Cost: $174,000, Contact: Michael Giardullo, Public Works Director, DeSoto County 941.916.8073 Role: Senior Project Engineer/ Senior Project Administrator (January 2016 to present) SR 758 from Siesta to Bond Place and SR 758 from US 41 to Dunn Drive, FDOT District One. The project is divided into three different sections. Section 1, SR 758 (South Osprey Avenue) between Siesta Drive and SR 45, is a two-lane urban roadway, two 11-foot travel lanes and an 11-foot center bi-directional turn lane. Section 2, SR 758 (Bee Ridge Road) between SR 45 and Bond Place, is a seven-lane section bound by curb and gutter and 7-foot sidewalks adjacent to the curb. Section 3 consists of work covered by a JPA with the City of Sarasota to replace water lines. SR 758 will be milled/resurfaced and include new thermoplastic striping the entire length from Siesta Drive to Dunn Drive (3.8 miles). Includes replacement of the existing storm drainage, ITS and ATMS, traffic signals rework, sidewalks and median pedestrian island. Cost: $17 million, Contact: Carl Harman, D1 Sarasota Operations, 941.708.4431 Role: Senior Project Engineer (January 15, 2016 to present) Gateway Roadways Rehabilitation, Lee County, FL. This project, in general, involves the design and CEI for roadway improvements for two segments of Gateway Boulevard and one segment of Griffin Road within the Gateway Community Development District. The work includes, milling and resurfacing existing asphalt pavement, reconstruction of a segment of existing asphalt trail, minor drainage improvements, installation of new pavement markings, replacement of existing signs, and upgrades to existing curb cut ramps. Cost: $1.5 million, Contact: Scott Connell, 239.561.1313 Role: Senior Project Engineer/Senior Project Administrator (August 2012 to present) SR 45 (US 41) Woodmere Road to Lowes Entrance, FDOT District One. The Improvements under this Contract consist of milling and resurfacing, shoulder treatment, sidewalks, signalization and signing and pavement marking on SR 45 from west of Woodmere Road northwesterly approximately 1.841 miles to west of Lowes entrance in Sarasota County. Cost: $2.7 million, Contact: Carl Harman, D1 Sarasota Operations, 941.708.4431 Role: Senior Project Engineer (September 14, 2015 to present) LAP Miscellaneous Construction Gateway Signs, DeSoto County, FL. This project to install gateway entrance signs, included landscaping at three primary locations for DeSoto County. This was a LAP project under FDOT and managed by DeSoto County. Cost: $181,000, Contact: Michael Giardullo, Public Works Director, DeSoto County 941.916.8073 Role: Senior Project Engineer/ Senior Project Administrator (April 2014 to October 2014) Gasparilla Island Causeway, Phase II, Gasparilla Island Bridge Authority. CEI for the construction of the 678-foot low-level swing bridge, including long center fixed approach spans. Includes demolition of existing bridge, and all associated roadwork. Design similar to fixed bridges. Project Included miscellaneous utility relocations, storm drainage, MSE wall and new bulkhead walls, rip rap, and other shore/erosion control protection. Includes fender system replacement. Cost: $18.5 million. Contact: Kathy Banson Verrico, GIBA, Executive Director, 941.697.2271 Role: Senior Project Engineer (September 2013 to present) Project Experience Mr. Wingard has 42 years of experience and provides construction services for highway and bridge construction projects and has extensive experience in all facets of construction engineering and management. Prior to joining KCCS in July 2011, Mr. Wingard served for 17 years as Deputy Department Director for Lee County Department of Transportation, where he managed approximately 300 staff from the operations, tolls, and traffic divisions. CTQP Post-Tension Technician, Level 1&2 CTQP Final Estimates, Level 1&2 CTQP Earthwork, Level 1&2 CTQP QC Manager FDEP Qualified Stormwater Management Inspector, 26887 Nuclear Gauge Safety MOT Advanced Hazardous Material Refresher Florida General Contractor GC C056872 2012 FDOT Construction Academy FDOT Critical Structures Self Study Dispute Resolution Review Board 2013 FDOT Design-Build Workshop Florida Underground Contractor CU C056708 LEED Accredited Professional Certifications: TIN W526699521700 Education Registration BS University of New York at Buffalo Professional Engineer, Fl 41688 Paul Wingard, PE, LEED AP Page 2 KCCS, Inc.  Senior Project Engineer Gasparilla Island Causeway, Phase I, Gasparilla Island Bridge Authority. CEI for 1.08 miles of roadway construction and replacement of two structurally- deficient bridges on the Boca Grande Causeway. The bridge replacement includes the 825-foot-long center fixed bridge and a 267-foot-long south fixed bridge. Also includes installation and removal of temporary Acrow bridge. South bridge construction consists of six equal post-tensioned prestressed slab unit spans with bents founded on 24-inch prestressed concrete piles. Center bridge construction consists of six equal prestressed Florida I-Beam (FIB) spans with hammerhead piers founded on 24-inch prestressed concrete piles. Included was rehabilitation and repair of bulkhead walls, construction of temporary and permanent MSE walls, and construction of critical temporary sheet pile walls required for phased construction. Also includes utility coordination, roadwork, and drainage. Cost: $14 million. Contact: Kathy Banson-Verrico, GIBA, Executive Director, 941.697.2271 Role: Senior Project Engineer (February 2012 to January 2014) SR 45 (US Highway 41), from Corkscrew Road to San Carlos Boulevard, FDOT District One. This project widened a four-lane facility to six lanes. Bridge No. 120154 was widened to accommodate the new lanes by adding three piles per bend, widening the caps, and replacing the bridge deck. Drainage improvements included a new system consisting of ponds, swales, drainage structures, and outfall control structures. Cost: $14 million Contact: Gerald (Jerry) Byrne, PE, 239.272.7633 Role: Senior Project Engineer (August 2011 to January 2014) Lee County Department of Transportation, Lee County, FL. Managed all aspects of the Department consisting of approximately 400 employees with an annual operating budget of $50 million and an annual CIP budget of $25 million Role: Interim Department Director (July 2010–July 2011) Lee County Department of Transportation, Lee County, FL. Managed all of the field operations within the County DOT. This includes the management of the Operation Division, Tolls Division and Traffic Division, for a combined staff of approximately 300. The responsibilities include, as listed below for Operations, all roadway maintenance; the operation of three toll bridges. Including a service center for the tolls program; and all of the traffic operation responsibilities such as signal maintenance, roadway stripping, Signal Operations Center and traffic engineering. Also managed all activities of the project designer and the construction manager of the Sanibel Causeway Improvements Project, a $140 million bridge and toll plaza replacement project from the design/permitting stage through final construction. Project consisted of demolition and replacement of an existing three mile long bridge from the mainland to a barrier island. The bridges, three separate structures, consist of AASHTO precast, prestressed type 6 special girders with a four span structurally continuous deck and144’ span substructure. The substructure consisted of both precast and cast-in-place battered columns (built for aesthetic purposes). As Project Manager for the County, responsibilities included the oversight, review and approval of the project permitting and design for the first three years and for oversight of the project construction, done through a Construction Manager at Risk, for the balance of the time. Role: Deputy Department Director (October 2000 – July 2010) Lee County Department of Transportation, Lee County, FL. Initiated a County wide roadway landscape program, managed a staff of 150 and all activities of roadway maintenance. This included mowing, drainage, canal maintenance and bridge maintenance. Bridge maintenance covered 120 County owned bridge structures of various types, including four bascule bridges. Role: Operations Director (July 1997 – October 2000) Lee County Department of Transportation, Lee County, FL. Managed all activities of the project designer and the construction manager for the Midpoint Corridor Project, a $180 million Lee County Capital Improvement, a bridge across the Caloosahatchee River (1.4 miles across a river), including seven miles of approach roads, two highway overpasses and two small bridges across canals including all utility relocations. The bridge structures included a 1.4 mile structure consisting of a standard AASHTO precast, prestressed type 6 special girders with four span structurally continuous decks with 150’ spans. The main span over the ship’s channel was a three span, structurally continuous precast concrete girder and deck, with the main span at 200’ with a drop in, longitudinally post tensioned beams. The two overpass include a three span continuous steel box girder superstructure with a continuous CIP concrete deck across Del Prado Blvd (a six lane County highway), and a three span continuous curved steel box girder superstructure with a continuous CIP deck over US 41 (a six lane state roadway). Ongoing efforts included monitoring the estimates of the design engineers, resident engineers, various technical subconsultants and the contractors. Testimony in land condemnation cases was also provided. Extensive property owner negotiations and coordination was provided. The project also required a County- wide speaker’s bureau, public involvement and media relations, as well as presentations on the project status to local political boards and councils. Role: Project Manager (September 1993-1998) Scott Woss, PE, LEED AP Senior Project Engineer POSITION Senior Project Engineer / Project Administrator AREA OF EXPERTISE Construction Engineering and Inspection YEARS OF EXPERIENCE: 25 EDUCATION B.S., Civil Engineering, University of South Florida, 1992 PROFESSIONAL REGISTRATION Professional Engineer, Florida No. 51540 TIN:W200784683880 CTQP CERTIFICATIONS CTQP Final Estimates Level 1 & 2 CTQP QC Manager OTHER CERTIFICATIONS/ TRAINING LEED AP BD+C (LEED Accredited Professional w/ a Building Design + Construction Specialty) Florida Engineering Leadership Institute (FELI) FDOT Critical Structures Construction Issues FDOT Advanced MOT Auger Cast Pile CTQP Construction Management Academy Nuclear Safety Training Mr. Woss has extensive experience as a CEI Area Manager and in providing construction management services on a variety of large interstate, highway, and bridge projects. He has served in an array of positions both as a consultant and as an FDOT District One employee. As a consultant, his responsibilities include filling the role of Senior Project Engineer and Project Administrator on numerous projects. Before joining the private sector in 1999, Mr. Woss worked for FDOT District 1 as the Interstate Construction Program Manager for I-4, Resident Engineer at Sebring Construction, and Project Engineer at Bartow Construction. Mr. Woss is proficient in numerous computer systems including Microsoft Word, Excel, Sharepoint, Primavera, AutoCad, MicroStation, as well as several FDOT systems including EDMS, ERC, Site Manager, and LIMS. Project Experience US 41, from SR 951 to Greenway. FDOT District 1, Naples, FL: Project Administrator. Design Build. Widening 3.9 miles of US 41 from a two-lane facility to six. Project included drainage, paved shared use path and sidewalk, 5000 feet of sound walls, gravity walls, replacement of one concrete bridge, three concrete box culverts, and one traffic signal. There were 12 separate utility owners with extensive relocation efforts. 10/2013 to 12/2015. FM 415261-2-62-01. Cost: $38M. (Re: Leighton Elliott, PE, 239-985-7800) SR 80 from CR 833 to US 27. FDOT District 1, LaBelle, FL: Senior Project Engineer/Project Administrator. Widening 2 miles of SR 80 from 2 lanes to 4. Construction includes 6 retention ponds, drainage, and concrete slab bridge. 8/2012 – 2/2014. FM 408286-2-52-01. Cost: $9.4M (Re: Jerry Byrne, PE, 239-656-7800) US 27 from Berner Rd. to Stitt Ranch Rd. FDOT District 1, Clewiston, FL: Senior Project Engineer/Project Administrator. Resurfacing of 7 miles of 4-lane divided highway on US 27. Included railroad approach slabs. 2/2012 – 7/2012. FM 408223-1-52-01. Construction Cost: $2.9M (Re: Jerry Byrne, PE, 239-656-7800) SR 710/Beeline Hwy. FDOT District 4, Palm Beach County, FL: Senior Project Engineer. Work included the addition of 5’ paved shoulders, milling and resurfacing, thermoplastic pavement markings and performance turf along a 3.4 mile corridor. 8/2011 to 4/2012. FM No 422994-15201. Cost $2.7M. (Re: Rob Cables 561-719-7799) SR 951 at Marco Island Bridge, FDOT District 1, Collier County, FL: Project Administrator. This D/B project included a new 2-lane fixed highspan bridge structure and widening of existing roadway from 2 lanes to 4. Bridge work included drilled shafts, Florida I-Beams, and lighting. Also included ponds, drainage, landscaping, and utilities. Cost: $25M. 11/2010 to 01/2012. (Re: Jerry Byrne, PE, 239-272-5796) SR 29 (Bridge Street) over Caloosahatchee River LaBelle Draw, FDOT District 1, Hendry County, FL: Senior Project Engineer. Work included the rehab of bascule bridge. Replaced bridge machinery; girder plates, bascule leaves, approach slabs, fender system, and bridge gates. Cost: $5M. 10/2009 to 11/2010. (Re: Jerry Byrne, PE, 239-272-5796) Aqui Esta Drive Improvement Project, Charlotte County, Charlotte County, FL: Senior Project Engineer. This project included reconstructing a 2-lane roadway with one bridge. Cost: $7M. 07/2009 to 05/2010.(Re: Kelly Slaughter, Project Manager, 941-575-3657) CR 765A (Taylor Road) at Bridge No. 010005 Alligator Creek, FDOT District 1, Charlotte County, FL: Senior Project Engineer. 0.5-mi. replacement of 2-lane bridge over Alligator Creek. Cost: $1.8M. 11/2008 to 07/2009. (Re: Jerry Byrne, 239-985-7800) CR 951 (Collier Boulevard), Collier County, Collier County, FL: Senior Project Engineer. 7-mi. four to six lane reconstruction, including drainage, earthwork, asphalt, concrete curb and gutter, sidewalks, signalization, lighting, and landscaping. Cost: $14M. 10/2007 to 07/2009. (Re: Jay Ahmad, County Transportation Eng., 239-398-2898) Scott Woss, PE   Old 41 Road Widening - Phase 2 Project, City of Bonita Springs, Lee County, FL: Senior Project Engineer. 2.5-mi. two to four lane reconstruction including raised median, ponds, drainage, curb and gutter, sidewalks, signalization, and lighting. Also involved railroad crossing and utilities. Cost: $14M. 05/2007 to 10/2008. (Re: 239-949-6246) Golden Gate Parkway Grade Separated Overpass over Airport Pulling Road, Collier County, FL: Senior Project Engineer. Bridge, reconstruction, and widening. Project included steel tub girder beam bridge, realignment of drainage canal, concrete box culverts, retention ponds, asphalt, curb and gutter, sidewalk, signalization, lighting, and landscaping. Cost: $30M. 03/2005 to 09/2007. (Re: Jay Ahmad, 239-398-2898) US 41 from CR 887 in Collier County North to Old US 41, FDOT District 1, Collier/Lee County, FL: Senior Project Engineer. 5.6-mi. four to six lane widening and reconstruction, including two AASHTO beam bridges, ponds, curb and gutter, sidewalks, asphalt, signals, lighting, and utilities. Cost: $27M. 10/2004 to 06/2010. (Re: Jerry Byrne, 239-985-7800) US 17 Design-Build from CR 764 to Desoto County Line, FDOT District 1, Charlotte County, FL: Senior Project Engineer. 4.0-mi. two to four lane reconstruction project, including three AASHTO beam bridges, ponds, asphalt, curb and gutter, sidewalk, and lighting. Cost: $17.9M. 10/2004 to 03/2005. (Re: Albert Rosenstein, 941-359-7350) Florida's Turnpike Resurfacing/Median Guardrail, Ft. Pierce, Florida: Senior Project Engineer. Resurfacing of the Turnpike Mainline from MP 126 to 169 in St. Lucie and Martin Counties, utilizing Pavesmart. (References no longer available.) 10/2004 to 03/2005 SR 68 (Orange Avenue), FDOT District 4, St. Lucie County, FL: Senior Project Engineer. 3.0-mi. two to four lane reconstruction of roadway in St. Lucie County. Project included a raised median, replacement of AASHTO bridge, ponds, drainage, gravity walls, signals, lighting, and utilities. Cost: $11M. 06/2003 to 02/2005. (Re: C. Lawrence, 772-489-7066) SR 60 Bypass, FDOT District 1, Polk County, FL: Senior Project Engineer. Capacity improvement SR 60 Bypass. Included structures over CSX Railroad and Polk St., two AASHTO beam structures, and removal of two structures over abandoned CSX Railroad. Also included ponds, drainage, gravity walls, curb and gutter, sidewalks, signals, lighting, and utilities. Cost: $29M. 01/2003 to 05/2003. (Re: Jon Sands, P.E., 863-519-2223) Bryan Dairy Road (CR 296), Pinellas County, FL: Senior Project Engineer. 3.0-mi. segment of new roadway. Construction included a steel tub girder bridge, three con-span structures, a ped bridge, ponds, drainage, retaining walls, signals, lighting, and utilities. Cost: $26M. 07/2000 to 12/2002. (Re: Pinellas County, 727-464-5200) Interstate 4 from County Line Road to Memorial Blvd., FDOT District 1, Lakeland, FL: Interstate Const. Program Manager. 3.0-mi. Widen and Reconstruction of I-4 from four lanes to six including one interchange reconstruction, and one steel bridge overpass. Included box culverts, ponds, drainage, concrete pavement, frontage roads, lighting, and utilities. Cost: $41M. 02/1997 to 05/1999. (Re: Jon Sands, P.E., 863-519-2223) Sebring Operations Center, FDOT District 1, Highlands County, FL: Resident Engineer. Projects included: US 27 Sebring and Avon Park, Interlake Blvd, Lake Placid, SR 70, Okeechobee - Bridge Replacement over CSX RR., Highlands Hammock State Park, Sebring - Bridge replacement. 06/1995-02/1997 (Re: Jon Sands, P.E. 863-519-2223) FDOT District 1, Polk County, FL: Project Administrator. Projects included: Edgewood Drive, Lakeland, US 17 from Ave G to Ave T, Winter Haven, SR 542 at Cypresswood, US 27 Haines City to I-4, US 17 Davenport. 05/1993 to 06/1995 (Re: Jon Sands, P.E., 863- 519-2223)   Frankie Woodrum Contract Support Specialist POSITION Contract Support Specialist AREA OF EXPERTISE Construction Engineering and Inspection YEARS OFEXPERIENCE: 25 EDUCATION Jones College, Computer Operations/Accounting, Diploma, 1986 LaBelle High School, 1976 TIN:W365-252-59 CTQP CERTIFICATIONS Final Estimates Level 1 & 2 OTHER CERTIFICATIONS/ TRAINING EEO/DBE/OJT Contract Plans Reading Developing and Processing Contract Changes Basic Multi-Line Earthwork Intermediate Multi-Line Earthwork Advanced Multi-Line Earthwork Engineering Menu Systems Preparation of Final Estimates CITS Invoicing Supplemental Agreement Procedures Training National Safety Council Defensive Driving Course OSHA Outreach Ms. Woodrum has over 25 years of experience in Consultant Engineering and Inspection. She has substantial experience in office management, operations and administration in construction and corporate management, all complemented with extensive computer capabilities. Frankie has received extensive training and experience as Contract Support Specialist and assists the Project Management in their normal duties. Her experience covers new bridge and roadway construction for both federal and non federal aid projects. Project Experience US 41, from SR 951 to Greenway. FDOT District 1, Naples, FL:Contract Support Specialist.Design Build.Widening 3.9 miles of US 41 from a two-lane facility to six 12’ lanes with 5’ paved shoulders, open swales, a 10’ paved shared use pedestrian/bicycle path and a 5’ concrete sidewalk.Project also includes approximately 5000 feet of pre-cast sound walls on auger cast piles, nearly 3 miles of concrete gravity walls, replacing one 107’ simple 3-span concrete bridge and three cast-in-place concrete box culverts, as well as the replacement of one traffic signal including mast arms and drilled shafts and all associated signing and striping.This project also involves 12 separate utility owners each of which have extensive relocation efforts, especially water main and force main installation which are included in a separate $5M JPA with Collier County. This construction contract also includes a $1.5M incentive/disincentive at $10,000/day to complete the project 150 days early.10/2013 to 12/2015.FM 415261-2-62-01.Construction Cost:$37.9 million. (Reference: Leighton Elliott, PE, 239.985.7800) I-75 from N of SR 80 to S of SR 78 (Caloosahatchee Bridge), FDOT District 1, Lee County, Florida.Contract Support Specialist. This design-build project involves the widening of I-75 from SR 80 to SR 78. The 1.6 mile project will reconstruct I-75 from the existing four-lane section to an eight-lane section (three lanes plus an auxiliary lane in each direction). A total of eight bridges will be widened including a major crossing over the Caloosahatchee River. To the south, from Luckett Road to SR 80 expands I-75 and makes crucial interchange improvements at SR 80 that reduce congestion and improve traffic flow. To the north, work from SR 78 to the Lee/Charlotte Co. line will also reduce congestion. Eisman & Russo is providing construction management services, ERC reviews and inspection on this contract. Estimated construction cost: $72 million. 8/2012 to 12/2015.FM No. 41306615201. (Reference: Nik Patel, P E, 941.465.0411) SR 951 at Marco Island Bridge, FDOT District 1, Collier County, FL: Contract Support Specialist. Eisman & Russo is currently providing CEI Services for this design-build project for the expansion of the Marco Island Bridge from 2-lane to 4-lane including constructing a new 2-lane span and rehabilitating the existing bridge to increase the structural integrity. Work on SR 951 will include utility relocation, partial milling & resurfacing, MOT and reconstruction of on and off ramps. Estimated Construction cost:$2.3 million. 11/2009 to 02/2012. (Reference: :Jerry Byrne, 239-985-7800) SR 31 at Bridge No. 120064 (Wilson Pigott) Over Caloosahatchee River, FDOT District 1, Lee County, FL:Contract Support Specialist. Eisman & Russo provided CEI services for the rehabilitation of a bascule bridge consisting of replacement of some structural steel, patching spalls and delaminations on the concrete barrier rails and post, replacement of neoprene bearing pads, cleaning and sealing concrete joints, replacing traffic gates, placement of sand cement rip-rap, and cleaning and painting of structural steel. The project also involved the recondition of the drive machinery and the trunnion bearing assemblies, replacement of the Hydraulic power units, span locks, live load shoesand bumper blocks. Responsibilities included setting up and computation books, input of verification testing and sampling into LIMS, preparation and processing of essays, and preparation of the final estimates package. 07/2008 to 06/2009. (Reference: Scott Case, Project Administrator, 941.448.4393, and :Jerry Byrne, 239-985-7800) iRox 1-75 Widening, Resurfacing and Bridges Design Build Finance (ACCI/API) a Joint Venture(CEI Services), FHWA/FDOT District 1, Collier and Lee Counties, FL: Frankie Woodrum Contract Support Specialist for $430 million federal aid design-build finance project. Responsibilities included all Contract Support Specialist duties, using various computer programs (Microsoft Excel, Word, Site Manager, LIMS, Adobe Writer, etc.) document control, PDF all related documents and uploading onto Share Point site, submittal, time, asphalt and sample tracking. Assisted the Project Administrators as well as various Management Personnel (Materials, PE's, Operations Manager, Senior Project Engineer) with all required duties. Processed and input supplemental agreements, work orders, monthly pay estimates in Site Manager and to FHWA/FDOT personnel. Input verification testing and sampling into LIMS, tracking asphalt lot packages, composite pay factors, rolling straight edge reports and deficiencies and establishing computation booklet for final estimate submittal. Prepared the final estimates package as project progressed for submittal at the end of the project. 05/2007 to 07/2008. (Reference: David Richey, FDOT Interim Project Director 863.519.2307) (IE) Sanibel Bridge and Toll Facilities Reconstruction, LCDOT, Lee County, FL:Served as Contract Support Specialist/Office Engineer for $170 million Lee County project. Responsibilities included all Contract Support Specialist duties, management, using various computer programs (Microsoft Excel, Word, Prolog, Project Wise, etc.), document control, telecommunications, submittal tracking and sample, testing and reporting guide. Assisted the CEl Project Administrator as well as the construction management staff with tracking all documents, RFl's, NCR's, Change Orders, QC/QA Management. 04/2004 to 05/2007. (References: Doug Cox, 813.977.3434 and Paul Wingard, LCDOT Deputy Director, 239.533.8545) (IE) SR 70, Bradenton New Roadway Construction/Design-Build (APAC), FDOT District 1, Manatee County, FL: Served as Contract Support Specialist (part time) for $10 million state funded project. Responsibilities included all Contract Support Specialist duties, management, various computer programs, document control, telecommunications, final estimate and sample, testing and reporting guide. Performed all site manager and CQR input, final estimates, monthly pay estimates with primavera scheduling software, partial payments, supplemental agreements and field supplemental agreements. Assisted the Project Administrator with all related duties. 08/2004 to 01/2006. (References: Scott Case, Senior Project Engineer/Project Administrator, 941.448.4393, and Cathy Colford, FDOT CEl Administrator 239.656.7852) (IE) SR 80, Fort Myers -New Bridge and Roadway Construction/Design-Build (APAC), FDOT District 1, Lee County, FL: Served as Contract Support Specialist/ Office Engineer for $15 million federal aid project. Responsibilities included all Contract Support Specialist duties, management, various computer programs, document control, telecommunications, final estimate and sample, testing and reporting guide. Performed all site manager and CQR input, final estimates, monthly pay estimates with primavera scheduling software, partial payments, supplemental agreements, field supplemental agreements and work orders. Assisted the Project Administrator with tracking all documents, RFl's, test reports and results. 01/2003 to 03/2004. (Reference: :Jerry Byrne, 239-985-7800) (IE) SR 43/US 301, Ellenton -New Roadway Construction w/JPA, FDOT District 1, Manatee County, FL: Served as Office Engineer and Resident EEO Compliance Officer on a $9 million federal-funded project, with an additional $1 million JPA County funds. Responsibilities included all office engineering duties, management, various computer programs, record keeping, telecommunications, final estimate, EEO/DBE/OJT compliance, corporate records and all secretarial functions. Performed all CQR input, final estimates, monthly pay estimates, partial payments, supplemental agreements, field supplemental agreements and work orders. Assisted the Project Engineer with tracking all documents, RFl's, test reports and results. 07/2001 to 01/2003. (Reference: Jill Henshaw-Guadagno, Program Manager 941.362.0490) (IE) Anthony Acuti Lead Inspector KCCS, Inc.  Lead Inspector LAP Gateway Signs and Construction and Landscape Services, Site 1 769 at Charlotte County Line, Site 2 U.S. Hwy 17 at Charlotte County Line, DeSoto County, FL. This project is to install gateway entrance signs at two locations, includes construction and landscape for DeSoto County. This is a LAP project under FDOT and managed by DeSoto County. Cost: $174,000, Contact: Michael Giardullo, Public Works Director, DeSoto County 941.916.8073 Role: Senior Project Engineer/Senior Project Administrator (January 2016 to present) Gasparilla Island Causeway, Phase II, Gasparilla Island Bridge Authority. CEI for the construction of the 678’ low level swing bridge, including long center fixed approach spans. Includes demolition of existing bridge, and all associated roadwork. Project Included miscellaneous utility relocations, storm drainage, MSE wall and new bulkhead walls and rip rap and other shore/erosion control protection. Includes fender system replacement. Cost: $18.5 million. Contact: Kathy Banson Verrico, GIBA, Executive Director, 941.697.2271 Role: Senior Roadway, Bridge Inspector (January 2014 to present) Responsible for the oversight and inspection of all operations. Gasparilla Island Causeway, Phase I, Gasparilla Island Bridge Authority. CEI for 1.08 miles of roadway construction and the replacement of two structurally- deficient bridges on the Boca Grande Causeway. The bridge replacement includes a 825’ long Center Fixed Bridge and a 267-foot-long South Fixed Bridge. Also install and removal of the temporary Acrow bridge. South bridge construction, six equal post-tensioned prestressed slab unit spans with bents founded on 24-inch prestressed concrete piles. Center Bridge construction - six equal prestressed Florida I-Beam (FIB) spans with hammerhead piers founded on 24-inch prestressed concrete piles Included was rehabilitation and repair of bulkhead walls, construction of temporary and permanent Mechanically Stabilized Earth (MSE) walls, and construction of critical temporary sheet pile walls required for phased construction. The bridge replacements include the 825-foot-long center fixed bridge, consisting of prestressed FIB spans and the 267-foot-long south fixed bridge, consisting of post- tensioned prestressed slabs. Also includes construction of temporary and permanent mechanically-stabilized earth (MSE) walls, temporary sheet pile walls, utility coordination, roadwork, and drainage. Cost: $14 million. Contact: Kathy Banson-Verrico, GIBA, Executive Director, 941.697.2271 Role: CEI, Senior Roadway, Bridge Inspector (February 2012 to December 2013) Responsible for the oversight and inspection of all operations I-4/Selmon Expressway Interchange “Crosstown Connector,” Hillsborough County, Florida, FDOT District Seven. Coordination with the Project Administrator and other Inspectors to provide oversight of construction, site inspections, responsible for verification of sampling and testing. Contact: Bill Adams (Project Manager) 813.927.6011, Lalit Shah (Senior Inspector) 813.523.2890 Role: Roadway Inspector (December 2013 to January 2014) Project Experience Mr. Acuti has 42 years of extensive experience in construction, including nuclear density testing, concrete testing (field), concrete coring, post tension, surveying, asphalt paving technician, maintenance of traffic, underground utility inspection, pile driving, Traffic Signal installations and drill shafts. He has completed the FDOT self-study courses in Math, Plans Reading, Earthwork, Subgrade and Base, DEIT (D00290), Portland Concrete Cement Testing, Placement and Control, Utility Relocation, Clearing and Grubbing and Miscellaneous Concrete Structures, Structures Parts I and II, and Final Estimates. Certifications: TIN A230000552240 ACI Concrete Field Testing Technician Grade 1 ACI Concrete Transportation Inspector ACI Level II (C.T.C.I.) FDOT Asphaltic Concrete Testing Portland Cement Concrete Test, Placement & Control Structures Inspection, Parts 1 & 2 Subgrade and Base Inspection Traffic Safety in the Work Area, LTSG30951662 IMSA Traffic Signal Field Technician, Level 1 & 2 IMSA Traffic Signal Inspection, Level 1 Utility Relocation, Clearing, Grubbing & Miscella- neous MOT, Intermediate Hazardous Material Refresher Course, HM0616001016 Troxler Nuclear Testing Gauge Operation, 081944 MSE Retaining Wall Inspection CTQP Drilled Shaft Inspection CTQP Pile Driving Inspection CTQP Earthwork Construction Inspector, Levels I & 2 CTQP Concrete Specification Section 346 and 400 CTQP Concrete Field Technician, Levels 1 & 2 CTQP Asphalt Paving Technician, Levels 1 & 2 CTQP Final Estimates, Level I 49 CFR Highway Transportation of Hazardous Materi- als Course, General Awareness FDEP Stormwater Management Inspector, 1832 FDOT Critical Structures Self Study Anthony Acuti Page 2 CR 951 from Davis Boulevard to Golden Gate Canal, FDOT District One. SR 84 (Davis Boulevard), from west of Radio Road to Collier Boulevard, This project is to widen Davis Boulevard from four lanes to six and redesign the intersection at SR 951 (Collier Boulevard). Combined Project Cost: $8 million. Contact: Kevin Dugan, Collier County, T.E.C.M., 239.580.8593Contact: Nathan Beals, Collier County Utilities, 239.252.2583) Role: Senior Utility Inspector (September 2011 to February 2012) Coordinate all utility relocation, document and test all utility installation, report daily to Collier County Utility Project Managers. Inspect installation of sewer, water, reuse, raw water facilities being relocated. Charlotte County Grouping (Murdock Circle at Veterans Blvd.,SR 776 at Oriole Blvd., and SR 776 at Coliseum Blvd) Charlotte County, FL. Addition of left turn lanes, roadway widening, lengthen existing turn lane. Work included signalization, new traffic signal installation, curb and gutter, signing and marking, paving and sodding. Cost: $141,000 and $113,000 Contact: Luella M. Pierce, Project Administrator, FDOT, 239.656.7868. Role: CEI, Senior Inspector (March 2010- June 2010) Oversee all construction, test all concrete placements, measure and record all pay quantity items, direct inspection team. CR 951, from US 41 to Golden Gate Canal, Collier County, FL. Project included roadway widening and reconstruction from four-lanes divided to six-lanes divided. Also included retention pond, drainage installation, curb and gutter, signals, milling, resurfacing, and overbuild existing roadway services and construction of widening areas. Cost: $25 million. Contact: Tad Pluc, 239.213.5823 Role: Senior Inspector (roadway/drainage) (January 2011 to Sept 2011) Oversee the all construction, test all concrete placements, measure and record all pay quantity items, direct inspection team. Golden Gate Parkway Grade Separated Overpass, Collier County, FL. Construction of a major grade separated intersection of Golden Gate parkway and Airport-Pulling Road, including utility relocation of the primary raw water supply for the City of Naples, and a 370-foot triple box culvert redirecting Airport-Pulling canal. Cost: $39 million. Contact: Jim Zuver, 239.252.5794 Role: Senior bridge/roadway inspector (June 2005 to May 2008). Oversee the all construction, test all concrete placements, measure and record all pay quantity items, direct inspection team. Old 41 Road in Bonita Springs, City of Bonita Springs, FL. Four lane reconstruction of 2.7 miles of existing two-lane facilities. The project includes three pre-cast box culverts, highway lighting, and signalization with major utility relocation. Cost: $13 million. Contact: James Melton, Senior Project Engineer, City of Bonita Springs, 239.949.6246, Since retired. Role: Senior Utility/Roadway Inspector: (April 2007 to October 2008) Oversee the all construction, test all concrete placements, measure and record all pay quantity items, direct inspection team. Livingston Road Phase II, Collier County, FL. Construction of a six-lane urban facility from Golden Gate Parkway to Pine Ridge Road. Work included construction and relocation of existing utilities with lighting and intersection improvements. Cost: $10 million. Contact: Steve Ritter, Collier County Manager, T.E.C.M., 239.253.1154 Role: CEI, Senior Inspector (July 2001 – February 2003) Utility Joint Project Agreement for SR 82, City of Ft. Myers, FDOT District One. Project included new utility installations and roadway Improvements. Cost: $12 million. Contact: Mr. Phil Swann, Since retired. Role: Senior Utility/Roadway Inspector: ( February 2001 – December 2001). Oversee the installation of City of Ft. Myers Utility Lines, Water and Force mains, Gravity sewer and Reclaim water. Document for Pay, provide summary of installation weekly to Mr. Phil Swann, City of Ft. Myers. SR 776 from East of Sunnybrook Boulevard to West of CR 776 FDOT District One. This project was 2.78 miles long and consisted of reconstruction of an existing three-lane rural facility with a two-way turn lane down the middle of a four lane divided rural facility. It included 140 drainage structures, one double (10X5) bridge culvert at Blueberry Waterway, four detention ponds, and placing sidewalk along the access roads on the north and south sides of SR 776. Lighting for the entire length of the project and one JPA with Verizon was also included. Contact: Tommy Tyner, FDOT Project Manager, 239.656.7800 –since retired Role: Project Administrator (April 1998 – October 1999) 1990 -1998 general contracting 1982 to 1986 lead Journeyman Plumber, Caloosa Mechanical Contractors 1973 to 1982 serviceman, McGregor Well and Pump Company. KCCS, Inc.  Lead Inspector Carlton E. Norton Inspector POSITION Inspector AREA OF EXPERTISE Construction Engineering and Inspection YEARS OF EXPERIENCE: 2 TIN:N63510582 CTQP CERTIFICATIONS Asphalt Paving Tech Level 1 Concrete Field Tech Level 1 Concrete Lab Tech Level 1 Earthwork Level 1 & 2 OTHER CERTIFICATIONS/ TRAINING Nuclear Safety HAZMAT Critical Structures Construction Issues Intermediate MOT Mr. Norton joined Eisman & Russo, Inc. in Spring 2015 providing inspection services on the US 41 Design Build project. His commercial construction experience began in 2004 at a Fort Myers truss company and his materials testing experience in 2005 where his duties included in-place density tests as well as concrete testing for commercial and residential projects. Mr. Norton additionally served as QC Inspector/Field Technician for such projects as US Sugar Corp. BT-13 Project and US 41 in Collier County. Project Experience SR 951 from Goldengate to Pine Ridge, Collier County, FL: Inspector. Responsible for inspection of roadway items including earthwork, concrete, and drainage on this County corridor improvement project. 1/2016 – Present. (Reference: Matt Thomas, 239.252.8192) US 41, from SR 951 to Greenway. FDOT District 1, Naples, FL: Inspector. Design Build. Widening 3.9 miles of US 41 from a two-lane facility to six 12’ lanes with 5’ paved shoulders, open swales, a 10’ paved shared use pedestrian/bicycle path and a 5’ concrete sidewalk. Project also included 5000 feet of pre-cast sound walls on auger cast piles, 3 miles of concrete gravity walls, replacing one 107’ simple 3-span concrete bridge and three cast-in-place concrete box culverts, as well as the replacement of one traffic signal including mast arms and drilled shafts and all associated signing and striping. This project also involved 12 separate utility owners each of which had extensive relocation efforts, especially water main and force main installation which were included in a separate $5M JPA with Collier County. This construction contract also includes a $1.5M incentive/disincentive at $10,000/day to complete the project 150 days early. 3/2015 to 12/2015. FM 415261-2-62-01. Construction Cost: $37.9 million. (Reference: Leighton Elliott, PE, 239.985.7800) 10/2013 to 3/2015, GFA International (Allied Engineering). QC Inspector/ Field technician. 3/2013 to 9/2013, Old Castle Building Products. QC / Lab Technician responsible for inspections pre/post of product. Concrete testing at plant and laboratory. 9/2010 to 3/2013, Aye Aye Island Injections. Inspect and inject palm trees for lethal yellowing and evaluate conditions. 3/2010 to 5/2010, Lamar Associates LLC. Quality Control For VA Clinic of Cape Coral on Diplomat Parkway. 03/2005 to 1/2010, Allied Engineering & Testing, Fort Myers, Florida. Materials Inspection Division. Duties included in-place density tests and concrete testing for commercial and residential projects. Projects included US Sugar Expansion, Cape Coral Utilities and Del Prado widening. 4/2004 to 3/2005, Gulf Coast Truss Company, Fort Myers, Florida. Design Aide/ Scheduling. Duties included scheduling, production and delivery of trusses and overseeing completion of projects.   Rhonda Venuto Administrative Support KCCS, Inc.  Administrative Support Gateway Roadways Rehabilitation, Lee County. This project, in general, involves the design and CEI for roadway improvements for two segments of Gateway Boulevard and one segment of Griffin Road within the Gateway Community Development District. The work includes milling and resurfacing existing asphalt pavement, reconstruction of a segment of existing asphalt trail, minor drainage improvements, installation of new pavement markings, replacement of existing signs, and upgrades to existing curb cut ramps. Cost: $1.5 million Contact: Scott Connell, 239.561.1313 Role: Administrative Support (August 2012 to Present) LAP Miscellaneous Construction Gateway Signs, DeSoto County. This project to install gateway entrance signs, includes landscaping at three primary locations for DeSoto County. This is a LAP project under FDOT and managed by DeSoto County. Cost: $181,142 Contact: Michael Giardullo, Public Works Director, DeSoto County 941.916.8073 Role: Administrative Support (April 2014 to October 2014) Gasparilla Island Causeway, Phase II, Gasparilla Island Bridge Authority. CEI for the construction of the 678 foot low-level swing bridge, including long center-fixed approach spans. Includes demolition of existing bridge and all associated roadwork. Design similar to fixed bridges. Project included miscellaneous utility relocations, storm drainage, MSE wall and new bulkhead walls and rip rap, and other shore/erosion control protection. Includes fender system replacement. Cost: $18.5 million. Contact: Kathy Banson-Verrico, GIBA, Executive Director, 941.697.2271 Role: Administrative Support (September 2013 to Present) Gasparilla Island Causeway, Phase I, Gasparilla Island Bridge Authority. CEI for 1.08 miles of roadway construction and replacement of two structurally- deficient bridges on the Boca Grande Causeway. The bridge replacement includes a 825 foot-long center fixed bridge and a 267-foot-long south fixed bridge. Also install and remove the temporary Acrow bridge. South bridge construction included six equal post- tensioned prestressed slab unit spans with bents founded on 24-inch prestressed concrete piles. Center bridge construction consisted of six equal prestressed Florida I-Beam (FIB) spans with hammerhead piers founded on 24-inch prestressed concrete piles. Included was rehabilitation and repair of bulkhead walls, construction of temporary and permanent MSE walls, and construction of critical temporary sheet pile walls for phased construction. Also includes utility coordination, roadwork, and drainage. Cost: $14 million. Contact: Kathy Banson- Verrico, GIBA, Executive Director 941.697.2271 Role: Administrative Support (February 2012 to January 2014) SR/CR 951 from Davis Boulevard to Golden Gate Canal, FDOT District One. This project was to widen Davis Boulevard from four lanes to six and redesign the intersection at SR 951 (Collier Boulevard). Cost: $28 million. Contact: Steve Ritter, Collier County Manager, T.E.C.M. 239.253.1154 Role: Assistant Contract Support Specialist (September 2011 to February 2012) SR 45 (US HWY 41), from Corkscrew Road to San Carlos Boulevard, FDOT District One. This project widened a four-lane facility to six lanes. Bridge No. 120154 was widened to accommodate the new lanes by adding three piles per bend, widening the caps, and replacing the bridge deck. Drainage improvements included a new system of ponds, swales, drainage structures, and outfall control structures. Cost: $14 million Contact: Gerald (Jerry) Byrne, PE, 239.272.7633 Role: Administrative Support, as needed (August 2011 to January 2014) SR 884 at Six Mile Cypress. Complete replacement of the strain poles, signal wiring and span wires, signal heads, controllers, interconnects, traffic detection system and pedestrian signals for a four way, multiple lane intersection. Cost: $164,000 Contact: Project Administrator, Josephine Mak, PE, 239.272.7099. Role: Administrative Support (January-March 2013) Project Experience Ms. Venuto serves as the Administrative Assistant in the Fort Myers office assisting in preparation of Letters of Interest and Proposals. In addition to administrative duties, Ms. Venuto provides support for the PA/CSS on the Gasparilla Island Bridge Authority project. Remotely she handles all of the CEI administrative duties on the contract and is extensively training for additional Resident Compliance Specialist responsibilities. Ms. Venuto has qualified as a Contract Support Specialist on several projects with both Collier County and FDOT. Years of Experience 30 Certifications: TIN V530737568360 CTQP Final Estimate, Level 1 CTQP Final Estimate, Level 2 FDOT Critical Structures Self Study Notary Public Commission #DD993168 Rhonda Venuto Page 2 Daniels Parkway Widening and Corkscrew Safety Improvements, Lee County. This project widened Daniels Parkway from two lanes to three lanes and widened Corkscrew Road. Work included drainage, earthwork, sub-grade, base rock, interconnect, signalization, curb and gutter, stormwater, utilities, and relocation of existing utilities. Tasks included tracking of quantities, documentation, and providing estimates to the Contractor and county representatives for payment. Daniels Parkway Cost: $3 million and Corkscrew Improvements Cost: $4 million. Contact: Robert Phelan, Project Manager, 239.533.8594; Sara Clark, Project Manager, 239.533.8718 Role: Administrative Support (March 2011 to March 2012) Charlotte County Grouping (Murdock Circle at Veterans Blvd./SR 776 at Oriole Blvd. and SR 776 at Coliseum Blvd.), FDOT District One. Addition of left-turn lanes, roadway widening, lengthen existing turn lane. Work included signalization, new traffic signal installation, curb and gutter, signing and marking, paving and sodding. Cost: $140,968 and $112,775 Contact: Luella M. Pierce, Project Administrator 239.656.7868. Role: Administrative Support (March 2010 to June 2010) Charlotte County Grouping (Murdock Circle at US 41 & US 41 at Midway Blvd.) (Murdock Circle at Veterans/SR 776 at Coliseum), FDOT District One. A road widening project that included the addition of a turn lane at both locations. Work included signalization, curb & gutter, paving, and sodding. Cost: $140,968 and $112,775. Contact: Josephine Mak, 239.656.7840. Role: Administrative Support (March 2010-June 2010) CR 951, from US 41 to Golden Gate Canal, Collier County, FL. Project includes roadway widening and reconstruction from four lanes divided to six lanes divided. Also includes retention pond, drainage installation, curb and gutter, signals, milling, resurfacing, and overbuild existing roadway and construction of widening areas. Cost: $25 million. Contact: Tad Pluc, Collier County Project Manager, T.E.C.M. 239.252.5823 Role: Assistant Contract Support Specialist /Office Manager/Secretary (December 2008 to January 2010) Golden Gate Parkway Grade Separated Overpass, Collier County, FL. Construction of a major grade separated intersection of Golden Gate Parkway and Airport Pulling Road including a 513-foot span tub girder bridge, utility relocation of the primary raw water supply for the City of Naples, street lighting, storm drainage, and a 370 -foot triple box culvert redirecting Airport-Pulling canal, Cost: $39 million. Contact: Jim Zuver, Collier County Project Manager, T.E.C.M. 239.252.5794 Role: Assistant Contract Support Specialist/Secretary/Office Manager (June 2004 to June 2008) Golden Gate Parkway Sections A and B, Collier County Department of Transportation, Collier County, FL. Reconstruction of an existing roadway from two to four lanes and installation of new sidewalks, roadway, lighting, signals, interconnect system, and new drainage storm system. Cost: $5.9 million Contact: Steve Ritter, Collier County Manager TECM, 239.253.1154. Role: Secretary/ Office Manager (November 2003 to April 2005) Davis Boulevard Intersection Improvements at Collier Boulevard, Collier County. Project included roadway widening, three turn lanes, retention pond, drainage installation, curb and gutter, milling and resurfacing, and overbuild roadway services. Cost: $7 million. Contact: Jim Zuver Collier County Project Manager, TECM 239. 252.5794 Role: Secretary/Office Manager (September 2003 to March 2004) US 41, FDOT District One, Lee and Collier Counties, FL. A four to six-lane from CR 887 North to Old US 41 in Lee County, 6.2 miles. The three projects, which included reconstruction to a six-lane urban arterial, are on a heavily-traveled four-lane north/south highway servicing Lee and Collier Counties. Work included milling/ resurfacing/widening, curb and gutter, major bridge widening, utility relocation, signalization, and storm drainage installation. Cost: $27 million. Contact: Gerald Byrne, 239.656.7800 Role: Secretary/Office Manager (March 2003 to August 2003) Livingston Road Phase II, Collier County: Construction of a six-lane urban facility located from Golden Gate Parkway to Pine Ridge Road. Work included construction and relocation of existing utilities with lighting and intersection improvements. Cost: $10 million. Contact: Steve Ritter, Collier County Manager, T.E.C.M., 239.253.1154 Role: Secretary/Office Manager (July 2001 to February 2003) Livingston Road Phase I, Collier County, FL. A design- build six-lane urban facility. This project is located between Radio Road and Golden Gate Parkway. Work included a bridge over the main Golden Gate canal. Construction and relocation of existing utilities with intersection improvements, and roadway modification adjacent to the project. Cost: $10.6 million. Contact: Steve Ritter, Collier County Manager Road Construction, T.E.C.M. 239. 253.1154 Role: Project Administrator (March 2001 to June 2001) KCCS, Inc.  Administrative Support PERFORMANCE OF THE CONSULTANT TAB IV TAB IV. Performance of the Consultant Tab IV | 1 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 TAB IV: perforManCe of The ConsulTanT PERFORMANCE OF THE CONSULTANT i. Identify the number of FDOT Certified staff presently employed by the firm.54 ii. Identify the number of successfully performed [completed or active] CEI and related services projects performed by the Consultant that included all three (3) Rule Chapter 14-75 types of work during the last five (5) years: a. 10.1 – Roadway CEI b. 10.3 – Construction Materials Inspection c. 10.4 – Minor Bridge and Miscellaneous Structures CEI 48 i. Identify the number of projects with alternate combinations of work types; all projects must include “10.1 – Roadway CEI” as a minimum during the last five (5) years. 82 TOTAL (Add lines 1 – 3 and enter total) 184 (Add lines 1 – 3) As requested in Collier County’s RFP, KCCS has included the following performance of consultant information. REFERENCES TAB V TAB V. References Tab V | 1 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 TAB V: referenCes As requested in Collier County’s RFP, KCCS has included Reference Questionnaires (Attachment 8) in this section. Attachment 8: Reference Questionnaire Solicitation: 16-6588 Logan Boulevard Extension Reference Questionnaire for: KCCS, Inc./KCA (Kisinger Campo &Associates, Corp.) (Name of Company Requesting Reference Information) Paul Wingard, PE, LEED AP and Trey Barclay (Name of Individuals Requesting Reference Information) Name:James Zuver, PM (Evaluator completing reference questionnaire) Company:BCC, Collier County (Evaluator’s Company completing reference) Email: jameszuver@colliergov.net FAX: Telephone: 239.253.1999 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey.Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: CR 886 (Fly Over Airport Road), Collier County, Florida Completion Date: June 2008 Project Budet $3,105,474.00 Project Number of Days: 810 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).9 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 99 Please FAX this completed survey to: rhonda.venuto@kisingercampo.com By April 7, 2016 Attachment 8: Reference Questionnaire Solicitation: 16-6588 Logan Boulevard Extension Reference Questionnaire for: Kisinger Campo &Associates, Corp./KCCS, Inc. (Name of Company Requesting Reference Information) Rhonda Venuto (Name of Individuals Requesting Reference Information) Name:Kathy Banson-Verrico (Evaluator completing reference questionnaire) Company:Gasparilla Island Bridge Authority (Evaluator’s Company completing reference) Email: kathygiba@earthlink.net FAX:941.697.5629 Telephone: 941.697.2271 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey.Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:GIBA Fixed Bridge Replacement Completion Date: Fall 2013 Project Budget:$14,331,921.36 Project Number of Days: 675 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 99 Please FAX this completed survey to: rhonda.venuto@kisingercampo.com By April 7, 2016 Attachment 8: Reference Questionnaire Solicitation: 16-6588 Logan Boulevard Extension Reference Questionnaire for: Kisinger Campo & Associates, Corp./KCCS, Inc. (Name of Company Requesting Reference Information) Paul Wingard, PE, LEED AP (Name of Individuals Requesting Reference Information) Name:Sarah Clarke (Evaluator completing reference questionnaire) Company:Lee County DOT (Evaluator’s Company completing reference) Email: sclarke@leegov.com FAX: 239.485.8520 Telephone: 239.533.8718 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey.Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Misc. Prof. Services/Various Locations –Daniels Rd. and Corkscrew Rd. Completion Date: Dec. 2010 Project Budget:$200,000.00 Project Number of Days: 365 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Please FAX this completed survey to: rhonda.venuto@kisingercampo.com By April 7, 2016 Attachment 8: Reference Questionnaire Solicitation: 16-6588 Logan Boulevard Extension Reference Questionnaire for: Kisinger Campo & Associates, Corp./KCCS, Inc. (Name of Company Requesting Reference Information) Paul Wingard, PE, LEED AP (Name of Individuals Requesting Reference Information) Name:Michael Giardullo (Evaluator completing reference questionnaire) Company:Weiler Engineering / DeSoto County Engineer (Evaluator’s Company completing reference) Email: m.giardullo@desotobocc.com FAX: 863.491.6163 Telephone: 941.916.8073 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey.Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: CEI for 2 Gateway Signs Completion Date: June 17, 2016 (anticipated) Project Budget:$383,832 Project Number of Days: 150 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Please FAX or email this completed survey to: rhonda.venuto@kisingercampo.com By April 7, 2016 Attachment 8: Reference Questionnaire Solicitation: 16-6588 Logan Boulevard Extension Reference Questionnaire for:2015.02 Gateway Roadway Rehabilitation Project KCCS, Inc. / Kisinger Campo & Associates, Corp. (KCA) (Name of Company Requesting Reference Information) Paul Wingard, PE, LEED AP (Name of Individuals Requesting Reference Information) Name:Scott Connell / past Operations Manager (Evaluator completing reference questionnaire) Company:Gateway Services CDD (Evaluator’s Company completing reference) Email: ccmscott@gmail.com FAX: N/A Telephone: 239.851.6991 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey.Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Gateway Roadway Restoration__________ Completion Date: Ongoing Project Budget:$1.3 M +Project Number of Days:180+ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope).9 2 Ability to maintain project schedule (complete on-time or early).9 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances.9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 9.5 TOTAL SCORE OF ALL ITEMS 95.5 Please FAX this completed survey to: rhonda.venuto@kisingercamp.com By April 6, 2016 ACCEPTANCE OF CONDITIONSTAB VI TAB VI. Acceptance of Conditions Tab VI | 1 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 TAB VI: aCCepTanCe of CondITIons KCCS takes no exceptions to terms and conditions of the RFP for the Logan Boulevard Extension project (CCNA 16-6588) for Collier County, or any of the requirements listed in the RFP. We have worked on numerous projects for Collier County in the past and have typically found their contracts and contract language to be fair and straightforward. FORM SUBMITTALSTAB VII TAB VII. Form Submittals Tab VII | 1 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 TAB VII: forM subMITTals As requested in Collier County’s RFP, KCCS has included the following forms, documents, and licenses in this section: Attachment 2: Consultant Checklist Attachment 3: Conflict of Interest Affidavit Attachment 4: Consultant Declaration Form’ Attachment 5: Immigration Affidavit and E-Verify profile page Attachment 6: Consultant Substitute W-9 Attachment 7: Insurance Requirements Firm License Corporate Charter FDOT Prequalification Letter Tab VII | 13 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Tab VII | 14 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 State of Florida Department of State I certify from the records of this office that EISMAN &RUSSO,INC.is a corporation organized under the laws of the State of Florida,filed on November 18,1985. The document number of this corporation is H85663. I further certify that said corporation has paid all fees due this office through December 31,2016,that its most recent annual report/uniform business report was filed on January 11,2016,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Eleventh day of January,2016 Tracking Number:CC8061292532 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Tab VII | 15 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Tab VII | 16 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Tab VII | 17 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588 Tab VII | 18 CEI Services for Logan Boulevard Extension | CCNA Solicitation 16-6588