Loading...
Agenda 04/08/2014 Item #16A144/8/2014 16.A.14. EXECUTIVE SUMMARY Recommendation to approve the short list of design professionals pursuant to RFP No. 14- 6227, "Develop and Update Collier County Floodplain Management Plan," and authorize staff to negotiate contracts with the top ranked firm for subsequent Board approval. OBJECTIVE: To obtain professional engineering services to develop and upgrade the existing Floodplain Management Plan as required by the Community Rating System (CRS) of the National Flood Insurance Program (NFIP). CONSIDERATIONS: The Community Rating System (CRS) of the National Flood Insurance Program (NFIP) requires that Floodplain Management Plans be updated on a five (5) year cycle. The update, including any rewriting of the plan, will be consistent with the major focus points of the CRS 10 -step planning process. It will coordinate and support all flood aspects of the Local Mitigation Strategy (LMS) an identify options to maximize the CRS point rating and scoring. A Request for Proposal (RFP) was solicited in compliance with the Consultants' Competitive Negotiations Act (CCNA) requirements. On February 10. 2014 RFP No. 14 -6227, "Develop and Update Collier County Floodplain Management Plan," was posted. One thousand one hundred and seventy seven (1,177) notices were sent out and fifty nine (59) firms downloaded full document packages. Two (2) responsive proposals were received on March 6, 2014. On March 14, 2014, a selection committee short- listed the two (2) firms based on an evaluation of their technical proposals. The selection committee by consensus ranked the firms as shown below: Name of Firm Final Ranking Amec Engineering and Infrastructure. Inc. l J. R. Evans Engineering 2 The top firm. Amec is familiar with the scope of this project. Amec is qualified and has extensive experience the development of Floodplain Management Plans throughout the country. Staff recommends approval of the final ranking and requests authorization to commence contract negotiations with Amec for this work. If contract negotiations are not successful with Amec.. then staff is seeking authorization to commence contract negotiations with J. R. Evans with the objective of bringing an acceptable negotiated contract back to the Board for approval. FISCAL IMPACT: Funds in the amount of 575.000 are budgeted in FY14 and available in Unincorporated General Fund l 11, Cost Center 138110. GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts as a result of this project at this time. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires majority vote for approval. — CMG Packet Page -737- 4/8/2014 16.A.14. RECOMMENDATION: To approve the short list of design professionals pursuant to RFP No. 14 -6227, "Develop and Update Collier County Floodplain Management Plan," and authorize staff to negotiate a contract with the top ranked firm for subsequent Board approval Prepared by: J. Gary McAlpin, PE Coastal Zone Management Manager of the Natural Resources Department In Attachments: (1) Request for Proposal; and (2) Final Ranking Packet Page -738- 4/8/2014 16.A.14. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.14. Item Summary: Recommendation to approve the short list of design professionals pursuant to RFP No. 14 -6227, "Develop and Update Collier County Floodplain Management Plan," and authorize staff to negotiate contracts with the top ranked firm for subsequent Board approval. Meeting Date: 4/8/2014 Prepared By Name: HambrightGail Title: Accountant, Coastal Zone Management 3/20/2014 2:37:56 PM Submitted by Title: Accountant, Coastal Zone Management Name: HambrightGail 3/20/2014 2:37:57 PM Approved By Name: McAlpinGary Title: Manager - Coastal Management Programs. Coastal Zone Management Date: 3/21/2014 1:59:41 PM Name: NorthrupAdam Title: Procurement Specialist, Purchasing & General Services Date: 3/24/2014 8:41:53 AM Name: PuigJudy Title: Operations Analyst, Community Development & Environmental Services Date: 3/24/2014 10:53:35 AM Name: LorenzWilliam Title: Director - CDES Engineering Services. Comprehensive Planning Date: 3/24/2014 10:54:12 AM Packet Page -739- Name: MarkiewiczJoanne Title: Director - Purchasing /General Services, Purchasing & General Services Date: 3/24/2014 11:10:50 AM Name: KovenskyKenneth Title: Manager Financial & Operational Support, Operations & Regulatory Management Date: 3/24/2014 4:59:04 PM Name: KearnsAllison Title: Manager Financial & Operational Support, Transportation Administration Date: 3/25/2014 8:20:32 AM Name: Tara Castillo Title: Management/Budget Analyst, Road Maintenance Date: 3/25/2014 8:23:56 AM Name: JohnsonScott Title: Procurement Specialist, Purchasing & General Services Date: 3/25/2014 10:01:46 AM Name: GreeneColleen Title: Assistant County Attorney, CAO General Services Date: 3/25/2014 12:05:23. PM Name: MarcellaJeanne Title: Executive Secretary, Transportation Planning Date: 3/26/2014 3:22:25 PM Name: OberrathKaren Title: Accountant, Senior, Grants Management Office Date: 3/27/2014 3:00:46 PM Name: KlatzkowJeff Title: County Attorney, Date: 3/31/2014 8:31:06 AM Name: IsacksonMark Title: Director -Corp Financial and Mngmt Svs, Office of Management & Budget Date: 4/1/2014 9:06:37 AM Name: KlatzkowJeff Title: County Attorney, Date: 4/1/2014 9:20:51 AM Packet Page -740- 4/8/2014 16.A.14. 4/8/2014 16.A.14. Name: OchsLeo Title: County Manager, County Managers Office Date: 4/1/2014 10:04:13 AM Packet Page -741- Attachment 1 4/8/2014 16.A.14. REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. er C� AdrTv'njSb73We Services vision Purchasing COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation 14 -6227 - Develop and Update Collier County Flood Management Plan Adam Northrup, Procurement Strategist (239) 252 -6098 (Telephone) (239) 252 -6302 (Fax) adamnorthrup @colliergov.net (Email) 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. 14 -6227 Purchasm rrnt- 3127 Tamiami Trail East • Naples, Florida 34112 -4901 - wv vr.colliergov.ree wrchasng Packet Page -742- 4/8/2014 16.A.14. Attachment 1 Table of Contents LEGALNOTICE .......................................................................................... ............................... 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ...................... 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS .............................................. .............................24 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS ................28 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP .............. .............................32 ATTACHMENT 1: CONSULTANT'S NON - RESPONSE STATEMENT ......... .............................40 ATTACHMENT 2: CONSULTANT CHECK LIST .......................................... .............................41 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT ........................... .............................42 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT ............... .............................43 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION ................. .............................45 ATTACHMENT 6: CONSULTANT SUBSTITUTE W — 9 ............................... .............................46 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS ........... .............................47 ATTACHMENT 8: REFERENCE QUESTIONNAIRE .................................... .............................49 14 -6227 Develop and Update Collier County Flood Management Plan 2 Packet Page -743- Attachment 1 I ii r wjitty Administabve SeMces Division Fum- hasina Legal Notice 4/8/2014 16.A.14. Pursuant to approval by the County Manager, Sealed Proposals to Develop and Update Collier County's Flood Management Plan will be received until 3:00 PM, Naples local time, on March 6th, 2014 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation 14 -6227 — Develop and Update Collier County Flood Management Plan Services to be provided may include, but not be limited to the following: Develop and Update the Collier County Flood Management Plan. ® A pre - proposal conference is not applicable for this solicitation. All statements should be made upon the official proposal form which must be obtained only on 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. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz Interim Purchasing & General Services Director This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net /purchasing and in the Lobby of Purchasing Building "G ", Collier County Government Center on 211012014. 14 -6227 Develop and Update Collier County Flood Management Plan Packet Page -744- 4/8/2014 16.A.14. Attachment 1 Exhibit l: Specifications and Response Format As requested by the Natural Resources Department (hereinafter, the "Division or Department "), the Collier County Board of County Commissioners Purchasing Department (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. Brief Description of Purchase The Board of County Commissioners of Collier County is seeking qualified firms capable of providing engineering services as required to revise and /or rewrite the county's existing Floodplain Management Plan (FMP). Background Update and revision of this plan will be consistent the Major Focus Points and the 10 -Step Planning Process as recommended by the Community Rating System (CRS) of the Federal Emergency Management Agency (FEMA). The FMP must also coordinate and support all flood aspects of the Local Mitigation Strategy (LMS). The consultant will be required to assure that all requirements for updating the FMP are met. The consultant will also identify options to maximize CRS point rating and scoring. Collier County's existing FMP can be accessed at the following address: htto: / /www.collieraov.net/index.asox ?page =1671 For reference, the FMP Major Focus Points are as follows: • Identify existing and future flood - related hazards and their causes; • Ensure that a comprehensive review of all possible activities and mitigation measures is conducted so that the most appropriate solutions will be implemented to address the hazard; • Ensure that the recommended activities meet the goals and objectives of the community, are in coordination with land use and comprehensive planning, do not create conflicts with other activities, and are coordinated so that the costs of implementing individual activities are reduced; • Ensure that the criteria used in community land use and development programs account for the hazards faced by existing and new development; • Educate residents and property owners about the hazards, loss reduction measures, and the natural and beneficial functions of floodplains; • Build public and political support for activities and projects that prevent new problems, reduce losses, and protect the natural and beneficial functions of floodplains; and • Build a constituency that wants to see the plan's recommendations implemented. 14 -6227 Develop and Update Collier County Flood Management Plan Packet Page -745- Attachment 1 4/8/2014 16.A.14. For reference, the 10 -Step Planning Process as recommended by the Community Rating System (CRS) is as follows: Step 1. Orqanize to Prepare the Plan The consultant must ensure that the organizational requirements for maximum credit point scoring are completed. a) The Collier County Planning and Zoning department must be actively involved in providing direct input, attending meetings, assisting in the Step 3 Coordination efforts, and reviewing all sections of the FMP. b) The planning process must be conducted through the Floodplain Management Planning Committee (FMPC). If the municipalities (Naples and Marco Island) wants credit for participating in a multi jurisdictional floodplain management or hazard mitigation planning committee, • The municipality must send at least two representatives to the planning committee; • At least half of the community's representatives must attend all the meetings of the planning committee. In effect, there must be a quorum from each community. Remote attendance, e.g., via a webinar that allows for everyone to talk, is permissible; and • CRS credit for the multi - jurisdictional planning committee will be based on the representation from offices that implement the activities in Step 7. c) The preparation of the FMP must involve meeting with the FMPC a sufficient number of times to address all issues discussed in Steps 4 through 8 with at least one meeting for each step. Step 2. Involve the Public The consultant must ensure that the planning process includes opportunities for the public to comment on the FMP during its development and before its approval. a) The planning process will be conducted through the FMPC that includes members of the public and meets the following criteria: (1) The FMPC includes County staff (e.g., the planning committee credited under Step 1(b)), and at least one -half of the members are representatives of the public or stakeholders to enable the FMP to receive full credit for this step. [Note: The earned credit is prorated for lower levels of public or stakeholder representation. Note that receiving 50% of the maximum credit for this planning step is a prerequisite for Class 4 or better communities and item (a) is one -half of the credit for Step 2.) (2) The FMPC must meet a sufficient number of times to involve the members in the key steps of the planning process, i.e., it must meet the same meeting criteria specified in Step 1(b). (3) All FMPC meetings must be open to the public and the meeting schedule must be publicly posted (e.g., on a website). The meetings must be in compliance with 14 -6227 Develop and Update Collier County Flood Management Plan Packet Page -746- 4/8/2014 16.A.14. Attachment 1 the requirements of the Florida "Sunshine" Law as found in Chapter 286, Florida Statutes. (4) If the municipalities (Naples and Marco Island) want credit for participating in a FMPC, it will be their responsibility to petition the Board of County Commissioners to modify the FMPC membership accordingly. The modified FMPC must then meet the criteria specified in Step 1(b). (5) County may augment the FMPC with an advisory body of stakeholders. Such an arrangement would be credited, provided the stakeholders were treated as full committee members during the meetings, i.e., they can speak up, vote, and receive all the materials that regular members do. Note that the planning committee can be (and it is recommended that it be) the same committee that prepares a Program for Public Information for credit under Activity 330 (Outreach Projects). The floodplain management plan document can also be or include the Program for Public Information document and /or the flood insurance coverage improvement plan credited under Activity 370 (Flood Insurance Promotion). b) One or more public information meetings will held in the affected area(s) within the first two months of the planning process to obtain public input on the natural hazards, problems, and possible solutions. The meetings must be held separately from the FMPC meetings credited in item (1). c) One or more public meetings will be held to obtain input on the recommended plan. The meeting(s) will be at the end of the planning process, at least two weeks before submittal of the recommended plan to the Board of County Commissioners. d) Additional public information activities will be implemented to explain the planning process and encourage input to the consultant and Planning and Zoning Dept. planner or FMPC. Examples include, but are not limited to • A website that explains the planning process and posts the time and place for its meetings, meeting agendas, status reports, and the draft plan, when it is ready for review. • Conducting a public webcast that explains the planning process and solicits input. • Questionnaires asking the public for information on their natural hazards, problems, and possible solutions. A questionnaire or survey that is sent to everyone in the floodplain or everyone in the community will receive double credit (10 points). • Outreach projects, such as those credited in Activity 330 (Outreach Projects), which explain the planning effort and seek comments. These could include brochures, mailers, booths at shopping malls, presentations at civic or neighborhood organizations, etc. Step 3. Coordinate 14 -6227 Develop and Update Collier County Flood Management Plan Packet Page -747- Attachment 1 4/8/2014 16.A.14. The consultant must ensure that the many years of comprehensive planning and flooding studies for land areas within the County by various agencies are evaluated and considered for inclusion in the FMP. This planning step credits incorporating other plans and other agencies' efforts into the FMP. Other agencies and organizations must be contacted to determine if they have studies, plans, or information pertinent to the floodplain management plan; to determine if their programs or initiatives may affect the County's program; and to see if they could support the County's efforts. Examples of "other agencies and organizations" include neighboring communities; local, regional, state, and federal agencies; and businesses, colleges, and other private and nonprofit organizations affected by the hazards or involved in hazard mitigation or floodplain management. This step focuses coordinating with other agencies and organizations, particularly those that are not represented on the FMPC credited under Step 1(b) or Step 2(a). No special additional coordination measures are needed for the agencies and organizations on the FMPC, but the consultant and planner will formally contact the directors and others for the record. Note that community needs and goals typically are developed during comprehensive planning activities. These goals should be identified in this step, reviewed, and considered during the development of the FMP. They should be taken into account when the goals for the FMP are developed in Step 6. The planning must include a review of existing studies, reports, and technical information and of the community's needs, goals, and plans for the area. (REQUIRED) Where the information from the existing studies and reports is used in the plan, the source(s) shall be referenced. This review shall include a review of community needs and goals, past flood studies, disaster damage reports, natural areas plans, and other documents that will provide information for the planning process. The planning must include coordinating with agencies and organizations outside the County's governmental structure. [Note: There is no credit for talking to other departments within the County government.] For this credit, "coordinate" means to: • Contact the agency or organization and keep a record of the contact (a generic announcement or notice on a website is not sufficient); • Ask for data or information related to the hazard; • Ask if the agency or organization is doing anything that might affect flooding or properties in flood -prone areas; and • Offer the agency or organization an opportunity to be involved in the planning effort, such as by attending a committee meeting or commenting on the draft plan. • Provide written documentation for each agency or organization that is contacted. • Provide written documentation for meeting or having a telephone conversation with the agency or organization. Such a coordination meeting or conversation must be separate from attendance at an FMPC meeting. 14 -6227 Develop and Update Collier County Flood Management Plan Packet Page -748- 4/8/2014 16.A.14. Attachment 1 Examples of such agencies and organizations include, but are not limited to • Neighboring communities; • Local and regional agencies involved in hazard mitigation activities; • Stakeholder -type organizations that are not represented on the planning committee; • Local drainage, levee, sanitary, and soil and water conservation districts; • Regional and metropolitan planning agencies; • State NFIP Coordinator; • State water resources agency; • State coastal zone management agency; • State emergency management agency; • FEMA Regional Office; • National Weather Service; • U.S. Army Corps of Engineers; • Natural Resources Conservation Service; • U.S. Bureau of Reclamation; • U.S. Fish and Wildlife Service; • National Oceanic and Atmospheric Administration; • Native American tribes; • American Red Cross; • Local homebuilders association; and • Local environmental groups. Step 4. Assess the Hazard The consultant shall ensure that a thorough assessment of the flood hazard is completed and coordinated with the other hazards identified in the LMS. At this step in the planning process, the consultant, planner and FMPC reviews, analyzes, and summarizes data collected about the natural hazard(s) that the community faces. This step focuses on the • sources, • frequency, • extent, and • causes of flooding 14 -6227 Develop and Update Collier County Flood Management Plan 8 Packet Page -749- Attachment 1 4/8/2014 16.A.14. Step 5 will address the impact of flooding on people, property, infrastructure, the local economy, and natural floodplain functions. Under Step 3(a), the FMP contains data about the flood hazard. This Step 4 involves reviewing, analyzing, and summarizing the data from existing flood studies, including the effective Flood Insurance Study, drainage problem studies, historical records, and the knowledge and experiences of the FMPC members. The County does not need to conduct studies to develop new flood data. However, if this process determines that new maps or data are needed, they should be described for credit under item 4(d). The hazard assessment will describe the local flood hazard and not be a broad or generic discussion of flooding in general. It must discuss how often it floods, the locations of areas that flood, the depth of flooding, and the source or cause of the flooding. Because the most important readers are elected officials and flood -prone residents, the descriptions of the hazards should be in lay terms. The CRS Community Self Assessment described in Section 240 of the 2013 CRS Coordinator's Manual can help with this step. a) There must be an assessment of the flood hazard in the FMP. Flood hazard areas that require assessment include • The Special Flood Hazard Area (SFHA) shown on the Flood Insurance Rate Map (FIRM), • Repetitive loss areas, • Areas not mapped on the FIRM that have flooded in the past, and • Other surface flooding identified in other studies. (1) There must be a map of the flood hazard areas. Area maps are acceptable for multijurisdictional plans. (2) There must be a description of the known flood hazards, including source of water, depth of flooding, velocities, and warning time. (3) There must be a discussion of past floods. b) There must be an assessment of less- frequent flood hazards in the FMP. The consultant must (1) Identify the hazard, including a. Preparing an inventory of levees that would result in a flood of developed areas if they failed or were overtopped during a flood [Note that there are currently no qualifying levees in Collier County. A levee is being considered to protect come properties from the impacts of the Picayune restoration project. The FMP should establish the inventory and analysis methodology to prepare for future qualifying levee construction.], and /or b. Preparing an inventory of dams that would result in a flood of developed areas if they failed [Note that there are no qualifying dams in Collier County so the FMP should clearly state this.], and /or 14 -6227 Develop and Update Collier County Flood Management Plan Packet Page -750- 4/8/2014 16.A.14. Attachment 1 Identifying any of the flood - related special hazards listed in Section 401 of the CRS Coordinator's Manual that are found in the community, and /or d. Identifying the coastal A Zone, i.e., the area where wave heights during the 100- year flood are between 1.5 and 3 feet [The FMP should address the coastal A Zone in preparation for the upcoming changes to the Digital Flood insurance Rate Map (DFIRM) that will identify the coastal A Zone by drawing of the Limit of Moderate Wave Action (LiMWA).]; (2) Map the area(s) affected. (For planning purposes, an approximate affected area is sufficient. No new engineering studies are needed. Area maps are acceptable for multi - jurisdictional plans.) If an engineering study is conducted or already available, it may receive credit under Activity 410; and (3) Summarize the hazard(s) in lay terms. Additional guidance on inventorying and mapping the areas affected by levee and dam failures can be found in Section 621.b and Section 631.b, respectively. The consultant will incorporate the guidance on inventorying and mapping into the FMP. Item (a) is prorated if part of the "flood hazard" is missing, where applicable. For example, if the community is downstream of a dam, has a levee, and has a coastal A Zone, and the assessment includes only the dam failure hazard, the credit will be less than the full 10 points. If the community does not have a levee, it is reflected in the proration. Two points are provided if the inventory is conducted and concludes that there are no levees, dams, or special flood - related hazards that threaten the community. c) The assessment will identify areas likely to be flooded and flood problems that are likely to get worse in the future as a result of: (1) changes in floodplain development and demographics, (2) development in the watershed, and (3) climate change or sea level rise. [Prior to performing the assessment, the consultant will present an analysis and options on credible climate change or sea level rise reports and methodologies, including FEMA approvals /recommendations. The County will identify the preferred option.] The credit is prorated if the assessment does not include all three types of changes. d) The FMP will include a brief description of the magnitude or severity, history, and probability of future events for other natural hazards, such as earthquakes, wildfires, or tornados. The FMP will address all natural hazards that affect the community. At a minimum, it will include hazards identified by the state's hazard mitigation plan. Since the FMP is an appendix to the LMS, the FMP will direct the reader to the appropriate section of the LMS for more detailed information rather than duplicate it. Step 5. Assess the Problem 14 -6227 Develop and Update Collier County Flood Management Plan 10 Packet Page -751- Attachment 1 4/8/2014 16.A.14. Flooding can be a natural and beneficial occurrence. A floodplain is only a problem area if human development (the built environment) gets in the way of, or exacerbates, the natural flooding process. The previous Step 4 assessed the hazards facing the community. In this Step 5, the consultant, working with community planners and FMPC members collects and summarizes data on what is at risk. This step looks at the impact of those hazards on the community. Y To receive credit for this Step 5, the assessment must include item (a) below. Each credited item must cover all relevant flood - related hazards identified in Step 4. Each credited item must include a description and summary of the problem(s). Simply listing data, such as the names of the critical facilities or the number of flood insurance claims, does not suffice for credit —there must be description of the impact of flooding and what kinds of problems arise, not just raw data. The creditable items for Step 5 are as follows: a) The FMP problem assessment must include an overall summary of the jurisdiction's vulnerability to each hazard identified in the hazard assessment (Step 4) and the impact on the community. b) The FMP will include a description of the impact that the hazards identified in the hazard assessment (Step 4) have on the features listed below: (1) for life safety and the need for warning and evacuating residents and visitors. (2) for public health, including health hazards to individuals from flood waters and mold. (3) for critical facilities and infrastructure. (4) for the community's economy and major employers. (5) for the number and types of affected buildings (e.g., residential, commercial, industrial, with or without basements, etc.). For this credit, the assessment must include an inventory of all buildings owned by the community that are located in flood -prone areas and that identifies which buildings are insured for flood damage. c) The assessment will include a review of historical damage to buildings, including all properties that have received flood insurance claims payments (in addition to the repetitive loss properties) and /or an estimate of the potential damage and dollar losses to vulnerable structures, including damage from mold and other flood - related hazards. As a Category B repetitive loss community, Collier County's FMP must include repetitive loss areas in the problem assessment (see Sections 502 -503). The rep -loss areas have been identified, and the consultant will evaluate each of them to determine if they should be amended. The most current listing of repetitive loss structures will be utilized in this evaluation. The consultant will review ALL the addresses of properties that have received flood insurance claims, not just the repetitive loss properties. The property addresses will be 14 -6227 Develop and Update Collier County Flood Management Plan 11 Packet Page -752- 4/8/2014 16.A.14. Attachment 1 obtained from the listing of historical flood claims provided to the County as a Category C repetitive loss CRS community. Data on building damage will be obtained, as available, from post- disaster damage assessment reports, flood insurance claims or disaster assistance data, and flood control studies. Since most of Collier County has experienced little or no serious flooding in recent history, a Hazus -MH flood analysis will also be completed to help provide valuable information about the potential for flood damage and loss. The consultant will coordinate with County staff to provide local input information that can augment the building /structure inventory data bases in Hazus -MH. d) The assessment will identify and describe areas within the floodplain that provide natural functions, such as wetlands, riparian areas, sensitive areas, and habitat for rare or endangered species. Along with flood protection, comprehensive floodplain management planning should review the unique natural features, natural areas, and other environmental and aesthetic attributes that may be present in the floodplain. Protecting and preserving these natural and beneficial floodplain functions yield flood protection benefits and also help integrate floodplain management efforts with other community goals and objectives. This section should also review existing natural floodplain functions plans, such as those credited under Section 511.c. e) The assessment will include a description of development, redevelopment, and population trends and a discussion of what the future brings for development and redevelopment in the community, the watershed, and natural resource areas. f) The assessment will include a description of the impact of the future flooding conditions described in Step 4(c) on people, property, and natural floodplain functions. Step 6. Set Goals The FMP goals should set the context for the subsequent review of floodplain management activities and drafting of the action plan. They should incorporate or be consistent with other community goals for the affected areas. The FMP goals will complement the LMS goals that address all the major hazards that face the County. The FMP will include a statement of the goals of the County's floodplain management and hazard mitigation program. The goals must address all flood - related problems identified in Step 5. Step 7. Review Possible Activities The FMP will contain a detailed review of different activities that could prevent or reduce the severity of the problems described in Step 5. This is a systematic review of a wide range of activities to ensure that all possible measures are explored, not just the traditional approaches of flood control, acquisition, and regulation of land use. The review, including the pros and cons of each activity, must be included in the FMP document. The following is a list of some of the types of activities that could be reviewed under each of the six credited categories. 14 -6227 Develop and Update Collier County Flood Management Plan 12 Packet Page -753- Attachment 1 4/8/2014 16.A.14. 1. Preventive activities keep flood problems from getting worse. The use and development of flood -prone areas is limited through planning, land acquisition, or regulation. They are usually administered by building, zoning, planning, and /or code enforcement offices. • Floodplain mapping and data • Open space preservation • Floodplain regulations • Coastal setback /erosion regulations • Planning and zoning • Stormwater management • Drainage system maintenance • Building codes 2. Property protection activities are usually undertaken by property owners on a building - by- building or parcel basis. • Relocation • Acquisition • Building elevation • Retrofitting • Sewer backup protection - Insurance 3. Natural resource protection activities preserve or restore natural areas or the natural functions of floodplain and watershed areas. They are implemented by a variety of agencies, primarily parks, recreation, or conservation agencies or organizations. - Wetlands protection • Erosion and sediment control • Natural area preservation • Natural area restoration • Water quality improvement • Coastal barrier protection Environmental corridors • Natural functions protection 4. Emergency services measures are taken during an emergency to minimize its impact. These measures are usually the responsibility of city or county emergency management staff and the owners or operators of major or critical facilities. • Hazard threat recognition • Hazard warning • Hazard response operations • Critical facilities protection • Health and safety maintenance • Post - disaster mitigation actions 5. Structural projects keep flood waters away from an area with a levee, reservoir, or other flood control measure. They are usually designed by engineers and managed or maintained by public works staff. • Reservoirs Channel modifications • Levees /floodwalls Storm drain improvements • Diversions 6. Public information activities advise property owners, potential property owners, and visitors about the hazards, ways to protect people and property from the hazards, and the natural and beneficial functions of local floodplains. They are usually implemented by a public information office. • Map information • Library • Outreach projects • Technical assistance - Real estate disclosure • Environmental education 14 -6227 Develop and Update Collier County Flood Management Plan 13 Packet Page -754- 4/8/2014 16.A.14. Attachment 1 The range of activities should be evaluated for each area affected. While some of them may be quickly eliminated as inappropriate, most deserve careful consideration, especially to ensure full understanding of their costs and benefits. The objective of this Step 7 is to maximize the number of floodplain management or hazard mitigation activities are credibly reviewed in the FMP. This Step 7 must describe the activities that were considered. It is not acceptable to simply list the various types of projects under each category. For each activity, there must be a discussion of why the activity is or is not appropriate for the County and its flood problems. For an activity that is determined to be appropriate, • The discussion must also include County's capability to fund and implement the activity. • If an activity is currently being implemented, the plan must note if it is achieving expectations and, if not, whether it should be modified. • Since this will be an update of the County's existing FMP, each activity recommended by the current FMP must be discussed, along with the status of implementation. • The discussion of each activity needs to be detailed enough to be useful to the lay reader. Section (a) is required for any credit under this step. a) The FMP must review preventive activities, such as zoning, storm water management regulations, building codes, subdivision ordinances, and preservation of open space, and the effectiveness of current regulatory and preventive standards and programs. The review must include a discussion of the County's o Comprehensive or land use plan, o Building code, • Zoning ordinance, • Floodplain management regulations, • Subdivision ordinance, and • Stormwater management regulations. The discussion must review o How these tools can reduce future flood losses, • The current standards in the community's plans and regulations, and • Whether the community should adopt or revise such plans and regulations in light of the Step 5 problem assessment and the goals set in Step 6. b) The FMP will review whether the community's floodplain management regulatory standards are sufficient for current and future conditions, as discussed under Steps 4(c) and 5(f). c) The FMP will review property protection activities, such as acquisition, retrofitting, and flood insurance; 14 -6227 Develop and Update Collier County Flood Management Plan 14 Packet Page -755- Attachment 1 4/8/2014 16.A.14. d) The FMP will review activities to protect the natural and beneficial functions of the floodplain, such as wetlands protection; e) The FMP will review emergency services activities, such as, but not limited to, warning and sandbagging; f) The FMP will review structural projects, such as levees, reservoirs, channel modifications and pumping stations; and g) The FMP will reviews public information activities, such as outreach projects and environmental education programs. Step 8. Draft an Action Plan After the review of alternatives during Step 7, an Action Plan is drafted (Step 8) that selects and specifies those activities appropriate to the County's resources, hazards, and vulnerable properties. The County will be adopting and annually updating the Action Plan, so it should be developed to strive for a balanced program, selecting measures from more than one category of floodplain management activity. The Action Plan should implement preventive activities both to keep identified flood problems from getting worse and also to protect new construction from the effects of natural hazards. There is no requirement that the Action Plan focuses on or identifies expensive or massive structural flood control projects. The Action Plan must include activities that the community can be assured will be implemented through its own resources. If outside funding support is needed for some projects, the funding sources should be identified and researched to ensure that the projects are eligible and the County has a chance of receiving the funds. Consideration will be given to prioritization of the activities may be eligible to receive CRS credit once they are implemented. Action Plan items are based upon the range of actions recommend in the FMP subject to the following criteria. • For each recommendation, the action plan must identify o Who is responsible for implementing the action, o When it will be done, and o How it will be funded. "When it will be done" can be specified in terms of a date, a set period of time after another action is complete, after the next flood, etc. "How it will be funded" could state that funding will be dependent on a grant, provided the project is eligible for the grant program. • The actions must be prioritized. When prioritizing mitigation actions, the planners need to consider the benefits that would result from the mitigation actions and projects versus the cost of those actions. Note that this is not a requirement for a cost - benefit analysis for every action item. However, an economic evaluation is essential for selecting one or more actions from among many competing ones. • There must be an action item for each goal in Step 6. 14 -6227 Develop and Update Collier County Flood Management Plan 15 Packet Page -756- 4/812014 16.A.14. Attachment 1 • The Action Plan should include a recommendation on floodplain regulations, provided it recommends adopting or continuing a regulatory standard that exceeds the minimum requirements of the National Flood Insurance Program (NFIP). Simply continuing to meet the minimum criteria of the NFIP is not credited as an action item to improve the community's floodplain management program. • If the Action Plan calls for acquiring properties, there must be a discussion of how the project(s) will be managed and how the land will be used after it is acquired. • Since the cities of Naples and Marco Island participate in the adoption of the LMS, the FMP will be prepared as a multi - jurisdictional plan. Therefore the Action Plan must have action items from at least two of the six categories that directly benefit each community seeking CRS credit. • To qualify as a multi- hazard mitigation plan, the FMP Action Plan must include a "process by which local governments incorporate the requirements of the mitigation plan into other planning mechanisms such as comprehensive or capital improvement plans, when appropriate" (44 CFR §201.6(c)(4)(ii)). The action items that relate to preventive activities should clarify how this is done. For example, an action item could recommend that the next time the zoning ordinance is revised, flood hazard areas and natural floodplain function be considered when determining allowable uses. a) The Action Plan shall be prepared to cover as many categories as practical and feasible for Collier County, with a goal of covering activities from at least five (5) of the six (6) categories credited in Step 7. b) The Action Plan will include activity(ies) to establish or revise post- disaster redevelopment and mitigation policies and procedures. These policies and procedures should account for the expected damage from a base flood or other disaster. For example, the action plan should identify the areas likely to be worst hit and the policies should determine whether they will be rebuilt if substantially damaged. Post - disaster mitigation procedures should assign responsibilities for public information, code enforcement, planning, and other efforts that encourage, mandate, and /or fund loss reduction activities. Note that Activity 330 (Outreach Projects) provides credit for public information materials developed for use during and after a flood (Flood Response Preparations (FRP)). Preparation of those materials should be done when the other post- disaster policies and procedures are prepared. (c) The Action Plan will include action items (other than public information activities) to mitigate the effects of the other natural hazards identified in the hazard assessment (Step 4, item (b))• Step 9. Adopt the plan The FMP, as an update to the existing FMP, will be presented to and officially adopted by the Board of County Commissioners. The FMP is an official plan of the County, not an internal staff proposal. "Adopted" means that the Board of County Commissioners passes, by simple majority vote, a resolution. Passage via a consent agenda is not acceptable for receiving CRS 14 -6227 Develop and Update Collier County Flood Management Plan 16 Packet Page -757- Attachment 1 4/8/2014 16.A.14. credit. The consultant will work with County staff to prepare all necessary materials for presentation to the Board of County Commissioners and participate in the presentation during a regularly scheduled Board meeting. The Collier County LMS is a multi - jurisdictional plan, so the FMP must be prepared as a multi - jurisdictional plan. The LMS is adopted by the governing body of each community seeking CRS or multi - hazard mitigation plan credit. Step 10. Implement, Evaluate, and Revise To be useful, planning must be ongoing and the FMP must be dynamic. The FMP should not sit on a shelf gathering dust once it is completed. Therefore, the FMP must have an evaluation and update process. For CRS credit, the FMP must be implemented. No plan is perfect. As implementation proceeds, flaws will be discovered and changes will be needed. Not only can hazard conditions change but also goals and objectives may change. If the County is hit by a hurricane, for example, the short-term action items may be changed to focus attention on the newly damaged areas in the SFHA. Changes should be made in the Action Plan when opportunities arise to add new activities or complete some items ahead of schedule. The FMP Action Plan should also be revised if it is found that some activities cannot be completed on the original timetable. At a minimum, these types of changes must be made at the required 5 -year update. The key to this step is the annual evaluation report on progress in implementing the plan. Not only are annual evaluations required with the County's annual recertification, but also the process of conducting an annual evaluation gives the County a framework for monitoring the plan's effectiveness and the County's progress in implementing it. • The consultant will prepare a separate FMP section for Implementation, Evaluation and Revision that will describe how, when, and by whom the FMP will be monitored, evaluated, and revised. These items will also be included in the adoption resolution as well. • The FMP will identify that an annual evaluation report on progress towards FMP implementation must be prepared at least once each year and submitted with the community's annual CRS recertification. The report must be submitted to the Board of County Commissioners, released to the media, and made available to the public. The consultant will provide a clearly written procedure for the County to receive credit as a result of participation in a multi - jurisdictional plan that includes action items for each community, and instructions on how the annual evaluation report must cover those action items. This can be done either by a multi - jurisdictional planning committee or through separate submittals by each community. However, a community will not receive credit if it did not participate in the meeting at which the annual report was prepared. Therefore, the annual CRS recertification submittal needs to show who participated in the preparation of the report. 14 -6227 Develop and Update Collier County Flood Management Plan 17 Packet Page -758- 4/8/2014 16.A.14. Attachment 1 • The County must update the FMP at least every five years. The update is due by October 1, five years after the plan was adopted (see the Five -Year Update section below). • Step 10(b) provides CRS credit if the planning committee does the evaluation and revision. If the committee does not continue to meet and report or if the committee membership no longer meets the credit criteria in Step 2(a), the community will not keep the committee credits under Steps 1(b) or 2(a). a) The FMP must include procedures for monitoring implementation, reviewing progress, and recommending revisions to the plan in an annual evaluation report. The annual evaluation report must be submitted to the governing body, released to the media, and made available to the public. b) The FMP will document the benefits in CRS credit scoring if the annual evaluation report is prepared by the same planning committee that prepared the plan that is credited in Step 2(a) or by a successor committee with a similar membership that was created to replace the planning committee and charged with monitoring and evaluating implementation of the plan. The CRS credit points are based on how frequently the committee meets, since more frequent meetings yield more progress toward implementing the FMP and its Action Plan. The committee must continue to meet the representation, quorum, and other criteria that determined the credit points under Step 2(a). Five -year Update The consultant will prepare a separate section in the FMP to clearly state the requirements for the County to submit a copy of its FMP update at least every five years. Since this is a Five - Year Update, the consultant will ensure that the FMP meets the requirements. The FMP update will be reviewed for CRS credit according to the Coordinator's Manual currently in effect, not the version used when the County originally requested this credit. The update must include the following steps: a) Steps 1 and 2: If the original planning process included a committee, then in order to keep the credit provided under Step 1(b) or Step 2(a), the update must be conducted by a committee that meets the criteria identified in those steps. b) Step 2: If the original planning process received credit for a public meeting credited under Step 2, item (c), then to keep this credit the County must also conduct a public meeting that reviews and receives comments on the draft update. c) Step 3, item (a): The update must include a review of new studies, reports, and technical information and of the County's needs, goals, and plans for the area that have been published since the FMP was prepared. d) Steps 4 and 5: The hazard and problem assessments must be reviewed and brought up to date. The assessments must account for • New floodplain or hazard mapping, • Annexation of flood -prone areas, 14 -6227 Develop and Update Collier County Flood Management Plan 18 Packet Page -759- Attachment 1 4/8/2014 16.A.14. • Additional repetitive loss properties, • Completed mitigation projects, • Increased development in the floodplain or watershed, • New flood control projects, • Lack of maintenance of flood control projects, • Major floods or other disasters that occurred since the plan was adopted, and • Any other change in flooding conditions and /or development exposed to flooding or the other hazards covered in the plan. e) Step 6: The original plan's goals must be reviewed to determine if they are still appropriate, given the revisions to Steps 4 and 5. f) Step 8: The action plan must be revised to account for projects that have been completed, dropped, or changed and for changes in the hazard and problem assessments, as appropriate. g) Step 9: The update must be adopted by the Board of County Commissioners. An annual evaluation report that includes these steps may qualify as the five -year update (but may not qualify as an update for a multi- hazard mitigation plan). Term of Contract The contract term, if an award(s) is /are made is intended to be for current needs only. Prices shall remain firm for the entire term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice 2/10/2014 Last Date for Receipt of Written Questions 2/28/2014, 3:OOPM Solicitation Deadline Date and Time 3/06/2014, 3:OOPM Anticipated Evaluation of Submittals Week of 3/10/2014 Anticipated Completion of Contract Negotiations Week of 3/24/2014 Anticipated Board of County Commissioner's Contract Approval Date April 2014 14 -6227 Develop and Update Collier County Flood Management Plan 19 Packet Page -760- Attachment 1 Response Format 4/8/2014 16.A.14. 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. 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 proposal. 1. Tab I, Cover Letter In this tab, include: • Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. • 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. If services to be provided involve or are related to a physical site(s), including, but not limited to: design services for construction, physical monitoring, environmental studies, inspections or other similar activities, prior to submission of proposal, proposers may visit the site(s) to become familiar with local conditions that may in any manner affect performance of the Work. This site visit shall be documented in writing by the proposer; this documentation shall be submitted with the proposal. The proposal may be deemed non - responsive if the site visit documentation is not presented to the County in the proposer's submitted proposal materials. Upon award of the contract, subsequent site visits shall be at intervals appropriate to the stage of the project, as determined by the County project manager. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to this Agreement as a 14 -6227 Develop and Update Collier County Flood Management Plan 20 Packet Page -761- Attachment 1 4/8/2014 16.A.14. result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the awarded proposer, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 2. Tab II, Business Plan (15 points) In this tab, include: • Detailed plan of approach (including major tasks and sub - tasks). • Detailed time line for completion of the project. • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. 3. Tab III, Experience and Capacity of Firm (15 points) In this tab, include: • Provide information that documents Consultant's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Provide details of risks that may be associated with the project and how the firm may overcome those risks. • Provide details of unique benefits that the firm offers on this project. • Provide a list of projects that includes sufficient detailed description that outlines the firms experience in Floodplan management Plan development and implementation, in the format identified below: Project Original Final Project Number of Start Date End Date Chan Description Budget Cost 9e Orders 4. Tab IV, Firm Credentials, Experience and Specialized Expertise of Team Members (40 Points) In this tab, include: • Description of the proposed contract team and the role to be played by each member of the proposed team. • Describe the various team members' successful experience in working with one another on previous projects. • Attach resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. 14 -6227 Develop and Update Collier County Flood Management Plan 21 Packet Page -762- 4/8/2014 16.A.14. Attachment 1 • Attach resumes of any sub - consultants. If sub - consultants are being utilized, letters of intent from stated sub - consultants must be included with proposal submission. • Provide a "not to exceed" two page "Firm Credential and Experience" narrative that identifies and highlights the firms credentials and experience relative to Floodplain Management Plan development and experience. • Provide the resumes of key individual and qualifying experience relative to Floodplain Management Plan development and implementation that are available resources and assigned to this project. 5. Tab V, Availability and Responsiveness (10 Points) • Provide a "not to exceed" two page narrative that indentifies demonstrated responsiveness to county needs and availability of resources. 6. Tab VI, References — 5 Completed and Returned (20 points) 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) submitted by the Consultant in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Consultant's information provided in this area: • 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. 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 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 Consultant's points awarded. Each subsequent Consultant's point score will be calculated in the same manner. • Points awarded will be extended to the whole number per Microsoft Excel. For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Consultant Name Consultant Total Reference Score Points Awarded Consultant ABC 445 20 Consultant DEF 435 19.6 Consultant GHI 425 19.1 Consultant JKL 385 17.3 Consultant MNO 385 17.3 Consultant PQR 250 11.2 Note: Sample chart reflects a 20 point reference criterion. 14 -6227 Develop and Update Collier County Flood Management Plan 22 Packet Page -763- Attachment 1 4/8/2014 16.A.14. 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. 7. Tab VII, 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 Selection Committee. 8. Tab VIII, Required Form Submittals • 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 memorandum of understanding • Attachment 6: Consultant Substitute W9 • Attachment 7: Insurance Requirements • Attachment 8: Reference Questionnaire 14 -6227 Develop and Update Collier County Flood Management Plan 23 Packet Page -764- Attachment 1 Exhibit II: General RFP Instructions 1. Questions 4/8/2014 16.A.14. 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. 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 as "mandatory", prospective Consultants must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP 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 14 -6227 Develop and Update Collier County Flood Management Plan Packet Page -765- 24 Attachment 1 4/8/2014 16.A.14. All proposals are to be delivered before 3:OOPM, Naples local time, on or before 03/06/2014 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Adam Northrup, 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 Purchasing /General Services 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 advantage in the selection process. Consultants must submit one (1) paper copy clearly labeled "Master," and six (6) compact disks (CD's) with one copy of the proposal on each CD in Word Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Consultant makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013 -69 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3) firms, the Purchasing Director shall review all the facts and determine if it is in the best interest of the County to solicit 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. 14 -6227 Develop and Update Collier County Flood Management Plan 25 Packet Page -766- 4/8/2014 16.A.14. Attachment 1 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. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist will review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. 4. Meetings will be open to the public and the Procurement Strategist will publicly post prior notice of such meeting in the lobby of the Purchasing Building. 5. The committee members will review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice will be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist will also post prior notice of all subsequent committee meetings and will endeavor to post such notices at least one (1) day in advance of all subsequent meetings. 7. Collier County will consider all the material submitted by the 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, interviews, or oral presentations. 8. The Selection Committee, as approved by the County Manager or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members will score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. Consultant(s) shall have an opportunity to discuss their qualifications, approach to the project and ability to furnish services for the scope of work outlined in this solicitation during the publicly announced Selection Committee Meeting prior to the final ranking. This discussion does not preclude the County from having additional presentations by ranked firms at the County's sole discretion. 9. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. 10. Negotiations shall begin with the top- ranked firm(s) in accordance with Florida Statute 287.055. 11. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. 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 information. 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. 14 -6227 Develop and Update Collier County Flood Management Plan `1 Packet Page -767- Attachment 1 4/8/2014 16.A.14. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances may not be considered. 10. References The County reserves the right to contact any and all references submitted as a result of this solicitation. 11. Proposal Selection Committee and Evaluation Factors 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 below. Tab II, Business Plan 15 Points Tab III, Experience and Capacity of the Firm 15 Points Tab IV, Firm Credentials, Experience and Specialized Expertise of 40 Points Team Members Tab V, Availability and Responsiveness 10 Points Tab VI, References 20 Points 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 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. 14 -6227 Develop and Update Collier County Flood Management Plan 27 Packet Page -768- 4/8/2014 16.A.14, Attachment 1 Exhibit III: Collier County Purchase Order Terms and Conditions 1. Offer and to comply with all carrier This offer is subject to cancellation by the regulations. Risk of loss of any goods COUNTY without notice if not accepted by sold hereunder shall transfer to the VENDOR within fourteen (14) days of COUNTY at the time and place of issuance. delivery; provided that risk of loss prior to actual receipt of the goods by the 2. Acceptance and Confirmation COUNTY nonetheless remain with This Purchase Order (including all VENDOR. documents attached to or referenced b) No charges will be paid by the COUNTY therein) constitutes the entire agreement for packing, crating or cartage unless between the parties, unless otherwise otherwise specifically stated in this specifically noted by the COUNTY on the Purchase Order. Unless otherwise face of this Purchase Order. Each delivery provided in Purchase Order, no invoices of goods and /or services received by the shall be issued nor payments made COUNTY from VENDOR shall be deemed to prior to delivery. Unless freight and be upon the terms and conditions contained other charges are itemized, any in this Purchase Order. discount will be taken on the full amount of invoice. No additional terms may be added and c) All shipments of goods scheduled on the Purchase Order may not be changed except same day via the same route must be by written instrument executed by the consolidated. Each shipping container COUNTY. VENDOR is deemed to be on must be consecutively numbered and notice that the COUNTY objects to any marked to show this Purchase Order additional or different terms and conditions number. The container and Purchase contained in any acknowledgment, invoice Order numbers must be indicated on bill or other communication from VENDOR, of lading. Packing slips must show notwithstanding the COUNTY'S acceptance Purchase Order number and must be or payment for any delivery of goods and /or included on each package of less than services, or any similar act by VENDOR. container load (LCL) shipments and /or with each car load of equipment. The 3. Inspection COUNTY reserves the right to refuse or All goods and /or services delivered return any shipment or equipment at hereunder shall be received subject to the VENDOR'S expense that is not marked COUNTY'S inspection and approval and with Purchase Order numbers. payment therefore shall not constitute VENDOR agrees to declare to the acceptance. All payments are subject to carrier the value of any shipment made adjustment for shortage or rejection. All under this Purchase Order and the full defective or nonconforming goods will be invoice value of such shipment. returned pursuant to VENDOR'S instruction d) All invoices must contain the Purchase at VENDOR'S expense. Order number and any other specific information as identified on the To the extent that a purchase order requires Purchase Order. Discounts of prompt a series of performances by VENDOR, the payment will be computed from the date COUNTY prospectively reserves the right to of receipt of goods or from date of cancel the entire remainder of the Purchase receipt of invoices, whichever is later. Order if goods and /or services provided Payment will be made upon receipt of a early in the term of the Purchase Order are proper invoice and in compliance with non - conforming or otherwise rejected by the Chapter 218, Fla. Stats., otherwise COUNTY. known as the "Local Government 4. Shipping and Invoices Prompt Payment Act," and, pursuant to a) All goods are FOB destination and must the Board of County Commissioners be suitably packed and prepared to Purchasing Policy. secure the lowest transportation rates 14 -6227 Develop and Update Collier County Flood Management Plan 28 Packet Page -769- Attachment 1 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and /or services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and /or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and /or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. Statutory Conformity Goods and services provided pursuant tc this Purchase Order, and their production 4/8/2014 16.A.14. and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and /or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and /or services to be provided hereunder. 11. Warranty of Non - Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and /or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is 14 -6227 Develop and Update Collier County Flood Management Plan Q11 Packet Page -770- Attachment 1 likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non - infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non - exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and without exception or stipulation 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. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order, 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances 4/8/2014 16.A.14. and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and /or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of 14 -6227 Develop and Update Collier County Flood Management Plan 30 Packet Page -771- C) a Attachment 1 this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in 4/8/2014 16.A.14. accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and /or Conditions that are most favorable to the County and /or provide the greatest protection to the County shall govern. 14 -6227 Develop and Update Collier County Flood Management Plan Packet Page -772- a 4/8/2014 16.A.14. Attachment 1 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. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Consultant under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be Certificates of Insurance must state the Contract Number, description, or must read: For any and all work performed o n Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida named as the Certificate Holder. The or Project Number, or specific Project behalf of Collier County.The "Certificate 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 endorsements or their equivalents. If Consultant has any self- insured retentions or deductibles under any of the below listed minimum required coverage, 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. 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 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 14 -6227 Develop and Update Collier County Flood Management Plan 32 Packet Page -773- Attachment 1 4/8/2014 16.A.14. 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. 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 Collier County encourages and agrees to the successful Consultant extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful Consultant. 3. Additional Items and /or Services Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Policy. 4. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 85% or more of the solicitation amount for said work. 5. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Consultant's facilities /project site during and after each work assignment the Consultant is performing. 6. Additional Terms and Conditions of Contract 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 contract within twenty one (21) days of Notice of Selection for Award. 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 service agreements or other documents provided by the Consultant. 14 -6227 Develop and Update Collier County Flood Management Plan 33 Packet Page -774- Attachment 1 7. Public Records Compliance 4/8/2014 16.A.14. 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. 8. Work Orders on Fixed Term Contracts The County reserves the right to order such services from selected firms as may be required during said period, but does not guarantee any minimum or maximum services to be ordered during the period specified from any given firm. Work Order service assignments shall be at the sole discretion of the County. The contracts are classified as fixed -term Countywide Agreements for various and miscellaneous services which will be utilized on an as- needed basis. Assignments shall be implemented with Work Orders subject to a maximum of $200,000 per Work Order and with a maximum yearly contract amount of $750,000 per firm. Work Order assignments in excess of $200,000 shall be approved by the Board of County Commissioners. Should any project that is active on a work order extend past the contract termination date, that work order will be active and extended as necessary until completion of such project. 9. Payment Method 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 purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 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. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported 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. 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 14 -6227 Develop and Update Collier County Flood Management Plan 34 Packet Page -775- Attachment 1 4/8/2014 16.A.14. 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 specifically authorized by the Project Manager. Payments will be made for articles and /or 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. In instances where the successful contractor may owe debts (including, but not limited to taxes or other 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 owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the 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." Collier County reserves the right to withhold and /or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 10. Environmental Health and Safety All Consultants and Sub Consultants performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Consultants and Sub Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that 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. 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. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 11. 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 14 -6227 Develop and Update Collier County Flood Management Plan 35 Packet Page -776- 4/8/2014 16.A.14. Attachment 1 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 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 If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252 -2431, 252 -2432 or 252 -2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252 -2477. 12. Survivability Bids (ITBs /RFPs): The Consultant /Contractor /Vendor agrees that any Work Order /Purchase Order that extends beyond the expiration date of Solicitation 14 -6227 — Develop and Update Collier County Flood Management Plan resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order /Purchase Order. 13. Principals /Collusion By submission of this Proposal the undersigned, as Consultant, does declare that the only person or 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. 14. Relation of County 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 considered employees or agents of the County, and that the County shall be at no time legally 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. 15. 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. 16. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. 14 -6227 Develop and Update Collier County Flood Management Plan 36 Packet Page -777- Attachment 1 4/8/2014 16.A.14. 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 Purchasing 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. 17. 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.org /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 same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 18. Single Proposal 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 primary or as part of a partnership or joint venture submitting as primary may not then act as a sub - consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a 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. 19. Protest Procedures Any actual or prospective Consultant to a Request for Proposal, who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director rior to the due date for acceptance of proposals. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the final published date for the acceptance of the Request for Proposals. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar 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 Purchasing Director. 20. 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 the construction or repair of a public building or public work; may 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 14 -6227 Develop and Update Collier County Flood Management Plan 37 Packet Page -778- 4/8/2014 16.A.14. Attachment 1 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. 21. 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. 22. 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 does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 23. 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 time; b. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. 24. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. 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 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 14 -6227 Develop and Update Collier County Flood Management Plan 38 Packet Page -779- Attachment 1 4/8/2014 16.A.14. required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply 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: hftp: / /www.dhs.gov /E- Verify. 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 sea. 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 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. 14 -6227 Develop and Update Collier County Flood Management Plan 39 Packet Page -780- 4/8/2014 16.A.14. Attachment 1 C,o per co-p r y Admnistrative SeMces [rvision Purchasing 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 Develop and Update Collier County Flood Management Plan for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications /scope of work. ❑ Specifications /scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date 14 -6227 Develop and Update Collier County Flood Management Plan 40 Packet Page -781- Attachment 1 :a 73er Casa y Administrative Services I?iuision Purchasing Attachment 2: Consultant Check List 4/8/2014 16.A.14. 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 3327 Tamiami Trail E Naples FL 34112 Attn: Adam Northrup, Procurement Strategist CCNA Solicitation: 14 -6227 — Develop and Update Collier County Flood Management Plan ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due 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.) ALL COURIER- DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date 14 -6227 Develop and Update Collier County Flood Management Plan 41 Packet Page -782- 4/8/2014 16.A.14. Attachment 1 Cofer ComltV Administrative Services Division Purchasing 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 Purchasing /General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and /or project duration. Firm: Signature and Date: Print Name Title of Signatory State of County of SUBSCRIBED AND SWORN to before me this 20 by identification Notary Public day of , who is personally known to me to be the for the Firm, OR who produced the following My Commission Expires 14 -6227 Develop and Update Collier County Flood Management Plan Packet Page -783- 42 Attachment Carper comity Adminiss-abue Services Division Purchasing Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 4/8/2014 16.A.14. RE: CCNA Solicitation: 14 -6227 — Develop and Update Collier County Flood Management Plan Dear Commissioners: 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. The Consultant agrees, if this proposal is accepted, to execute a Collier County document for the purpose of 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 proposal documents listed by the above referenced CCNA Solicitation. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 200_ in the County of , in the State of Firm's Legal Narne: Address: City, State, Zip Code: Florida Certificate of Authority Docurrlent Number Federal Tax Identification Number CCR # or CAGE Code Telephone: FAX: Signature by: (Typed and written) Title: 14 -6227 Develop and Update Collier County Flood Management Plan Packet Page -784- 43 Attachment 1 Additional Contact Information Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: 4/8/2014 16.A.14. 14 -6227 Develop and Update Collier County Flood Management Plan 44 Packet Page -785- Attachment 1 4/8/2014 16.A.14. cofrler <Z47I.Mty Admmistyabw Services Division Purchasing Attachment 5: Immigration Affidavit Certification CCNA Solicitation: 14 -6227 — Develop and Update Collier County Flood Management Plan 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 Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized 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 "). Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Consultant attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding 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. Company Name Print Name Signature State of County of Title Date The foregoing instrument was signed and acknowledged before me this day of 20_, by who has produced (Print or Type Name) Notary Public Signature Printed Name of Notary Public Notary Commission Number /Expiration as identification. (Type of Identification and Number) 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. 14 -6227 Develop and Update Collier County Flood Management Plan 45 Packet Page -786- 4/8/2014 16.A.14. Ad-mnistatw Services Division FvrJlaSing 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 State Telephone Order Informatior Address City FAX Email State FAX Zip 2. Company Status (check only one) 3. City Zip Email Remit / Payment Information Address City State FAX Email Zip _Individual / Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax - exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification (D = Disregarded Entity, C.= Corporation, P = Partnership) axpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) ;Consultants who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 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 14 -6227 Develop and Update Collier County Flood Management Plan 46 Packet Page -787- Attachment 1 1crr C� lty Admnisba#rve Services Division Purchasing 4/8/2014 16.A.14. 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 3. ® Commercial General Liability (Occurrence Form) patterned after the current ISO form $ single limit per occurrence Bodily Injury and Property Damage $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the 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 and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor /Vendor /Consultant or anyone employed or utilized by the ContractorNendor /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. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ® Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ 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. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $1,000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate 14 -6227 Develop and Update Collier County Flood Management Plan 47 Packet Page -788- 4/8/2014 16.A.14. Attachment 1 ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 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. 8. ❑ Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to 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. 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 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. 11. ❑ Thirty (30) Days Cancellation Notice required. Consultant's Insurance Statement 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. Name of Firm Date Consultant Signature Print Name Insurance Agency Agent Name Telephone Number 14 -6227 Develop and Update Collier County Flood Management Plan 48 Packet Page -789- hment 1 Cn lea' Covs y Admirushbve Services division Purchasing Attachment 8: Reference Questionnaire Solicitation: 14 -6227 — Develop and Update Collier County Flood Management Plan Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) Email: FAX: 4/8/2014 16.A.14. (Evaluator's Company completing reference) Telephone: 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 /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." Project Description: Project Budget: Completion Date: Project Number of Days: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 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: Packet Page -790- By 14 -6227 Develop and Update Collier County Flood Management Plan 49 fD O 4/8/2014 16.A.14. Packet Page -791- Cn, (D CD (D CD 0 :7 0 rn 3 (D :3 F -n > M (D CD 0 z CD 0 h Cr CD CD M N 0 0 Co CD 0 fu CD 0 CD -n O 0 'CD CD M (D 0 CD CDI -n CD 0 M CD cD CD CD rh Cn SL (D 0 0 0 0 CD (D CD CD M A c0 N C CD =- =' ° m Paco t Page - 792 - CA ± M n 0 CD ° CO O '0G - m m Z 'a (D fD Q O CD tL � O IV G 0) G Q CD CD -=i v O @ y = N t/7 CD s C7 v, 3�cn00�' m 0 (D& o O CD N Q CD 3 n O N N 0 3 0 5 v 3 Cn 3 0 0. -o -4 O D 3 `� 0_ = Cr (D — _ 1 c 0 0' a 0 CL 0 0. F. 0 -0 �' 0 n -+ o c0 c s= 0 -� 3 v �,° 3 C o C, ? -0 <. =r ° m O CA O 3 o y 0 3 _« = 0 vi N Q a O M cr Cad 0 N CD (D �. O us C) .Ni _ Cn ... y 3 K -" _ o =T 0 N O CJt O O CD M) CD CD w N° 0 3 c O 0, " � (D O N Cn 0 Q' -„ (D C) d Cn 0 __ (D c (D -p 0 CD Cn O n O 3 3 }« Gc N G1 II) cD tD 0 0 ... 0 CL fl1 0 (D O O N GS II� O 'C7 Q Q CD O `� n C/) a q is (D <. r. m 0 -9 o sll o sv CD o X 0 =3 w O v c v O v Q� O O G O CD O 7 O CL CA) �.,CD y O v CD `< S? O Q N O ° @ ZT M rte, N y N a Q- N y m CD ° y i': _� o 0 00 °� -a 'o =� � CD 0 O Cn <. 3 C — Z. CL a v O Cn CD CIO) N• (D 0. cr 0 `(D CD 0 C7 O t77 N CD to O 0 n 0 ,-' O- CL C0 -0 to (D 0 N CD CD V -w 0 w C. M 00 CL N O 4/8/2014 16.A.14. y N .0 'CD tU N 3w y O o ro 0 a 0 a FD N � m o ° o ° O cQ n�i (D 3(D -0 v x m cn CD o y r = CD v T m a o CD � o' ro c c ° o �. a,? CD < CD -, 6 cc U CD �, (D a o c 3 Er < v CD fu �r (D ° CD (D a ° c � o - c E 3 0 a <_ 3 6 (D 3 (n - CD Q = CD (D O 0 C CCDD CD x n } o 3 �w 0 n Q O N 3 0 �oa�3 v (D _ o O M O y gi p• � N v N Q p �$ O C y M _. o N (D o < rn O c O v,' O fD — o. `...° c' cn cQ 3 -� m n CD (n CD N N ,a DO N C n c ma (D (p (D CD0x O CD o o < (D N M o' ° E cQ °� tea- m CD - _ v (n c �7 m N U) n UJ Q v TI — =r to c v (D O C r_ 06 �� U2 0 cD ° O 3 `••.` O 03 cn 0 ° CL M CD CD CD 3 Q W O p O O —� m fD C C A S 3 Cn O. m N 3 m CD CS CD n Z7 m CD -. O � v< o a cn CD -n m a a n 3 cD ° o o c C2 p c v a m o n N c O w � c ,p c m a C m S' s CD d x 0 a 4/8/2014 16.A.14. ro ac - - < C) CD z v 3 c CD c co cn 5• a,? N 3 N -0 . -sm fu -On Q„ 'k A O ?? � CD 0 m x n } o r m �oa�3 ^� N O CD 'D O C y M _. O N 'tr O — '(D' c Cl) 7 N N ,a N CD 'CD O CD N M N Q @1 to N O N ., =r to O C r_ 06 U2 0 (D CD =) O M CD w CL U; o c ju -, N 3 m y � 0 `D -M C m 3 F n L2 O a I c n m O (D n � c `J O N_ v CD CD (D 'a 0 3 to -o CD D m m i R 0 _ (D 0 0 0 fD CD 3 m Q to cnm m N 0 m 0 0 _ cD N C) 0 3 0 CD 3 m c Q CD d m � 7 N x CD (O = CD n N O 0 N d C _ 0 7 N d o. c o• CD CD w. o' _ N to Sr CD N N _ x 4t N N N O O O cc CD _ a N 4/8/2014 16.A.14. cn CD "= G o° o O m ° cn < (D ° < 3 — CD .. =0 N CD 0 m �_ o � -- -n S =T 0 1U p p ? (D N G tea. 3°x,3_ :a c 3 CD c ' CL O f, + O (p z o' o ° m a ID C CD _Q QO 3 6cD 'y Q< �3cr (D�cn �1 1 _0 CL -0 O S p CQ N fD 0 0 N O p 0 co o 0- o N� 0 to cn o m CD Q1 2. N O n ° 0 -o iv o < 3 0 cn 0 CD n 3 m a = ° O 3 (D c-,-0� _ -O" CL C CL ° a° c? CD tr o o . CT cQ �cQ r �C� cn (n v C CD o v cn ... n cn t0 C O CD X (p G Q. °—' N `G U) n O Q CL m o :r CL O O o ° —I � O' 0- -n o " � ai a) = m CD =r ° a n O O 0 O N M O- Q. N -+� ° 0 U) O O C v a 0 y CD a � w w 0 4/8/2014 16.A.14. T m 'o v� M j m 80 O N 'C N py V CL C .a Q l�D 0 O CD n O C 7 -n 0 O m O to m CD O ci O n � o a. m C o R O Cl) V CD C1 -� c n=r O N R 51 My C 0 3 O M (o 'a CD I D N cn m 0 a n m 0 0 A m = M' ° CD_ „y O O � m ° 0 0 co 3 M N 3' N cD X _ _ -O" CL O G tr m 2• ... n cn Q (p G Q. °—' m° x n N W � O' 0- -n o " � ai •m m ° N (D d 0 y 0 o D �, 'd C �/! c S n o N S C n ;(D (D N a o. ° N CD m a cr O 0 m :; rn O O y O CD N O �• N O � o 0 ? 0 MCL ID N V cr 1 S O L 0 c0. N T m 'o v� M j m 80 O N 'C N py V CL C .a Q l�D 0 O CD n O C 7 -n 0 O m O to m CD O ci O n � o a. m C o R O Cl) V CD C1 -� c n=r O N R 51 My C 0 3 O M (o 'a CD I D N C CD n m 0 0 A m = M' T m 'o v� M j m 80 O N 'C N py V CL C .a Q l�D 0 O CD n O C 7 -n 0 O m O to m CD O ci O n � o a. m C o R O Cl) V CD C1 -� c n=r O N R 51 My C 0 3 O M (o 'a CD I D N 0 N (D m a n 3 m m m w UD S, O m 0 0 N (n N C) 0 CD m 3 o- m m m x m c 0 N a D d c co C. VI 7 CL a Q 3 m �D 5 0 m C CD N a� # N N' n O a cn cc w _ CD cr = — o U) < CD O CD =r = CD CD Q = 3 C7, l< Q Q < Q � C O � 0 v CD v� O cn C) O N = to O .. . v n _ v Q O O _ Cl) (O = = C2 CL CL o 0 cD a .. (D O O O _ CD � o a- m ,+ < o o O' N CD N (D < 0 m =7 O �. O a' W — v CD v CD (D CD U) _a O CD <• Q 7 - CD 0- O C O C Cn N 3 O n N co n CD CD -' CQ CD tin — cn O C0 CD O n 6 0 . 0 CD v o n CD 5 CL -a n N O < C O Cr O cn O CD G CD CD cn _ CD CD O CD Q CD CD x _ 3 .(7 v O n. CD ca _ cn ZT _ � n (n n o CD CD 77 CD G 0 O 0- CD 0O - CD v o O M =r m Cn CD n CD < O Q to N = CD <. 0- a cn _ Q L2 O 0 C =3 N 4/8/2014 16.A.14. Pacl24-- Page -795- N < 0 m _ (n CD cn CD n 03 :CA O cn O N v w CD CD CD � CD o, x ,n, - -nnCD CD p m .A o 0 _Q tJ1 ; CD < CL M, 'v n CD Q v O cn CD CD rn CD w cn Po O 0 �. _ �v j� � o 00 ;� CD 0 An CD n CD v CD D. N Q O Zr CD CD Q h cr 0 COI CD ,=y, n ,y O 0' CD M N N O � O A O C = CD o cn CD i y ni I~I C cn 3( -fin o _0 °- — CD P d O N CD N 4 O O n n � O N cm CD 'o CD O CD d 'O CD q D 3 CD a: 0 fD 0 0 3 CD CD 3 CD 3 a' m co' 0 CD 0 0 0 N N (7 O 3 rD cu 3 0 3 C CD o� i � y x �n CD CD o C1 y O O d C 7 N a 3 o� 0 N S w d 7 fa N N N fD fmO O a VPI _ m i C, 9 Id+ - r 4/8/2014 4�kkcf N CD m ,(7a. O _ 3 m CD m CS CD 5* C1 [1 C to sli N N N '0 v *� 'a N V O C2. C 'a M n O W n O _ 3 l< T O O Q 3 lV CD CD a o� O 57 0 O C. C: c 0 °—' o cn = CD `� n _ O n O N 3 � D O CD CD 03 C � O 3 CD 7� K to T d a 4 D �'* N r o3m N < <o °o�u CD CD _ N — O 0 CD = O CD CC n 3. O O CF cDD v CL E 3 c3 =°° -'a a G_ 3 0 OL N O CD c, • C C a = -+� C COn 3 N a o 3 a0i cr m 3 CD 3 c � - CD c -° � = a� cn CO CD O 0 p O CD Q �0 0u CCDD O N CD = N CD C, O C-) N CD 5 N cn t2 O ' o N 0 CD " .-* -' 3 0 n N° O < 3 .�„ _ . C O N O CD — _. _ 03 N C ° CD 3 CD Cn =- 3 .. CD 0. = CD = CD _ CD Q 3 0 0 _. _ Q < _ 0 CD to n v cn O W CL [Q = O CD < 7c CL O m n= 0 0 a mo=•�� 77 m O < N ° -I CD C2 -' c � N CD CD CCD N C) ° o � 0 m ° CL O Er N = S. CD 0- CL n m C2 N v i C, 9 Id+ - r 4/8/2014 4�kkcf N CD m ,(7a. O _ 3 m CD m CS CD 5* C1 [1 C to sli N N N '0 v *� 'a N V O C2. C 'a M n O W n O _ 3 l< T O O Q 3 lV CD CD a o� O 57 0 O C. C: c 0 °—' o cn = CD `� n _ O n O N 3 � D O CD CD 03 C � O 3 CD 7� K to T d a 4 D �'* N r