Loading...
Agenda 05/13/2014 Item #16A19 5/13/2014 16.A.19. EXECUTIVE SUMMARY Recommendation to approve the ranked list of design professionals pursuant to RFP No. 14-6228, "Collier County Beach Renourishment 15-year Permit," authorize staff to negotiate a contract with the top ranked firm for subsequent Board approval, and make a finding that this item promotes tourism. OBJECTIVE: To retain professional engineering services to obtain a new 15-year multi use beach renourishment permit for future Collier County renourishment projects. CONSIDERATIONS: The existing 10-year beach renourishment permit will expire on January 12, 2015 and a new permit is required to perform future beach renourishment projects. Collier County is desirous to permit a comprehensive renourishment program for its beaches under the new FDEP 15-year permit rules. The project area extends along the Gulf Coast in Collier County, FL between FDEP monuments R-22 to R-79. The purpose of this scope of work is to secure a 15-year multi-use permit in order to perform routine or emergency nourishment along Collier County beaches. The permit will allow for Collier County to be ready for an emergency response to a major storm event with approved sand sources. Borrow Area Ti will be re-permitted for use as an offshore sand source. The permit will include the use of upland sand sources to supplement or substitute for an offshore sand source. The permit application will request approval for two major nourishments from offshore sand sources supplemented by truck haul projects. In addition, multiple truck haul projects, every couple of years, using upland sand sources, will be requested as a substitute for dredging from offshore sand sources. The aim is to provide the County flexibility to change with the dredging market and needs of the County. A Request for Proposal (RFP) was solicited in order for the project's design to be in compliance with the applicable Consultants' Competitive Negotiations Act (CCNA) requirements. On February 18, 2014 RFP No. 14-6228, "Collier County Beach Renourishment 15-year Permit," was posted. One thousand one hundred and eighty five (1,185) notices were sent out and forty five (45) firms downloaded full document packages. Two (2) responsive proposals were received on March 14, 2014. Per the Board's Purchasing Ordinance Section 11 (A3), the Purchasing Director certifies that every effort was made to comply with the CCNA to attract three (3) or more firms. On March 27, 2014, a selection committee ranked the two (2) firms based on an evaluation of their technical proposals. The selection committee was represented by a member from the Pelican Bay Services Division, the City of Naples, the County Engineer, the Facilities Department and Coastal Zone Management. The selection committee by consensus (5-0) ranked the firms as shown below: Name of Firm Final Ranking Packet Page-592- 5/13/2014 16.A.19. Coastal Planning and Engineering (CPE) 1 Humiston and Moore (H&M) 2 The top firm, CPE is very familiar with the scope of this project having just completed the recent truck haul project. CPE has extensive experience the state and federal permitting. Staff recommends approval of the final ranking and requests authorization to commence contract negotiations with CPE for this work. If contract negotiations are not successful with CPE, then staff is seeking authorization to commence contract negotiations with H&M with the objective of bringing an acceptable negotiated contract back to the Board for approval. FISCAL IMPACT: There is no fiscal impact at this time. Funding is available through Tourist Development Tax, Fund 195. A Budget Amendment will be required to transfer funds from Fund 195 reserves to perform this work. GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts as a result of this project at this time. ADVISORY COMMITTEE RECOMMENDATIONS: At the April 10, 2014 Coastal Advisory Council (CAC) meeting this item was unanimously approved by a 9 to 0 vote. At the April 28, 2014 Tourist Development Council (TDC) meeting this item was unanimously approved by a 7 to 0 vote. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires majority vote for approval. —CMG RECOMMENDATION: To approve the ranked list of design professionals pursuant to RFP No. 14-6228, "Collier County Beach Renourishment 15-year Permit," authorize staff to negotiate a contract with the top ranked firm for subsequent Board approval, and make a finding that this item promotes tourism. Prepared by: J. Gary McAlpin, PE Coastal Zone Management Manager of the Natural Resources Department Attachments: (1) Request for Proposal; and (2) Final Ranking Packet Page-593- 5/13/2014 16.A.19. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.19. Item Summary: Recommendation to approve the ranked list of design professionals pursuant to RFP No. 14-6228, "Collier County Beach Renourishment 15-year Permit," authorize staff to negotiate a contract with the top ranked firm for subsequent Board approval, and make a finding that this item promotes tourism. Meeting Date: 5/13/2014 Prepared By Name: HambrightGail Title: Accountant, Coastal Zone Management 4/24/2014 9:33:34 AM Submitted by Title: Accountant, Coastal Zone Management Name: HambrightGail 4/24/2014 9:33:35 AM Approved By Name: McAlpinGary Title: Manager-Coastal Management Programs, Coastal Zone Management Date: 4/25/2014 11:01:21 AM Name: LorenzWilliam Title: Director-CDES Engineering Services, Comprehensive Planning Date: 4/26/2014 11:46:59 AM Name: Tara Castillo Title: Management/Budget Analyst, Road Maintenance Date: 4/28/2014 3:29:08 PM Name: NorthrupAdam Title: Procurement Specialist, Purchasing&General Services Date: 4/28/2014 4:39:22 PM Packet Page-594- 5/13/2014 16.A.19. Name: WardKelsey Title: Manager-Procurement,Purchasing& General Services Date: 4/28/2014 4:39:31 PM Name: KearnsAllison Title: Manager Financial &Operational Support,Transportation Administration Date: 4/28/2014 4:51:15 PM Name: MarkiewiczJoanne Title: Director-Purchasing/General Services, Purchasing&General Services Date: 4/28/2014 8:00:18 PM Name: MarkiewiczJoanne Title: Director-Purchasing/General Services, Purchasing&General Services Date: 4/28/2014 8:30:03 PM Name: PuigJudy Title: Operations Analyst, Community Development&Environmental Services Date: 4/30/2014 3:26:59 PM Name: MarcellaJeanne Title: Executive Secretary, Transportation Planning Date: 4/30/2014 4:55:14 PM Name: GreeneColleen Title: Assistant County Attorney, CAO General Services Date: 5/1/2014 9:25:59 AM Name: OberrathKaren Title: Accountant, Senior, Grants Management Office Date: 5/2/2014 3:25:05 PM Name: GreeneColleen Title: Assistant County Attorney, CAO General Services Date: 5/5/2014 9:51:09 AM Name: FinnEd Title: Management/Budget Analyst, Senior, Transportation Engineering&Construction Management Date: 5/5/2014 10:13:14 AM Name: KlatzkowJeff Title: County Attorney, Date: 5/5/2014 11:01:53 AM Packet Page-595- 5/13/2014 16.A.19. Name: OchsLeo Title: County Manager, County Managers Office Date: 5/5/2014 5:07:48 PM Packet Page-596- 5/13/2014 16.A.19. REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. Colter C oumy n nistrat ve Services Division Purchasing COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation 14-6228 — Collier County Beach Renourishment 15 Year Permit 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. Y Putiasng Deparenent•3327 Tarn 31f11 TraiI Eas'•Nan es,Florida 34112 4901•www.colliergov net purchasing CCNA(Revision 01012014) Packet Page-597- 5/13/2014 16.A.19. Table of Contents LEGAL NOTICE 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS 15 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 19 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP 23 ATTACHMENT 1: CONSULTANT'S NON-RESPONSE STATEMENT 31 ATTACHMENT 2: CONSULTANT CHECK LIST 32 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT 33 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT 34 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION 36 ATTACHMENT 6: CONSULTANT SUBSTITUTE W—9 37 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS 39 ATTACHMENT 8: REFERENCE QUESTIONNAIRE 41 14-6228 Collier County Beach Renourishment 15 year permit 2 Packet Page -598- 5/13/2014 16.A.19. Administrative Services Division Purchasing Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide a 15 year beach renourishment permit will be received until 3:00PM, Naples local time, on March 14, 2014 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation 14-6228— Collier County Beach Renourishment 15 Year Permit Services to be provided may include, but not be limited to the following: Planning, execution and obtainment of a new 15 year Beach Renourishment Permit for Collier County. ® 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.collierdov.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/ourchasinct and in the Lobby of Purchasing Building "G", Collier County Government Center on 2/18/2014. 14-6228 Collier County Beach Renourishment 15 year permit 3 Packet Page -599- 5/13/2014 16.A.19. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Coastal Zone Management 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. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase The Board of County Commissioners of Collier County is seeking qualified firms capable of providing engineering services as required to obtain a 15-year multi-use Joint Coastal Permit (JCP) for Collier County's beach renourishment program. Background The existing 10-year renourishment permit will expire on 1/12/2015 and the County is desirous of having a new permit in place at that time. Detailed Scope of Work Collier County is desirous to permit a comprehensive renourishment program for its beaches under the new FDEP 15-year permit rules. The permit application will adhere to essentially the same project built in 2005-06 and planned for 2013, which will simplify permit processing. The project area extends along the Gulf Coast in Collier County, FL between FDEP monuments R-22 to R-79. The purpose of this scope of work is to secure a 15-year multi-use permit in order to perform routine or emergency nourishment along Collier County beaches. The permit will allow for Collier County to be ready for an emergency response to a major storm event with approved sand sources. Borrow Area T1 will be re-permitted for use as an offshore sand source. The permit will include the use of upland sand sources to supplement or substitute for an offshore sand source. The template will be a composite of the 2005/06 and 2013/14 design. The project will be designed with a 6 to 10-year project life, but will accommodate sea level rise during the project life. The permit application will request approval for two major nourishments from offshore sand sources supplemented by truck haul projects. In addition, multiple truck haul projects, every couple of years, using upland sand sources, will be requested as a substitute for dredging from offshore sand sources. The aim is to provide the County flexibility to change with the dredging market and needs of the County. The major differences between this permit applications compared to previous permits are as follows: 14-6228 Collier County Beach Renounshment 15 year permit 4 Packet Page-600- 5/13/2014 16.A.19. Beach management flexibility Permitting three types of projects — routine maintenance, major post-storm restoration, and emergency hot spot nourishment using both offshore sand source and truck haul from an upland sand source. • Emergency truck haul will be permitted to allow for quick sand placement above and below mean high water during an emergency situation. • Permit three (3) upland sand sources and Doctors Pass as a sand source to supplement the offshore sand source. Sea level rise incorporated into the design • This will allow for a progressively higher beach and dune template to help combat rising sea level. Longer design life • The current design life is variable, which will be changed to a design life of between 6 to 10 years to allow for beach management flexibility and economy. Longer permit length of 15 years • The FDEP permit length will allow fifteen (15) years or two beach nourishment events. If the permittee is unable to complete two events within 15 years, they may request an extension. • Request that the Corps accommodate this rule in their permitted length. Expedited permitting process if feasible • Reduce the time and cost for securing a new permit. • The FDEP project criteria for expediting the project is: Beach nourishment projects that are constructed and maintained with no substantial changes in project scope, and past performance indicates the project has met design expectations are eligible for a simplified and expedited permitting process. • The Corps stated that the permit processing would be straight forward as long as there were no major policy changes in such things as critical habitat, endangered species, or in basic conditions for their treatment. • An application for a new BOEM license will not be part of the scope of work. • The entire 2006 and 2013 fill lengths will be permitted, with the option of including gaps where no nourishment is required. Joint Coastal Permit Application 1. Prepare Joint Coastal Permit Application 14-6228 Collier County Beach Renourishment 15 year permit 5 Packet Page-601- 5/13/2014 16.A.19. • State and Federal permits and approvals will be required to implement future beach renourishment before the existing permit expires. Every effort should be made to seek and secure a 15-year permit. Evaluation and incorporation of existing and recently acquired design, geotechnical, and environmental documentation into a Florida Department of Environmental Protection (FDEP) Joint Coastal Permit (JCP) application package that presents the information in the approved agency format. New or additional field investigations or studies should be minimized and avoided. In addition to descriptive information, the permit application should include the appropriate sketches and drawings to graphically describe the project. The consultant will provide the draft JCP package to Collier County for review and comment. Electronic copies (Adobe Acrobat PDF format on CD-Rom) of the JCP application will be prepared and submitted to the FDEP for distribution and review. One (1) hard and electronic copy of the permit application will be submitted to the appropriate U.S. Army Corps of Engineers (USACE) representative responsible for project review and comment. Electronic copies will provided to other agencies as needed. The permit application will incorporate the results of the 2013 nourishment project. • The permit documents will include information pertinent to beach erosion, beach performance, environmental setting, design details in permit drawings, sand source criteria, and any other information deemed important by State and Federal agencies. The permit will also incorporate information developed in recently completed geotechnical investigations, engineering studies, and physical monitoring reports. 2. Administration • Administration includes coordination, meetings, progress and status updates, budget control, scheduling, planning, internal meetings, and other associated management tasks. 3. Pre-Application Meeting • Coordinate with the County and State and Federal resource protection agencies to schedule a project pre-application meeting. Schedule the pre-application meeting sufficiently in advance to allow those State and Federal agencies responsible for project evaluation to attend. Agencies that will be invited include the FDEP, USACE, National Marine Fisheries Service (NMFS), United States Fish and Wildlife Service (USFWS), and Florida Fish and Wildlife Conservation Commission (FWC). The purpose of the meeting will be to describe the design decisions that the County reached in formulating the proposed project. Goals of the pre-application meeting are to obtain agency input on the proposal, identify additional data needs and concerns, and develop responses to those issues before submittal of the JCP. By meeting with the agencies before formal submittal of the JCP, the critical tasks will be identify and criteria needed to process a 15-year permit. The FDEP has new rules for repeating nourishment projects that will reduce the amount of effort required, but they have not been finalized nor formally accepted by the USACE. One trip to Tallahassee with 14-6228 Collier County Beach Renourishment 15 year permit 6 Packet Page -602- 5/13/2014 16.A.19. County staff to meet and coordinate with the agencies should be included in this proposal. Consultation with the Corps of Engineers (USAGE) in Ft. Myers must occur to fully investigate criteria for an expedited permit process and a 15-year permit length, and how the Corps process can be integrated into the new FDEP procedures. Recommendations to the County based on the results of these meetings are required. 4. Prepare Engineering Sections • Prepare an updated engineering summary of the project area that will supplement previously submitted engineering reports. This summary will analyze recent trends and contain an updated sediment budget for the area. Update the design based upon previous design templates and maximize the design life where feasible. The design will account for historic volumetric and MHW change rates. The design will propose a progressively higher beach and dune design template in order to account for future sea level rise. Dune restoration and planting will also be included within the plan. This design methodology will be documented within the engineering summary for use in permitting. • Along with the engineering summary, prepare a project and construction description, project schedule, impact analysis, and other required engineering documents and drawings for the permit application. Permit sketches will be developed and finalized within this phase. The permit sketches will include a plan-view design with corresponding beach profile cross-sections along with borrow area design. • Results of the previous engineering, inlet and monitoring reports will be incorporated into the permit application. 5. Expedited Handling • The engineering report and attachments will make a case for an expedited FDEP permitting process. The criteria that beach nourishment projects that are constructed and maintained with no substantial changes in project scope,•and past performance indicates the project has met design expectations will be used for a simplified and expedited permitting process under the following criteria: i. Beach nourishment has been conducted at least once since the initial construction of the beach restoration; ii. Physical and biological site conditions have not changed since initial construction of the project that would result in a violation of water quality standards or a significant adverse impact to the coastal system; iii. Physical monitoring data and analysis has shown the project has performed according to design expectations; iv. The project has met performance expectations, with due regard for storm impacts, by maintaining the beach restoration project through the design nourishment interval; 14-6228 Collier County Beach Renourishment 15 year permit 7 Packet Page -603- 5/13/2014 16.A.19. v. The advance nourishment fill volume is not greater than the design volume used in the preceding maintenance events after an allowance for incidental erosion of the design profile (backshore berm); vi. Biological monitoring data and analysis has shown no additional adverse impacts greater than those anticipated by the original permitted project; vii. For the item f above, an analysis of actions at Blind Pass will address how they met FDEP Strategic Management Plan and Interlocal agreement criteria. viii. The applicant has conducted and submitted to the Department all the physical and biological monitoring data and analysis required by permits for the preceding project. 6. Prepare Environmental Sections • Biologists will review and compile updated environmental data (e.g. sea turtle nesting data, shorebird nesting, and hardbottom resources) that may be requested by FDEP and/or USACE. This will include pre-construction hardbottom biological monitoring data collected in August 2013 before the 2013 beach renourishment project. Coordinate with various agencies to obtain any additional data. No new field work should be required. • Environmental sections of the JCP application, including threatened and endangered species present, existing natural communities, wildlife surveys, biological resources, etc., will be prepared by a qualified biologist. Biologists will also provide additional information for the USAGE which may be required for consultation with USFWS and NMFS, such as the Manatee Biological Evaluation (USFWS) and the Section 7 Consultation Checklist (NMFS). Assist the USACE in preparing a public notice, consultation letter and advertising the public notice. • Based upon recent guidance, it is anticipated that the environmental information submitted with the JCP application and within the Manatee Biological Evaluation (USFWS) and Section 7 Consultation Checklist (NMFS) will be sufficient to satisfy NEPA requirements, including Endangered Species Act Section 7 Consultation with USFWS and NMFS and Essential Fish Habitat (EFH) consultation with NMFS. Assume that the USFWS Statewide Programmatic Biological Opinion (SPBO) for nesting sea turtles and the USFWS P3BO for piping plovers will apply to this project. If a hopper dredge is utilized for the project, then the terms and conditions from the NMFS Gulf of Mexico Regional BO (GRBO) should be applied. Use of a cutterhead dredge would require concurrence from NMFS with a "not likely to adversely affect" determination or a separate BO for this project. This scope of work should not include the preparation of a Biological Assessment (BA), EFH Assessment or Environmental Assessment; it is expected that the environmental data provided to USACE during the permit application phase will be adequate to obtain all agency approvals. The environmental and biological criteria needed to justify an expedited permitting process (62B-49.0055, see Section 2 above) will be integrated into this section. • Environmental, geology, and cultural resources documents developed for permitting and monitoring from the permit agencies for the Collier project over the 14-6228 Collier County Beach Renourishment 15 year permit 8 Packet Page -604- 5/13/2014 16.A.19. last 10 years will be assembled and organize on a CD for use by the permit agencies. This will provide an accessible reference for agency action on this repeat project. 7. Prepare Geology Sections • Results of the past geotechnical investigations will be incorporated into the permit application. Existing permit sketches of Borrow Area T1 should suffice. A compatibility analysis of the borrow areas will be developed for the permit application. No new field work is being proposed. • Design of a borrow area, preparation of permit sketches and assembling geotechnical data in FDEP format for permitting the Cape Romano sand source subject to availability of funding remaining in this task order after completion of RAI No. 1 response. No new research, investigation or analysis is assumed as part of this task. • Upland sources will be researched and characterized in addition to the offshore borrow areas. This will include a recent sand sample and laboratory report characterizing the sand supplier product suitable for Collier County beaches. This will allow flexibility of sand source options during emergency nourishment situations. A small report of local sand sources will be prepared along with an analysis of representative mine samples for use in permitting. 8. Prepare Special Plans • In addition to project-specific engineering and scientific information, the following items will be required to receive a permit for the project. These plans will be based on those prepared for the last permit and will be submitted as data acquisition allows: i. Sediment Quality Control/Quality Assurance (QA/QC) Plan: A revised Sediment QA/QC Plan will be developed and submitted to the FDEP for review and approval. The new plan will integrate the latest sediment data from the project area. Separate plans will be developed for the offshore borrow areas and upland sand sources. ii. Physical Monitoring Plan: The physical monitoring plan for the beach and offshore borrow area will be updated. Monitoring will consist of profile surveys of the beach and periodic surveys of the borrow areas. The plan will be submitted to FDEP for approval. iii. Biological Monitoring Plan: The biological monitoring plan for the beach will be updated, if needed. Monitoring will consist of various diver investigations of the nearshore hardbottom habitat. Results of the 2013 pre-construction dives will be included. 9. Respond to Agency Comments/RAI Phase • This task includes preparing responses for one (1) Request for Additional Information (RAI) from the Corps and FDEP, as well as travel to visit FDEP 14-6228 Collier County Beach Renourishment 15 year permit 9 Packet Page-605- 5/13/2014 16.A.19. offices one (1) time. The FDEP is using an extended information collection period in lieu of RAI No. 2, which will be covered in this task in conjunction with task E. Recommend actions to be taken by the County will be made should they be needed to move the permit process along. Recent experience shows that one round of RAI responses with an extended question period should address all the major issues. Anything beyond a first set of RAI and reasonable extended questions period or equivalent will be discussed with County staff to develop a course of action. Recent physical monitoring results will be provided to FDEP to supplement the permit application. 10. Finalize Permit Application Process • This task includes: Negotiating Permit and BO Requirements, Issuance of Public Notice, Response to Comments on Public Issuance, Coordination of Final Permit Issuance, and providing last-minute documents to assist agencies in issuing the permit • This proposed scope of work assumes that the following tasks will not be required based upon recent guidance: a chapter 62B-41.008h survey, Environmental Assessment, Biological Assessment, EFH Assessment, a new Division of Historic Resources investigation of the beach or borrow area, mitigation plan, modeling, and other major field investigations or reports. This scope of work does not include County permitting or other administrative actions. The pending BOEM lease will be good for at least 2 years, and no action will be included towards application of a newer lease. Permit fees will be provided by the County. 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 2/18/2014 Last Date for Receipt of Written Questions 3/06/2014, 3:00PM Solicitation Deadline Date and Time 3/14/2014, 3:00PM Anticipated Evaluation of Submittals April 2014 Anticipated Completion of Contract Negotiations May 2014 14-6228 Collier County Beach Renourishment 15 year permit 10 Packet Page-606- 5/13/2014 16.A.19. Anticipated Board of County Commissioner's Contract May 2014 I Approval Date Response Format The Consultant understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Consultant further agrees that if the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Consultant's approach and ability to meet the County's needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. 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. 2. Tab II, Firms Credentials and Experience (25 points) In this tab, include: • Provide a "not to exceed" two page "Firm Credential and Experience" narrative that identifies and highlights the firms credentials and experience relative to JCP multi-year beach renourishment permitting, success and cost effectiveness. 14-6228 Collier County Beach Renourishment 15 year permit 11 Packet Page -607- 5/13/2014 16.A.19. • Provide the resumes of key individual and qualifying experience relative to major beach renourishment JCP permitting that are available resources and assigned to this project. • 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 current list of projects in the format identified below: Project Original Final Project Number of Description Start Date End Date Budget Cost Change Orders 3. Tab III, Business Plan (25 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. 4. Tab IV, Discipline Experience (30 points) • Provide a list of projects that includes sufficient detailed description that outlines the firms experience in JCP multi-year beach renourishment permitting, success and cost effectiveness. 5. Tab V, 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. 14-6228 Collier County Beach Renourishment 15 year permit 12 Packet Page -608- 5/13/2014 16.A.19. • 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 Total Consultant Name Points Awarded Reference Score 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. 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. 6. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Consultant may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. 7. Tab VII, 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 14-6228 Collier County Beach Renourishment 15 year permit 13 Packet Page-609- 5/13/2014 16.A.19. 14-6228 Collier County Beach Renourishment 15 year permit 14 Packet Page-610- 5/13/2014 16.A.19. Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. 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. 14-6228 Collier County Beach Renourishment 15 year permit 15 Packet Page -611- 5/13/2014 16.A.19. 6. Delivery of Proposals All proposals are to be delivered before 3:00PM, Naples local time, on or before 03/14/2014 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 14-6228 Collier County Beach Renourishment 15 year permit 16 Packet Page -612- 5/13/2014 16.A.19. Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. 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. 14-6228 Collier County Beach Renourishment 15 year permit 17 Packet Page-613- 5/13/2014 16.A.19. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Consultant nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental 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, Firm Credentials and Experience 25 points Tab III, Business Plan 25 points Tab IV, Discipline Experience 30 points Tab V, 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. 14-6228 Collier County Beach Renourishment 15 year permit 18 Packet Page-614- 5/13/2014 16.A.19. Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer secure the lowest transportation rates This offer is subject to cancellation by the and to comply with all carrier COUNTY without notice if not accepted by regulations. Risk of loss of any goods VENDOR within fourteen (14) days of sold hereunder shall transfer to the issuance. COUNTY at the time and place of delivery; provided that risk of loss prior 2. Acceptance and Confirmation to actual receipt of the goods by the This Purchase Order (including all COUNTY nonetheless remain with documents attached to or referenced VENDOR. therein) constitutes the entire agreement b) No charges will be paid by the COUNTY between the parties, unless otherwise for packing, crating or cartage unless specifically noted by the COUNTY on the otherwise specifically stated in this face of this Purchase Order. Each delivery Purchase Order. Unless otherwise of goods and/or services received by the provided in Purchase Order, no invoices COUNTY from VENDOR shall be deemed to shall be issued nor payments made be upon the terms and conditions contained prior to delivery. Unless freight and in this Purchase Order. other charges are itemized, any discount will be taken on the full amount No additional terms may be added and of invoice. Purchase Order may not be changed except c) All shipments of goods scheduled on the by written instrument executed by the same day via the same route must be COUNTY. VENDOR is deemed to be on consolidated. Each shipping container notice that the COUNTY objects to any must be consecutively numbered and additional or different terms and conditions marked to show this Purchase Order contained in any acknowledgment, invoice number. The container and Purchase or other communication from VENDOR, Order numbers must be indicated on bill notwithstanding the COUNTY'S acceptance of lading. Packing slips must show or payment for any delivery of goods and/or Purchase Order number and must be services, or any similar act by VENDOR. included on each package of less than container load (LCL) shipments and/or 3. Inspection with each car load of equipment. The All goods and/or services delivered COUNTY reserves the right to refuse or hereunder shall be received subject to the return any shipment or equipment at COUNTY'S inspection and approval and VENDOR'S expense that is not marked payment therefore shall not constitute with Purchase Order numbers. acceptance. All payments are subject to VENDOR agrees to declare to the adjustment for shortage or rejection. All carrier the value of any shipment made defective or nonconforming goods will be under this Purchase Order and the full returned pursuant to VENDOR'S instruction invoice value of such shipment. at VENDOR'S expense. d) All invoices must contain the Purchase Order number and any other specific To the extent that a purchase order requires information as identified on the a series of performances by VENDOR, the Purchase Order. Discounts of prompt COUNTY prospectively reserves the right to payment will be computed from the date cancel the entire remainder of the Purchase of receipt of goods or from date of Order if goods and/or services provided receipt of invoices, whichever is later. early in the term of the Purchase Order are Payment will be made upon receipt of a non-conforming or otherwise rejected by the proper invoice and in compliance with COUNTY. Chapter 218, Fla. Stats., otherwise 4. Shipping and Invoices known as the "Local Government a) All goods are FOB destination and must Prompt Payment Act," and, pursuant to be suitably packed and prepared to 14-6228 Collier County Beach Renourishment 15 year permit 19 Packet Page -615- 5/13/2014 16.A.19. • the Board of County Commissioners Purchasing Policy. 8. Statutory Conformity Goods and services provided pursuant to 5. Time Is Of the Essence this Purchase Order, and their production Time for delivery of goods or performance of and transportation shall conform to all services under this Purchase Order is of the applicable laws, including but not limited to essence. Failure of VENDOR to meet the Occupational Health and Safety Act, the delivery schedules or deliver within a Federal Transportation Act and the Fair reasonable time, as interpreted by the Labor Standards Act, as well as any law or COUNTY in its sole judgment, shall entitle regulation noted on the face of the Purchase the COUNTY to seek all remedies available Order. to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses 9. Advertising incurred in enforcing its rights. VENDOR No VENDOR providing goods and services further agrees that undiscovered delivery of to the COUNTY shall advertise the fact that nonconforming goods and/or services is not it has contracted with the COUNTY for a waiver of the COUNTY'S right to insist goods and/or services, or appropriate or upon further compliance with all make use of the COUNTY'S name or other specifications. identifying marks or property without the prior written consent of the COUNTY'S 6. Changes Purchasing Department. The COUNTY may at any time and by written notice make changes to drawings 10. Indemnification and specifications, shipping instructions, VENDOR shall indemnify and hold harmless quantities and delivery schedules within the the COUNTY from any and all claims, general scope of this Purchase Order. including claims of negligence, costs and Should any such change increase or expenses, including but not limited to decrease the cost of, or the time required for attorneys' fees, arising from, caused by or performance of the Purchase Order, an related to the injury or death of any person equitable adjustment in the price and/or (including but not limited to employees and delivery schedule will be negotiated by the agents of VENDOR in the performance of COUNTY and VENDOR. Notwithstanding their duties or otherwise), or damage to the foregoing, VENDOR has an affirmative property (including property of the COUNTY obligation to give notice if the changes will or other persons), which arise out of or are decrease costs. Any claims for adjustment incident to the goods and/or services to be by VENDOR must be made within thirty (30) provided hereunder. days from the date the change is ordered or within such additional period of time as may 11. Warranty of Non-Infringement be agreed upon by the parties. VENDOR represents and warrants that all goods sold or services performed under this 7. Warranties Purchase Order are: a) in compliance with VENDOR expressly warrants that the goods applicable laws; b) do not infringe any and/or services covered by this Purchase patent, trademark, copyright or trade secret; Order will conform to the specifications, and c) do not constitute unfair competition. drawings, samples or other descriptions furnished or specified by the COUNTY, and VENDOR shall indemnify and hold harmless will be of satisfactory material and quality the COUNTY from and against any and all production, free from defects and sufficient claims, including claims of negligence, costs for the purpose intended. Goods shall be and expense, including but not limited to delivered free from any security interest or attorneys' fees, which arise from any claim, other lien, encumbrance or claim of any third suit or proceeding alleging that the party. These warranties shall survive COUNTY'S use of the goods and/or inspection, acceptance, passage of title and services provided under this Purchase Order payment by the COUNTY. are inconsistent with VENDOR'S 14-6228 Collier County Beach Renourishment 15 year permit 20 Packet Page-616- 5/13/2014 16.A.19. representations and warranties in section 11 14. Force Majeure (a). Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in If any claim which arises from VENDOR'S performance resulting from any cause breach of section 11 (a) has occurred, or is beyond their control, including, but without likely to occur, VENDOR may, at the limitation to war, strikes, civil disturbances COUNTY'S option, procure for the COUNTY and acts of nature. When VENDOR has the right to continue using the goods or knowledge of any actual or potential force services, or replace or modify the goods or majeure or other conditions which will delay services so that they become non-infringing, or threatens to delay timely performance of (without any material degradation in this Purchase Order, VENDOR shall performance, quality, functionality or immediately give notice thereof, including all additional cost to the COUNTY). relevant information with respects to what steps VENDOR is taking to complete 12. Insurance Requirements delivery of the goods and/or services to the The VENDOR, at its sole expense, shall COUNTY. provide commercial insurance of such type and with such terms and limits as may be 15. Assignment reasonably associated with the Purchase VENDOR may not assign this Purchase Order. Providing and maintaining adequate Order, nor any money due or to become due insurance coverage is a material obligation without the prior written consent of the of the VENDOR. All insurance policies shall COUNTY. Any assignment made without be executed through insurers authorized or such consent shall be deemed void. eligible to write policies in the State of Florida. 16. Taxes Goods and services procured subject to this 13. Compliance with Laws Purchase Order are exempt from Florida In fulfilling the terms of this Purchase Order, sales and use tax on real property, transient VENDOR agrees that it will comply with all rental property rented, tangible personal federal, state, and local laws, rules, codes, purchased or rented, or services purchased and ordinances that are applicable to the (Florida Statutes, Chapter 212), and from conduct of its business. By way of non- federal excise tax. exhaustive example, this shall include the American with Disabilities Act and all 17. Annual Appropriations prohibitions against discrimination on the The COUNTY'S performance and obligation basis of race, religion, sex creed, national to pay under this Purchase Order shall be origin, handicap, marital status, or veterans' contingent upon an annual appropriation of status. Further, VENDOR acknowledges funds. and without exception or stipulation shall be fully responsible for complying with the 18. Termination provisions of the Immigration Reform and This Purchase Order may be terminated at Control Act of 1986 as located at 8 U.S.C. any time by the COUNTY upon 30 days 1324, et seq. and regulations relating prior written notice to the VENDOR. This thereto, as either may be amended. Failure Purchase Order may be terminated by the awarded firm(s) to comply with the immediately by the COUNTY for breach by laws referenced herein shall constitute a VENDOR of the terms and conditions of this breach of the award agreement and the Purchase Order, provided that COUNTY has County shall have the discretion to provided VENDOR with notice of such unilaterally terminate said agreement breach and VENDOR has failed to cure immediately. Any breach of this provision within 10 days of receipt of such notice. may be regarded by the COUNTY as a material and substantial breach of the 19. General contract arising from this Purchase Order. a) This Purchase Order shall be governed by the laws of the State of Florida. The 14-6228 Collier County Beach Renourishment 15 year permit 21 Packet Page-617- 5/13/2014 16.A.19. venue for any action brought to d) The Vendor agrees to reimbursement of specifically enforce any of the terms and any travel expenses that may be conditions of this Purchase Order shall associated with this Purchase Order in be the Twentieth Judicial Circuit in and accordance with Florida Statute Chapter for Collier County, Florida 112.061, Per Diem and Travel b) Failure of the COUNTY to act Expenses for Public Officers, employees immediately in response to a breach of and authorized persons. this Purchase Order by VENDOR shall e) In the event of any conflict between or not constitute a waiver of breach. among the terms of any Contract Waiver of the COUNTY by any default Documents related to this Purchase by VENDOR hereunder shall not be Order, the terms of the Contract deemed a waiver of any subsequent Documents shall take precedence over default by VENDOR. the terms of the Purchase Order. To the c) All notices under this Purchase Order extent any terms and /or conditions of shall be sent to the respective this Purchase Order duplicate or overlap addresses on the face page by certified the Terms and Conditions of the mail, return receipt requested, by Contract Documents, the provisions of overnight courier service, or by personal the Terms and/or Conditions that are delivery and will be deemed effective most favorable to the County and/or upon receipt. Postage, delivery and provide the greatest protection to the other charges shall be paid by the County shall govern. sender. A party may change its address for notice by written notice complying with the requirements of this section. 14-6228 Collier County Beach Renourishment 15 year permit 22 Packet Page-618- 5/13/2014 16.A.19. 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 named as the Certificate Holder. 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.The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and 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 14-6228 Collier County Beach Renourishment 15 year permit 23 Packet Page-619- to provide notice. In the event of a reduction in the aggregate limit of any policy 5/13/2014 16.A.19. 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 80% 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 contractsiagreements, 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. 7. Public Records Compliance 14-6228 Collier County Beach Renourishment 15 year permit 24 Packet Page -620- 5/13/2014 16.A.19. 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. vvforr Orders on Fixed Term I1 CCoi tr actS 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 sore 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 traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." 14-6228 Collier County Beach Renourishment 15 year permit 25 Packet Page-621- 5/13/2014 16.A.19. 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 "'aches" 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 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 14-6228 Collier County Beach Renourishment 15 year permit 26 Packet Page-622- documents. Failure on the part of any Consultant to submit the required doc 5/13/2014 16.A.19. 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 Purchase Orders: The Consultant/Contractor/Vendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 14-6228 — Collier County Beach Renourishment 15 year permit will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this 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. 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. 14-6228 Collier County Beach Renourishment 15 year permit 27 Packet Page-623- 5/13/2014 16.A.19. 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.htmi) 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 prior 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 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 14-6228 Collier County Beach Renourishment 15 year permit 28 Packet Page-624- If required, Consultant/Vendor/ Contractor/ Proposer shall be responsible for the 5/13/2014 16.A.19. 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. Con tractor 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 (OHS) 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 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. 14-6228 Collier County Beach Renourishment 15 year permit 29 Packet Page-625- 5/13/2014 16.A.19. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verifv. It shall be the Consultant's responsibility to familiarize themselves with all rules and regulations governing this program. Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws 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. 14-6228 Collier County Beach Renourishment 15 year permit 30 Packet Page -626- CoUrer County 5/13/2014 16.A.19. Administrative Services Division 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 14-6228—Collier County Beach Renourishment 15 Year Permit 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 14-6228 Collier County Beach Renourishment 15 year permit 31 Packet Page -627- 5/13/2014 16.A.19. Cottr County AdministratiVe Services Division Purchasing Attachment 2: Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Adam Northrup, Procurement Strategist CCNA Solicitation: 14-6228—Collier County Beach Renourishment 15 Year Permit ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. l 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 14-6228 Collier County Beach Renourishment 15 year permit 32 Packet Page -628- GorCamay 5/13/2014 16.A.19. e 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 day of 20 by , who is personally known to me to be the for the Firm, OR who produced the following identification Notary Public My Commission Expires 14-6228 Collier County Beach Renourishment 15 year permit 33 Packet Page-629- 5/13/2014 16.A.19. Ozt, »r County f cirninistrative Services Division Purchasing Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: 14-6228—Collier County Beach Renourishment 15 Year Permit 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 Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number CCR # or CAGE Code Telephone: FAX: Signature by: (Typed and written) Title: 14-6228 Collier County Beach Renourishment 15 year permit 34 Packet Page-630- Additional Contact Information 5/13/2014 16.A.19. 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: 14-6228 Collier County Beach Renourishment 15 year permit 35 Packet Page-631- 5/13/2014 16.A.19. Cower County f r rai a++e cervt s D_osion Attachment 5: Immigration Affidavit Certification CCNA Solicitation: 14-6228 —Collier County Beach Renourishment 15 Year Permit 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 Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of 20_, by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 14-6228 Collier County Beach Renourishment 15 year permit 36 Packet Page -632- 5/13/2014 16.A.19. Vi Crounty Mnsnisiatve Services€ivision Purchasing Attachment 6: Consultant Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) Individual/Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification (D =Disregarded Entity, C= Corporation, P=Partnership) 3. Taxpayer 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 14-6228 Collier County Beach Renourishment 15 year permit 37 Packet Page -633- T 5/13/2014 16.A.19. Title Phone Number 14-6228 Collier County Beach Renourishment 15 year permit 38 Packet Page-634- 5/13/2014 16.A.19. • er County Administrative Services Division Purchasing 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 $ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/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 ContractorNendor/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. E 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 14-6228 Collier County Beach Renourishment 15 year permit 39 Packet Page -635- 5/13/2014 16.A.19. the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 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 14-6228 Collier County Beach Renourishment 15 year permit 40 Packet Page-636- 5/13/2014 16.A.19. co tt County Administrative Services Division Purchasing Attachment 8: Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: 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: Completion Date: Project Budget: 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: By 14-6228 Collier County Beach Renourishment 15 year permit 41 Packet Page -637- Packet Page -638- � ƒ q E m % 3 & m � iL._. (-) g a)z a \\ ° 7E Eƒ2 \ E ; CD -ti 113 ? 03 ¢ R = � � i # = ° 5 '- - \\dam? � CU / S � \< - m CD 5m \ ) $ 2 / \ ƒ CD » 2» » . = = . ' 2 CO « « © '' = \\C\%: 2 . 3 . . 01 � -, ,« % > . . -0 \� ) =( off\2 ? 1 w NI \ . ID E 0 0 �Q\\ 1.- 1114% N ? \\ E m » a\L\< ■ X 4 A_ / CD 0 ƒ • K3 _ : a\: g = 5 ° •.4. ° 2 � /\ (P 0 � »\ - ■ CD 5. N < ° \ \ � \\® - '411. ¥ .' R o R R % 5/13/2014 16.A.19.