Loading...
Agenda 05/13/2014 Item #16C5 5/13/2014 16.C.5. EXECUTIVE SUMMARY Recommendation to approve a contract with Atkins North America, Inc., in the amount of $261,874 under Request for Proposal Number 14-6221, "CEI and Related Services - U.S. 41 from C.R. 951 to Greenway Road,"Project Numbers 70045 and 73045. OBJECTIVE: Obtain professional construction engineering inspection (CEI) and related services for water and wastewater infrastructure relocations along U.S. 41 from C.R. 951 to Greenway Road. CONSIDERATIONS: The Florida Department of Transportation (FDOT) has begun a road widening improvement project along U.S. 41 from C.R. 951 to Greenway Road. The Collier County Water-Sewer District has water and wastewater infrastructure in the area that requires relocation to accommodate the FDOT project. CEI and related services provide an important on-site check and balance to the relocation of this infrastructure. The proposed scope of work for Project 70045, "FDOT Joint Project Agreements — Water" is consistent with the 2010 Water Capital Improvement Project(CIP)Update, Page 3 of 4, Line 87, as identified in the 2011 User Fee Rate Study. The proposed scope of work for Project 73045, "FDOT Joint Project Agreements - Sewer" is consistent with the 2010 Wastewater CIP Update, Page 2 of 4, Line 50, as identified in the 2011 User Fee Rate Study. Funding for project 70045 and 73045 is available in, and is consistent with,the FY2014 CIP Budget. On March 25, 2014, as Agenda Item 16C2, the Board of County Commissioners (Board) approved the selection committee rankings that selected Atkins North America, Inc., to provide the required CEI services, and authorized staff to enter into contract negotiations. The parties successfully negotiated a contract in the amount of$261,874. Atkins North America, Inc., is qualified and has extensive experience providing CEI services. FISCAL IMPACT: Funding is available in, and is consistent with,the FY2014 Capital Budget approved by the Board on September 19, 2013. The source of funding is Water User Fees Fund (412), and Wastewater User Fees Fund (414). The relocated assets will have an approximate life expectancy of 50 years and are not expected to generate additional annual operating costs. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires a majority vote for Board approval.—ERP GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, approve a contract with Atkins North America, Inc., in the amount of$261,874 under Request for Proposal Number 14-6221, "CEI and Related Services —U.S. 41 from C.R. 951 to Greenway Road," Project Numbers 70045 and 73045; and, authorize the Chair to sign and execute the contract after final approval by the County Attorney's Office. Prepared By: Nathan Beals, Project Manager, Public Utilities Planning and Project Management Department Attachments: 14-6221 Contract; 14-6221 Solicitation; 14-6221 Final Ranking Packet Page-827- 5/13/2014 16.C.5. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.5. Item Summary: Recommendation to approve a contract with Atkins North America, Inc., in the amount of $261,874 under Request for Proposal Number 14-6221, "CEI and Related Services - U.S. 41 from C.R. 951 to Greenway Road," Project Numbers 70045 and 73045. Meeting Date: 5/13/2014 Prepared By Name: Nathan Beals Title: Project Manager,Public Utilities Engineering 4/22/2014 3:06:23 PM Approved By Name: HapkeMargie Title: Recycling Coordinator, Solid Waste Date: 4/23/2014 3:22:09 PM Name: Steve Messner Title: Director-Water, Water Date: 4/23/2014 4:14:13 PM Name: JohnssenBeth Title: Director-Wastewater, Wastewater Date: 4/23/2014 4:23:26 PM Name: JacobsSusan Title: Operations Analyst, Public Utilities Division Date: 4/24/2014 8:42:50 AM Name: ChmelikTom Title: Director-Public Utilities Engineering,Public Utilities Engineering Date: 4/24/2014 10:17:25 AM Name: PajerCraig Title: Project Manager,Principal,Public Utilities Engineering Date: 4/24/2014 1:31:31 PM Packet Page-828- 5/13/2014 16.C.5. Name: BrilhartBrenda Title: Procurement Specialist, Purchasing&General Services Date: 4/24/2014 4:38:21 PM Name: WardKelsey Title: Manager-Procurement, Purchasing&General Services Date: 4/24/2014 5:10:31 PM Name: JohnsonScott Title: Procurement Specialist,Purchasing&General Services Date: 4/25/2014 11:17:17 AM Name: JohnsonScott Title: Procurement Specialist, Purchasing& General Services Date: 4/25/2014 11:17:27 AM Name: SunyakMark Title: Project Manager,Principal, Public Utilities Engineering Date: 4/25/2014 11:29:45 AM Name: PepinEmily Title: Assistant County Attorney, CAO Litigation Date: 4/25/2014 12:01:56 PM Name: ZautckeLaura Title: Management/Budget Analyst, Senior,Utilities Finance Operations Date: 4/25/2014 12:51:13 PM Name: YilmazGeorge Title: Administrator-Public Utilities, Public Utilities Division Date: 4/27/2014 11:50:46 AM Name: KlatzkowJeff Title: County Attorney, Date: 4/28/2014 9:02:13 AM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 4/29/2014 12:56:08 PM Name: OchsLeo Title: County Manager, County Managers Office Date: 4/29/2014 4:26:19 PM Packet Page-829- 5/13/2014 16.C.5. Packet Page -830- 5/13/2014 16.C.5. Contract# 14-6221 "Construction, Engineering, and Inspection (CEI) & Related Services for US41 from CR951 to Greenway" PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this day of , 2014 by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY" or "OWNER") and Atkins North America, Inc., authorized to do business in the State of Florida, whose business address is 4030 West Boy Scout Boulevard, Suite 700, Tampa, Florida 33607, (hereinafter referred to as the "CONSULTANT"). WITNESSETH: WHEREAS, the OWNER desires to obtain the professional Consulting services of the CONSULTANT concerning Construction, Engineering, and Inspection (CEI) & Related Services for US41 from CR951 to Greenway (hereinafter referred to as the "Project"), said services being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: Packet Page -831- CA 1 5/13/2014 16.C.5. ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to OWNER professional Construction, Engineering, and Inspection (CEI) & Related Services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the OWNER for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. 1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to OWNER. 1.5. CONSULTANT designates Michael R. Ryan PE, PMP, Sr. Project Engineer, a qualified licensed professional to serve as the CONSULTANT'S project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Packet Page-832- AO 2 �/ 5/13/2014 16.C.5. Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without OWNER'S prior written approval, and if so removed must be immediately replaced with a person acceptable to OWNER. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from Owner to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to OWNER. 1.7. The CONSULTANT represents to the OWNER that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the OWNER'S review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, 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, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Project or the services to be provided and performed by CONSULTANT hereunder. In the event of any conflicts in these requirements, the CONSULTANT shall notify the OWNER of such conflict and utilize its best professional judgment to advise OWNER regarding resolution of each such conflict. OWNER'S approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. Packet Page -833- A 3 5/13/2014 16.C.5. 1.7.1 The County reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to Consultant's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the County reserves the right to make sole determination regarding deductions. After notification of deficiency, if the Consultant fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the Consultant. The County may also deduct or charge the Consultant for services and/or items necessary to correct the deficiencies directly related to the Consultant's non-performance whether or not the County obtained substitute performance. 1.8. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without OWNER'S prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide OWNER prompt written notice of any such subpoenas. 1.9 As directed by OWNER, all plans and drawings referencing a specific geographic area must be submitted in an AutoCad Digital Exchange File (DXF) format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK(Real-Time Kinematic) GPS Network as provided by OWNER. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge-of-pavement- EOP, etc), and adhere to industry standard CAD specifications. Packet Page -834- 4 5/13/2014 16.C.5. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT If authorized in writing by OWNER through a Change Order to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in OWNER'S Purchasing Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by OWNER as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via an Amendment to this Agreement prior to starting such services. OWNER will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If OWNER determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to OWNER of the emergency within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT'S right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: 2.1. Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. Packet Page -835- CP 5 5/13/2014 16.C.5. 2.2. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, OWNER'S schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by OWNER when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT'S control and fault. 2.3 Providing renderings or models for OWNER'S use. 2.4 Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting OWNER in obtaining such process licensing. 2.5. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.6. Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by OWNER, other than visits to the Project site or OWNER's office. 2.7 Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.8. Preparing to serve or serving as a CONSULTANT or witness for OWNER in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). Packet Page -836- CP 6 5/13/2014 16.C.5. 2.9 Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE OWNER'S RESPONSIBILITIES 3.1. The OWNER shall designate in writing a project manager to act as OWNER'S representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define OWNER'S policies and decisions with respect to CONSULTANT'S services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: (a) The scope of services to be provided and performed by the CONSULTANT hereunder; (b) The time the CONSULTANT is obligated to commence and complete all such services; or (c) The amount of compensation the OWNER is obligated or committed to pay the CONSULTANT. 3.2. The Project Manager shall: (a) Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; (b) Provide all criteria and information requested by CONSULTANT as to OWNER's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; Packet Pae -837- CP 5/13/2014 16.0.5. (c) Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT'S disposal all available information in the OWNER'S possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; (d) Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and (e) Provide notice to CONSULTANT of any deficiencies or defects discovered by the OWNER with respect to the services to be rendered by CONSULTANT hereunder. ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from OWNER for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the OWNER, fires, floods, epidemics, quarantine regulations, strikes or lock-outs, then CONSULTANT shall notify OWNER in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. Packet Page -838- G� 8 5/13/2014 16.C.5. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT'S services from any cause whatsoever, including those for which OWNER may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONSULTANT'S sole remedy against OWNER will be the right to seek an extension of time to its schedule provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT'S compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4 Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the OWNER hereunder, the OWNER at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the OWNER's satisfaction that the CONSULTANT'S performance is or will shortly be back on schedule. 4.5 In no event shall any approval by OWNER authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by OWNER to CONSULTANT be deemed a waiver of any right or claim OWNER may have against CONSULTANT for delay or any other damages hereunder. Packet Pae-839- oAo 5/13/2014 16.C.5. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the OWNER for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. ARTICLE SIX OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by OWNER, CONSULTANT shall deliver to OWNER copies or originals of all records, documents, drawings, notes, tracings, plans, Auto CADD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). OWNER shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to OWNER the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring OWNER to pay any additional compensation, CONSULTANT hereby grants to OWNER a nonexclusive, irrevocable license in all of the Project Documents for OWNER'S use on this Project. CONSULTANT warrants to OWNER that it has full right and authority to grant this license to OWNER. Further, CONSULTANT consents to OWNER'S use of the Project Documents to complete the Project following CONSULTANT'S termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges OWNER may be making Project Documents available for review and information to various third parties and hereby consents to such use by OWNER. ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of Mi., IC\ litre frr m (a) the date of termination of this Packet Page -840- GPc' 10 wow 5/13/2014 16.C.5. Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. OWNER, or any duly authorized agents or representatives of OWNER, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnify and hold harmless OWNER, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2 All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3 All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this AnrPPmpnt shall name Collier County Government, Collier Packet Page-841- c��' 5/13/2014 16.C.5. County, Florida, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against OWNER for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by OWNER applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by OWNER applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4. CONSULTANT, its subconsultants and OWNER shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by OWNER, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5 All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT'S own staff, unless otherwise authorized in writing by the OWNER. The employment of, contract with, Packet Page -842- CAO? mom. 5/13/2014 16.C.5. or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the OWNER. No provision of this Agreement shall, however, be construed as constituting an agreement between the OWNER and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the OWNER beyond such as may then otherwise exist without regard to this Agreement. 10.2 Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. CONSULTANT also has identified each subconsultant and subcontractor it intends to utilize on the Project in Schedule F. All personnel, subconsultants and subcontractors identified in Schedule F shall not be removed or replaced without OWNER'S prior written consent. 10.3 CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the OWNER. Each subconsultant or subcontract agreement shall preserve and protect the rights of the OWNER under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the subconsulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub-subconsultants or sub-subcontractors. 10.4 CONSULTANT acknowledges and agrees that OWNER is a third party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, Packet Page-843- ��, 5/13/2014 16.C.5. however nothing in this Agreement shall be construed to create any contractual relationship between OWNER and any subconsultant or subcontractor. Further, all such contracts shall provide that, at Owner's discretion, they are assignable to OWNER upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT'S acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against OWNER arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT'S services nor payment by OWNER shall be deemed to be a waiver of any of OWNER'S rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for OWNER to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT'S failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT'S failure to properly and timely perform the services to be provided hereunder or as directed by OWNER, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT'S principals, officers or directors, or (d) CONSULTANT'S failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT'S failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The OWNER may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was Packet Page -844- CA 14 5/13/2014 16.C.5. excusable, or that OWNER otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against OWNER shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. OWNER shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against OWNER shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against OWNER, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. 12.4. Upon termination and as directed by Owner, the CONSULTANT shall deliver to the OWNER all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Section 6, that are in CONSULTANT'S possession or under its control. 12.5. The OWNER shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT'S sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6 In the event (i) OWNER fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment IC di IP nr CI irh n+her time as required by Florida's Prompt Packet Page-845- 15 CAO. 5/13/2014 16.C.5. Payment Act or (ii) OWNER otherwise persistently fails to fulfill some material obligation owed by OWNER to CONSULTANT under this Agreement, and (ii) OWNER has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after giving OWNER a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to OWNER of CONSULTANT'S intent to terminate this Agreement. If OWNER does not cure its default within fourteen (14) days after receipt of CONSULTANT'S written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the OWNER, terminate the Agreement and recover from the Owner payment for Services performed through the termination date, but in no event shall CONSULTANT be entitled to payment for Services not performed or any other damages from Owner. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth-In-Negotiation Certificate, attached hereto and incorporated herein as Schedule E, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT'S services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The Packet Page -846- i 5/13/2014 16.C.5. CONSULTANT agrees that the original Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the OWNER determines the Agreement price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. ARTICLE FOURTEEN CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the OWNER shall be in writing and shall be delivered by hand, by fax, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following OWNER'S address of record: Board of County Commissioners Collier County Florida Purchasing Department 3327 Tamiami Trail East Naples, FL 34112 Attention: Joanne Markiewicz, Director, Procurement Services Telephone: 239-252-8407 Fax: 239-252-6480 Packet Page -847- r40 5/13/2014 16.C.5. 16.2. All notices required or made pursuant to this Agreement to be given by the OWNER to the CONSULTANT shall be made in writing and shall be delivered by hand, by fax or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT'S address of record: Atkins North America, Inc. 1514 Broadway, Suite 201 Ft. Myers, FL 33901 Attn: Michael Ryan, PE, PMP Phone: (239) 334-72751 Fax: (239) 334-7277 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing OWNER, shall promote the best interests of OWNER and assume towards OWNER a duty of the highest trust, confidence, and fair dealing. 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of OWNER. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. Packet Page -848- cao 18 5/13/2014 16.C.5. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7 Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8 This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9 The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE Schedule E TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS RFP # 14-6221 Construction Engineering, and Inspection (CEI) & Related Services for US41 from CR951 to Greenway Terms and Conditions ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be Packet Page-849- �9 5/13/2014 16.C.5. brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1 CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to OWNER the Truth-In-Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT'S compensation shall be adjusted to exclude any sums by which OWNER determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2 By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by OWNER of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." Packet Page-850- iC 20 5/13/2014 16.C.5. ARTICLE TWENTY DISPUTE RESOLUTION 20.1 Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2 Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE 21 IMMIGRATION LAW COMPLIANCE 21.1 By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. ********** Packet Page-851- � o 5/13/2014 16.C.5. IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement for Construction, Engineering, and Inspection (CEI) & Related Services for US41 from CR951 to Greenway the day and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA, Dwight E. Brock, Clerk By: Date: By: Tom Henning, Chairman Approved as to Form and Legality: Assistant County Attorney Name Atkins North America, Inc. By: Witness Name and Title Name and Title Witness Name and Title Packet Page -852- C<lc 22 5/13/2014 16.C.5. SCHEDULE A— SCOPE OF SERVICES Contract# 14-6221 "Construction, Engineering, and Inspection (CEI) & Related Services for US41 from CR951 to Greenway" The purpose is to provide a lead CEI inspector and an alternate to coordinate with the Florida Department of Transportation (FDOT) CEI team for the relocation of Collier County Water- Sewer District (CCWSD) water and wastewater infrastructure along US41 between CR951 and Greenway Road. The relocations will be performed by the FDOT highway contractor. The entire three and a half miles of water main and force main will be relocated and need to be inspected. SCOPE OF WORK The construction engineering inspection (CEI) services will include, but not limited to, construction observation, daily log and construction documentation, photographic record, general coordination, construction progress meetings, observe inspections, substantial and final completion inspections, final construction certification, general project management, monitor project records, certifications, and manage as-constructed field drawings. TASK I — OBSERVATION AND DOCUMENTATION 1.1. Construction Observation — Inspector will coordinate with the FDOT CEI team and conduct on-site observations and inspections of all CCWSD infrastructure construction activities (including overnight tie-ins) on the project to ensure that all work is completed in accordance with the Contract Documents. The Inspector will inform an on-site representative of the construction contractor of any concerns related to conformance of the CCWSD work with the Contract Documents as an attempt to resolve any concern or issue on-site. If the concern or issue is not immediately resolved in the field, the Inspector shall inform the COUNTY Project Manager in writing about the concern or issue within eight (8) business hours, but not more than one (1) business day after the discovery of any concern or issue. This protocol will be initiated any time the Inspector becomes aware of any construction that is unsatisfactory, faulty or defective, does not conform to the Contract Documents, does not meet the requirements of any inspections, tests or approval required to be made, or has been damaged before final payment. Inspector will maintain a separate Issue Resolution Log documenting any issue or concern that is conveyed in writing to the COUNTY Project Manager, including any written directive resolving the issue or concern. 1.2. Daily Log and Construction Documentation — Inspector will prepare a daily log recording activities and details related to the CCWSD work on a form approved in Packet Page-853- coo A-1 5/13/2014 16.C.5. advance by the COUNTY and the FDOT CEI (this may include use of FDOT's Site Manager program). Information will be recorded in the daily log on each day construction activities occur. The daily log entries will record all aspects of the CCWSD infrastructure construction during that day including, but not limited to: construction crew (labor) details, equipment used, materials used, compliance testing and inspection performed, site conditions, trench conditions, backfill material used, dewatering methods, compaction methods, location of the work, and all relevant details related to the CCWSD Work. The Daily Log will reference the digital photographs and or video taken with appropriate file names and file locations. In addition to the construction details, the daily log will contain information related to: time and hours on the job site, weather conditions, data pertaining to questions of quantities of materials used, extras or deductions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, observations in general and specific observations in more detail as in observing test procedures, conformance inspection of materials and fitting, name plate data for equipment and material installed, and other information requested by the COUNTY. The daily log, photograph files and other construction documentation will be provided to the COUNTY by the CEI on a weekly basis on the first day of the week following the week of daily logs. 1.3. Photographic Record — Inspector will provide a comprehensive digital photographic record of CCWSD construction activities related to the Project. The digital file names will be referenced in the daily log along with a brief description of the photograph, the date and time of the photograph and the name of the photographer. The digital files will be submitted weekly to the COUNTY along with the construction documentation. Video, if taken to identify issues not easily determined by photograph, will be provided in digital format. 1.4. General Coordination — CEI will coordinate all activities related to the multiple- Beneficial Use of completed segments between the construction contractor, the CEI and the COUNTY. CEI will oversee substantial and final completion inspections, and prepare and maintain the punch list, including follow-up inspections to ensure that punch list items are corrected and/or completed. 1.5. Construction Progress Meetings — The CEI will attend scheduled FDOT progress meetings chaired by the FDOT CEI, with the construction contractor and the COUNTY to review project status and identify issues that may affect the Project. 1.6. Observe Inspections — The CEI will accompany visiting inspectors representing any regulatory agencies having jurisdiction over the Project and will record all discussions and the outcome of these regulatory inspections in the daily logs. Packet Page-854- A-2 5/13/2014 16.C.5. 1.7. Substantial and Final Completion Inspections — The CEI will conduct substantial completion inspections when requested by the construction contractor. During the substantial completion inspection the Inspector will prepare a punch list of items requiring completion or correction to the satisfaction of the CEI and the COUNTY. The CEI will be responsible for maintaining the punch-list and issuing updates to the punch- list on a weekly basis. The CEI will coordinate and participate in the final walk-through to ensure that the punch-list items are completed to the satisfaction of the CEI and the COUNTY. Upon the request of the construction contractor and concurrence of the COUNTY Project Manager, the CEI will conduct final completion inspections of portions of the project, as they are finished to determine if construction has been completed in accordance with the Contract Documents and the construction contractor has fulfilled all obligations therein. Based on the results of the final inspection, the CEI will judge the work complete or not complete. If the work is judged complete, the CEI will issue a "notice of final acceptance and recommendation for final payment". If the work is judged not complete, the CEI will issue written instructions to the construction contractor identifying the work judged not complete. Upon provision of the construction contractor evidence or assurance that the deficiencies noted above have been corrected or completed, a second final inspection will be scheduled to verify that the outstanding issues have been resolved and the CEI can issue a "notice of final acceptance and recommendation for final payment". 1.8. Final Construction Certification — Upon issuance of a "notice of final acceptance and recommendation for final payment" the CEI will provide a signed and sealed certification by a professional engineer in responsible charge of the work provided by the Inspector stating that the "Project has been completed by the construction contractor in accordance with the Plans and Specifications of the Contract Documents as amended". TASK II — CEI PROJECT MANAGEMENT SERVICES 2.1 General Project Management—The CEI will provide support services customarily related to the construction observation and inspection of similar projects including, but not limited to the following: 2.1.2. Participate in other meetings as described or implied herein. 2.1.3. Coordinate with FDOT CEI and review the construction contractor's monthly applications for payment and accompanying data and recommend approval of payments due to the construction contractor. The CEI's recommendation of any payment requested in an application for payment shall constitute a representation by the CEI to the COUNTY as an experienced and qualified professional, that based on CEI's onsite observations and inspections of construction in progress; that the construction quantities _ Packet Page-855- (A A 5/13/2014 16.C.5. in the applications for payment accurately reflects the progress of the work and that the payment is for work constructed in accordance with the Contract Documents. The CEI will process pay requests in coordination with the FDOT CEI. 2.1.4. The CEI will provide such field testing and verification that all materials, equipment and supplies installed or utilized on the Project are in full accordance with the Contract Documents and approved Shop Drawings provided by the ENGINEER. 2.1.5. Within one (1) month after the construction contractor completes all punchlist items to the satisfaction of the Inspector and the COUNTY and the CCWSD work is substantially complete in accordance with the Contract Documents, the CEI will provide a signed and sealed certification by a professional engineer registered in the State of Florida, that the Work was done under his supervision and performed in accordance with the Contract Documents, including all approved shop drawings and change orders except as noted. 2.2. Monitor Project Records — The CEI shall monitor all required Project records, including but not limited to delivery schedules, inventories and construction reports. 2.3. Certifications —The CEI shall prepare and submit certification packages to FDEP prior to close-out of the project. 2.4. As-Constructed Field Drawings — Inspector shall maintain red pencil "mark-up" notations and sketches on construction plans that reflect the actual details of constructed facilities. These Constructed Field Drawings will be used by the CEI to validate the "As Built" documentation provided by the construction contractor. The CEI will notify the ENGINEER and the construction contractor of any differences in the documents maintained by the general contractor and the CEI on a weekly basis for resolution by the ENGINEER. MISCELLANEOUS • Density testing (verification and QC) for backfill operations will be performed by FDOT and Contractor. • Contractor will perform all pressure and bacteriological testing and submit results to CEI. Packet Pape -856- 5/13/2014 16.C.5. SCHEDULE B BASIS OF COMPENSATION TIME AND MATERIAL 1. MONTHLY STATUS REPORTS B.1.1 As a condition precedent to payment, CONSULTANT shall submit to OWNER as part of its monthly invoice, a progress report reflecting the Project design and construction status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any then-authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. B1.1.1 All monthly status reports and invoices shall be mailed to the attention of Nathan Beals, PMP, Collier County Public Utilities, 3339 East Tamiami Trail, Suite 303, Naples, FL 34112, (239) 252-2583. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, OWNER agrees to make monthly payments to CONSULTANT based upon CONSULTANT'S Direct Labor Costs and Reimbursable Expenses in accordance with the terms stated below. Provided, however, in no event shall such compensation exceed the amounts set forth in the table below. TASK PHASE NOT TO EXCEED AMOUNT: 1. Observation & Documentation $232,650.00 2. CEi Project Management Services $ 29,224.00 TOTAL FEE (Total Tasks 1-2) I $261,874.00 B.2.2. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT'S personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment I to this Schedule B. B.2.3. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by OWNER, regarding CONSULTANT'S Direct Labor Costs incurred at the time of billing, to be reviewed and approved by OWNER. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, OWNER agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the Packet Page-857- B-1 5/13/2014 16.C.5. services to be provided. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provisions of Section 3.5.1 below. There shall be no overtime pay on Basic Services or Additional Services without OWNER'S prior written approval. B.2.5. The compensation provided for under Sections 2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6. Notwithstanding anything in this Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by OWNER, pending resolution of the dispute provided that OWNER continues to pay to CONSULTANT all amounts that OWNER does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. CONSULTANT shall submit, with each of the monthly status reports provided for under Section 1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees and Reimbursable Expenses earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by Owner. Additionally, the number of the purchase order granting approval for such services shall appear on all invoices. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT'S letterhead and must include the Purchase Order Number and the Project name and shall not be submitted more than one time monthly. B.3.3. Notwithstanding anything herein to the contrary, in no event may CONSULTANT'S monthly billings, on a cumulative basis, exceed the sum determined by multiplying the Packet Page-858- B-2 �'�� 5/13/2014 16.C.5. applicable not to exceed task limits set forth in the table in Section 2.1 by the percentage Owner has determined CONSULTANT has completed such task as of that particular monthly billing. B.3.4. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.5. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for Additional Services, CONSULTANT shall be limited to a maximum markup of 5% on the fees and expenses associated with such subconsultants and subcontractors. B.3.5.1 Reimbursable Expenses associated with Additional Services must comply with section 112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.5.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.5.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by OWNER. Such expenses, if approved by OWNER, may include coach airfare, standard accommodations and meals, all in accordance with section 112.061, F.S. Further, such expenses, if approved by OWNER, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.5.1.3. Permit Fees required by the Project. B.3.5.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. B.3.5.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the OWNER. Packet Page-859- B-3 (,\( 5/13/2014 16.C.5. SCHEDULE B — Attachment 1 Personnel Category Standard Hourly Rate Senior Project Engineer $157.00 Senior Utility Representative $105.00 Administrative / Clerical $ 62.00 Packet Page-860- B-4 \ ; 5/13/2014 16.C.5. SCHEDULE C PROJECT SCHEDULE The duration of the project Tasks 1 and 2 are expected to be twelve (12) months from Notice to Proceed (NTP) unless otherwise directed in the written NTP issued by the County Project Manager and/or his designee. C-I Packet Page -861- €■ 5/13/2014 16.C.5. SCHEDULE D INSURANCE COVERAGE (1) The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT'S sole responsibility. (2) The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. (3) Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the OWNER or as specified in this Agreement, whichever is longer. (4) Certificates of insurance (3 copies) acceptable to the OWNER shall be filed with the OWNER within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance polices required shall be provided to OWNER, on a timely basis, if requested by OWNER. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the OWNER. CONSULTANT shall also notify OWNER, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in n_, Packet Page-862- () 5/13/2014 16.C.5. the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. (5) All insurance coverages of the CONSULTANT shall be primary to any insurance or self insurance program carried by the OWNER applicable to this Project. (6) The acceptance by OWNER of any Certificate of Insurance does not constitute approval or agreement by the OWNER that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. (7) CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the OWNER. (8) Should at any time the CONSULTANT not maintain the insurance coverages required herein, the OWNER may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between OWNER and CONSULTANT. The OWNER shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the OWNER to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. (9) If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the Packet Page-863- C,ne 5/13/2014 16.C.5. CONSULTANT shall furnish to the OWNER, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the OWNER with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and OWNER may terminate the Agreement for cause. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Required by this Agreement? X Yes No (1) Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability (check one, if applicable) $100,000 Each Accident $500,000 Disease Aggregate $100,000 Disease Each Employee _X_ $500,000 Each Accident $500,000 Disease Aggregate $500,000 Disease Each Employee $1,000,000 Each Accident $1,000,000 Disease Aggregate $1,000,000 Disease Each Employee (2) The insurance company shall waive all claims rights against the OWNER and the policy shall be so endorsed. „_z Packet Page-864- Cho 5/13/2014 16.C.5. (3) United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. Applicable X Not Applicable (4) Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Applicable X Not Applicable COMMERCIAL GENERAL LIABILITY Required by this Agreement? X_Yes No (1) Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the OWNER of the work under this Agreement. Limits of Liability shall not be less than the following: General Aggregate $300,000 Products/Completed Operations Aggregate $300,000 Personal and Advertising Injury $300,000 Each Occurrence $300,000 Fire Damage $ 50,000 General Aggregate $500,000 Products/Completed Operations Aggregate $500,000 Personal and Advertising Injury $500,000 Each Occurrence $500,000 Fire Damage $ 50,000 Packet Page-865- CAS 5/13/2014 16.C.5. !X General Aggregate $2,000,000 Products/Completed Operations Aggregate $2,000,000 Personal and Advertising Injury $2,000,000 Each Occurrence $1,000,000 Fire Damage $ 50,000 (2) The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self-insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. (3) The OWNER, Collier County Government, shall be named as an Additional Insured and the policy shall be endorsed that such coverage shall be primary to any similar coverage carried by the OWNER. (4) Coverage shall be included for explosion, collapse or underground property damage claims. (5) Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. Applicable X Not Applicable (7) Aircraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Applicable X Not Applicable D-5 Packet Page-866- C 0 5/13/2014 16.C.5. AUTOMOBILE LIABILITY INSURANCE Required by this Agreement? _X_Yes No (1) Automobile Liability Insurance shall be maintained by the CONSULTANT for the ownership, maintenance or use of any owned, non-owned or hired vehicle with limits of not less than: Bodily Injury & Property Damage - $ 500,000 _X Bodily Injury & Property Damage- $1,000,000 UMBRELLA LIABILITY (1) Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. (2) The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. PROFESSIONAL LIABILITY INSURANCE Required by this Agreement? _X Yes No (1) Professional Liability Insurance shall be maintained by the CONSULTANT to insure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recover against OWNER as to any claims under this insurance. Such insurance shall have limits of not less than: of Packet Page-867- (C.ND) 5/13/2014 16.C.5. $ 500,000 each claim and in the aggregate X $1,000,000 each claim and in the aggregate $2,000,000 each claim and in the aggregate $5,000,000 each claim and in the aggregate (2) Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the OWNER. (3) The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the OWNER. (4) The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or OWNER, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to OWNER of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify OWNER by certified mail, within twenty- four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by OWNER. VALUABLE PAPERS INSURANCE (1) In the sole discretion of the County, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. r1 Packet Page -868- 5/13/2014 16.C.5. PROJECT PROFESSIONAL LIABILITY (1) If OWNER notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with OWNER and OWNER'S insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT'S professional liability policy. If no credit is available from CONSULTANT'S current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to OWNER. Should no credit accrue to OWNER, OWNER and CONSULTANT, agree to negotiate in good faith a credit on behalf of OWNER for the provision of project-specific professional liability insurance policy in consideration for a reduction in CONSULTANT'S self-insured retention and the risk of uninsured or underinsured consultants. (2) CONSULTANT agrees to provide the following information when requested by OWNER or OWNER'S Project Manager: a. The date the professional liability insurance renews. b. Current policy limits. c. Current deductibles/self-insured retention. d. Current underwriter. e. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. f. Cost of professional insurance as a percent of revenue. g. Affirmation that the design firm will complete a timely project errors and omissions application. (3) If OWNER elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and OWNER will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D D-R Packet Page-869- �` �� 5/13/2014 16.C.5. SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Atkins North America, Inc., hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning Construction, Engineering, and Inspection (CEI) & Related Services for US41 from CR951 to Greenway are accurate, complete and current as of the time of contracting. Atkins North America, Inc. BY: TITLE: DATE: F.1 Packet Page-870- 5/13/2014 16.C.5. SCHEDULE F KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS Name Personnel Category % of time Michael Ryan, PE, PMP Senior Project Engineer 5% Bill Blanton Senior Utility Representative 86% Sharon Kirkpatrick Administrative/Clerical 9% F.I Packet Page-871- �� 5/13/2014 16.C.5. REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. Colt, County Administrative Services Division punzhasing COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation RFP 14-6221 CEI & Related Services — US41 from CR951 to Greenway Brenda Brilhart, Procurement Strategist (239) 252-8446 (Telephone) (239) 252-6697(Fax) brendabrilhart@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. 0s1 Pur hasng Depar rent•3327 Tamiami Trail East•Napes,Florida 34112-4901•a ww coliiergov net/purchasing CCNA(Revision 01012014) Packet Page -872- 5/13/2014 16.C.5. Table of Contents LEGAL NOTICE 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS 8 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 12 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP 15 ATTACHMENT 1: CONSULTANT'S NON-RESPONSE STATEMENT 22 ATTACHMENT 2: CONSULTANT CHECK LIST 23 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT 24 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT 25 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION 27 ATTACHMENT 6: CONSULTANT SUBSTITUTE W—9 28 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS 29 ATTACHMENT 8: REFERENCE QUESTIONNAIRE 30 EXHIBIT A—SCOPE OF WORK RFP 14-6221 CEI SVCS US 41 to Greenway 2 Packet Page-873- 5/13/2014 16.C.5. der County Administrative Services Division Purchasing Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide Construction Engineering and Inspection Services for the US 41 (CR951 to Greenway) project will be received until 4:00 PM, Naples local time, on February 6, 2014 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation CEI & Related Services — US41 from CR951 to Greenway Services to be provided may include, but not be limited to the following: The construction engineering inspection (CEI) services will include, but not limited to, construction observation, daily log and construction documentation, photographic record, general coordination, construction progress meetings, observe inspections, substantial and final completion inspections, final construction certification, general project management, monitor project records, certifications, and manage as-constructed field drawings. 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.collieroov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz Interim Purchasing & General Services Director This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Purchasing Building "G", Collier County Government Center on January 16, 2014. RFP 14-6221 CEI SVCS US 41 to Greenway 3 Packet Page-874- 5/13/2014 16.C.5. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Public Utilities Planning and Project 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. Background The purpose is to provide a lead CEI inspector and an alternate to coordinate with the Florida Department of Transportation (FDOT) CEI team for the relocation of Collier County Water- Sewer District (CCWSD) water and wastewater infrastructure along US41 between CR951 and Greenway Road. The relocations will be performed by the FDOT highway contractor. The entire three and a half miles of water main and force main will be relocated and need to be inspected. The proposing firm's designated inspector (and their alternate) shall have experience providing CEI services within the CCWSD using the Collier County Utilities Standards Manual, working with FDOT, and be familiar with the Florida Department of Environmental Protection (FDEP) permitting procedures. Detailed Scope of Work—See Exhibit A Term of Contract The contract term, if an award(s) is/are made is intended to be for two years with two, one (1) year renewal periods. 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 1/16/14 Last Date for Receipt of Written Questions 5:00 PM 1/30/14 Non-Mandatory pre-solicitation meeting N/A Addendum Issued By 2/3/14 Solicitation Deadline Date and Time 4:00 PM 2/6/14 Anticipated Evaluation of Submittals Week of 2/9/14 Anticipated Completion of Contract Negotiations By 2/28/14 Anticipated Board of County Commissioner's Approval Date By 3/31/14 RFP 14-6221 CEI SVCS US 41 to Greenway 4 Packet Page-875- 5/13/2014 16.C.5. 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/ Management Summary (Maximum Pages 2 / Maximum 10 Points) In this tab, include: Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. • Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Consultant's certification that the Consultant will accept any awards as a result of this RFP. If services to be provided involve or are related to a physical site(s), including, but not limited to: design services for construction, physical monitoring, environmental studies, inspections or other similar activities, prior to submission of proposal, proposers may visit the site(s) to become familiar with local conditions that may in any manner affect performance of the Work. This site visit shall be documented in writing by the proposer; this documentation shall be submitted with the proposal. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to this Agreement as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the awarded proposer, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 2. Tab II, Business Plan (Maximum Pages 5/ Maximum Points 25) In this tab, include: • Detailed plan of approach (including major tasks and sub-tasks). • 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. RFP 14-6221 CEI SVCS US 41 to Greenway 5 Packet Page-876- 5/13/2014 16.C.5. 3. Tab III, Experience and Capacity of Firm (Maximum Pages 5/ Maximum Points 25) In this tab, include • Provide information that documents Consultant's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Provide details of risks that may be associated with the project and how the firm may overcome those risks. • Provide details of unique benefits that the firm offers on this project. • Provide current list of projects in the format identified below: Project Original Final Project Number of Start Date End Date Change Description Budget Cost Orders 4. Tab IV, Specialized Expertise of Team Members (Maximum Pages 10/ Maximum Points 30) In this tab, include Description of the proposed and alternate contract team and the role to be played by each member of the proposed team. • Describe the various team members' successful experience in working with one another on previous projects. • Attach resumes of all proposed and alternate project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • 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. 5. Tab V, References—5 Completed and Returned (Maximum Pages 5/ Maximum Points 10) In order for the Consultant to be awarded any points for this tab, the County requests that the Consultant submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the Consultant in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Consultant's information provided in this area: • The County will total each of the Consultant's five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Consultants who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the Consultant who has the highest score. • The next highest Consultant's number of points will be divided by the highest Consultant's points which will then be multiplied by criteria points to determine the Consultant's points awarded. Each subsequent Consultant's point score will be calculated in the same manner. • Points awarded will be extended to the whole number per Microsoft Excel. RFP 14-6221 CEI SVCS US 41 to Greenway 6 Packet Page-877- 5/13/2014 16.C.5. 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 10 Consultant DEF 435 8.9 Consultant GHI 425 8.7 Consultant JKL 385 7.9 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 • Other: License, Certifications, etc. RFP 14-6221 CEI SVCS US 41 to Greenway 7 Packet Page -878- 5/13/2014 16.C.5. 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. 6. Delivery of Proposals All proposals are to be delivered before 4:00 PM, Naples local time, on or before February 6, 2014 to: RFP 14-6221 CEI SVCS US 41 to Greenway 8 Packet Page -879- 5/13/2014 16.C.5. Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, 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. If submitting manually, Consultants must submit one (1) paper copy clearly labeled "Master," and one (1) compact disks (CD's)with one copy of the proposal on each CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Consultant makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3) firms, the Purchasing Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: A. The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. B. Request for Proposals issued. C. 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. RFP 14-6221 CEI SVCS US 41 to Greenway 9 Packet Page-880- 5/13/2014 16.C.5. D. 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. E. The committee members will review each Proposal individually and score each proposal based on the evaluation criteria stated herein. F. 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. G. 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. H. 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. I. 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. J. Negotiations shall begin with the top-ranked firm(s) in accordance with Florida Statute 287.055. K. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Consultant nor obligates the County in any manner. 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 RFP 14-6221 CEI SVCS US 41 to Greenway 10 Packet Page-881- 5/13/2014 16.C.5. 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 I, Cover Letter/ Management Summary 10 Tab II, Business Plan 25 Tab III, Experience and Capacity of the Firm 25 Tab IV, Specialized Expertise of Team Members 30 Tab V, References 10 TOTAL POINTS 100 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. RFP 14-6221 CEI SVCS US 41 to Greenway 11 Packet Page -882- 5/13/2014 16.C.5. Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer Unless otherwise provided in Purchase Order, This offer is subject to cancellation by the no invoices shall be issued nor payments COUNTY without notice if not accepted by made prior to delivery. Unless freight and VENDOR within fourteen (14) days of issuance. other charges are itemized, any discount will be taken on the full amount of invoice. 2. Acceptance and Confirmation c) All shipments of goods scheduled on the same This Purchase Order (including all documents day via the same route must be consolidated. attached to or referenced therein) constitutes Each shipping container must be the entire agreement between the parties, unless consecutively numbered and marked to show otherwise specifically noted by the COUNTY on this Purchase Order number. The container the face of this Purchase Order. Each delivery of and Purchase Order numbers must be goods and/or services received by the COUNTY indicated on bill of lading. Packing slips must from VENDOR shall be deemed to be upon the show Purchase Order number and must be terms and conditions contained in this Purchase included on each package of less than Order. container load (LCL) shipments and/or with each car load of equipment. The COUNTY No additional terms may be added and Purchase reserves the right to refuse or return any Order may not be changed except by written shipment or equipment at VENDOR'S instrument executed by the COUNTY. VENDOR expense that is not marked with Purchase is deemed to be on notice that the COUNTY Order numbers. VENDOR agrees to declare objects to any additional or different terms and to the carrier the value of any shipment made conditions contained in any acknowledgment, under this Purchase Order and the full invoice invoice or other communication from VENDOR, value of such shipment. notwithstanding the COUNTY'S acceptance or d) All invoices must contain the Purchase Order payment for any delivery of goods and/or services, number and any other specific information as or any similar act by VENDOR. identified on the Purchase Order. Discounts of prompt payment will be computed from the 3. Inspection date of receipt of goods or from date of receipt All goods and/or services delivered hereunder of invoices, whichever is later. Payment will shall be received subject to the COUNTY'S be made upon receipt of a proper invoice and inspection and approval and payment therefore in compliance with Chapter 218, Fla. Stats., shall not constitute acceptance. All payments are otherwise known as the "Local Government subject to adjustment for shortage or rejection. All Prompt Payment Act," and, pursuant to the defective or nonconforming goods will be returned Board of County Commissioners Purchasing pursuant to VENDOR'S instruction at VENDOR'S Policy. expense. 5. Time Is Of the Essence To the extent that a purchase order requires a Time for delivery of goods or performance of series of performances by VENDOR, the services under this Purchase Order is of the COUNTY prospectively reserves the right to essence. Failure of VENDOR to meet delivery cancel the entire remainder of the Purchase Order schedules or deliver within a reasonable time, as if goods and/or services provided early in the term interpreted by the COUNTY in its sole judgment, of the Purchase Order are non-conforming or shall entitle the COUNTY to seek all remedies otherwise rejected by the COUNTY. available to it at law or in equity. VENDOR agrees 4. Shipping and Invoices to reimburse the COUNTY for any expenses a) All goods are FOB destination and must be incurred in enforcing its rights. VENDOR further suitably packed and prepared to secure the agrees that undiscovered delivery of lowest transportation rates and to comply with nonconforming goods and/or services is not a all carrier regulations. Risk of loss of any waiver of the COUNTY'S right to insist upon goods sold hereunder shall transfer to the further compliance with all specifications. COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt 6. Changes of the goods by the COUNTY nonetheless The COUNTY may at any time and by written remain with VENDOR. notice make changes to drawings and b) No charges will be paid by the COUNTY for specifications, shipping instructions, quantities and packing, crating or cartage unless otherwise delivery schedules within the general scope of this specifically stated in this Purchase Order. Purchase Order. Should any such change RFP 14-6221 CEI SVCS US 41 to Greenway 12 Packet Page-883- 5/13/2014 16.C.5. increase or decrease the cost of, or the time arise out of or are incident to the goods and/or required for performance of the Purchase Order, services to be provided hereunder. an equitable adjustment in the price and/or delivery schedule will be negotiated by the 11. Warranty of Non-Infringement COUNTY and VENDOR. Notwithstanding the VENDOR represents and warrants that all goods foregoing, VENDOR has an affirmative obligation sold or services performed under this Purchase to give notice if the changes will decrease costs. Order are: a) in compliance with applicable laws; Any claims for adjustment by VENDOR must be b) do not infringe any patent, trademark, copyright made within thirty (30) days from the date the or trade secret; and c) do not constitute unfair change is ordered or within such additional period competition. of time as may be agreed upon by the parties. VENDOR shall indemnify and hold harmless the 7. Warranties COUNTY from and against any and all claims, VENDOR expressly warrants that the goods including claims of negligence, costs and expense, and/or services covered by this Purchase Order including but not limited to attorneys' fees, which will conform to the specifications, drawings, arise from any claim, suit or proceeding alleging samples or other descriptions furnished or that the COUNTY'S use of the goods and/or specified by the COUNTY, and will be of services provided under this Purchase Order are satisfactory material and quality production, free inconsistent with VENDOR'S representations and from defects and sufficient for the purpose warranties in section 11 (a). intended. Goods shall be delivered free from any security interest or other lien, encumbrance or If any claim which arises from VENDOR'S breach claim of any third party. These warranties shall of section 11 (a) has occurred, or is likely to occur, survive inspection, acceptance, passage of title VENDOR may, at the COUNTY'S option, procure and payment by the COUNTY. for the COUNTY the right to continue using the goods or services, or replace or modify the goods 8. Statutory Conformity or services so that they become non-infringing, Goods and services provided pursuant to this (without any material degradation in performance, Purchase Order, and their production and quality, functionality or additional cost to the transportation shall conform to all applicable laws, COUNTY). including but not limited to the Occupational Health and Safety Act, the Federal Transportation 12. Insurance Requirements Act and the Fair Labor Standards Act, as well as The VENDOR, at its sole expense, shall provide any law or regulation noted on the face of the commercial insurance of such type and with such Purchase Order. terms and limits as may be reasonably associated with the Purchase Order. Providing and 9. Advertising maintaining adequate insurance coverage is a No VENDOR providing goods and services to the material obligation of the VENDOR. All insurance COUNTY shall advertise the fact that it has policies shall be executed through insurers contracted with the COUNTY for goods and/or authorized or eligible to write policies in the State services, or appropriate or make use of the of Florida. COUNTY'S name or other identifying marks or property without the prior written consent of the 13. Compliance with Laws COUNTY'S Purchasing Department. In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, 10. Indemnification state, and local laws, rules, codes, and ordinances VENDOR shall indemnify and hold harmless the that are applicable to the conduct of its business. COUNTY from any and all claims, including claims By way of non-exhaustive example, this shall of negligence, costs and expenses, including but include the American with Disabilities Act and all not limited to attorneys' fees, arising from, caused prohibitions against discrimination on the basis of by or related to the injury or death of any person race, religion, sex creed, national origin, handicap, (including but not limited to employees and agents marital status, or veterans' status. Further, of VENDOR in the performance of their duties or VENDOR acknowledges and without exception or otherwise), or damage to property (including stipulation shall be fully responsible for complying property of the COUNTY or other persons), which with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et RFP 14-6221 CEI SVCS US 41 to Greenway 13 Packet Page-884- 5/13/2014 16.C.5. seq. and regulations relating thereto, as either breach by VENDOR of the terms and conditions of may be amended. Failure by the awarded firm(s) this Purchase Order, provided that COUNTY has to comply with the laws referenced herein shall provided VENDOR with notice of such breach and constitute a breach of the award agreement and VENDOR has failed to cure within 10 days of the County shall have the discretion to unilaterally receipt of such notice. terminate said agreement immediately. Any breach of this provision may be regarded by the 19. General COUNTY as a material and substantial breach of a) This Purchase Order shall be governed by the the contract arising from this Purchase Order. laws of the State of Florida. The venue for any action brought to specifically enforce any 14. Force Majeure of the terms and conditions of this Purchase Neither the COUNTY nor VENDOR shall be Order shall be the Twentieth Judicial Circuit in responsible for any delay or failure in performance and for Collier County, Florida resulting from any cause beyond their control, b) Failure of the COUNTY to act immediately in including, but without limitation to war, strikes, civil response to a breach of this Purchase Order disturbances and acts of nature. When VENDOR by VENDOR shall not constitute a waiver of has knowledge of any actual or potential force breach. Waiver of the COUNTY by any • majeure or other conditions which will delay or default by VENDOR hereunder shall not be threatens to delay timely performance of this deemed a waiver of any subsequent default by Purchase Order, VENDOR shall immediately give VENDOR. notice thereof, including all relevant information c) All notices under this Purchase Order shall be with respects to what steps VENDOR is taking to sent to the respective addresses on the face complete delivery of the goods and/or services to page by certified mail, return receipt the COUNTY. requested, by overnight courier service, or by personal delivery and will be deemed effective 15. Assignment upon receipt. Postage, delivery and other VENDOR may not assign this Purchase Order, nor charges shall be paid by the sender. A party any money due or to become due without the prior may change its address for notice by written written consent of the COUNTY. Any assignment notice complying with the requirements of this made without such consent shall be deemed void. section. d) The Vendor agrees to reimbursement of any 16. Taxes travel expenses that may be associated with Goods and services procured subject to this this Purchase Order in accordance with Purchase Order are exempt from Florida sales Florida Statute Chapter 112.061, Per Diem and use tax on real property, transient rental and Travel Expenses for Public Officers, property rented, tangible personal purchased or employees and authorized persons. rented, or services purchased (Florida Statutes, e) In the event of any conflict between or among Chapter 212), and from federal excise tax. the terms of any Contract Documents related to this Purchase Order, the terms of the 17. Annual Appropriations Contract Documents shall take precedence The COUNTY'S performance and obligation to over the terms of the Purchase Order. To the pay under this Purchase Order shall be contingent extent any terms and /or conditions of this upon an annual appropriation of funds. Purchase Order duplicate or overlap the Terms and Conditions of the Contract 18. Termination Documents, the provisions of the Terms This Purchase Order may be terminated at any and/or Conditions that are most favorable to time by the COUNTY upon 30 days prior written the County and/or provide the greatest notice to the VENDOR. This Purchase Order may protection to the County shall govern. be terminated immediately by the COUNTY for RFP 14-6221 CEI SVCS US 41 to Greenway 14 Packet Page -885- 5/13/2014 16.C.5. 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 to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. RFP 14-6221 CEI SVCS US 41 to Greenway 15 Packet Page -886- 5/13/2014 16.C.5. 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 75% or more of the solicitation amount for said work. 5. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Consultant's facilities/project site during and after each work assignment the Consultant is performing. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Consultant shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Consultant. 7. Public Records Compliance 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. RFP 14-6221 CEI SVCS US 41 to Greenway 16 Packet Page-887- 5/13/2014 16.C.5. 8. 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 @collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional—payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance RFP 14-6221 CEI SVCS US 41 to Greenway 17 Packet Page -888- 5/13/2014 16.C.5. 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. 9. 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. 10. Licenses The Consultant is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Consultant to submit the required documentation may be grounds to deem Consultant non-responsive. A Consultant, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must 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. 11. Survivability The Consultant agrees that any Purchase Order that extends beyond the expiration date of Solicitation 14-6221 resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Purchase Order. 12. 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. RFP 14-6221 CEI SVCS US 41 to Greenway 18 Packet Page -889- 5/13/2014 16.C.5. 13. 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. 14. Termination Should the Consultant be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 15. Lobbying 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. 16. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide 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. 17. 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. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 18. 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 RFP 14-6221 CEI SVCS US 41 to Greenway 19 Packet Page-890- 5/13/2014 16.C.5. 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. 19. Public Entity Crime A person or affiliate who has been placed on the convicted Consultant list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for 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. 20. Security and Background Checks If required, Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 21. Conflict of Interest Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and 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. 22. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of 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. RFP 14-6221 CD SVCS US 41 to Greenway 20 Packet Page-891- 5/13/2014 16.C.5. 23. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Consultants 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 Consultant does not comply with providing the acceptable E-Verify evidence and the executed affidavit the Consultant's proposal may be deemed non-responsive. Additionally, Consultants shall require all subcontracted Consultants to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the Consultant's responsibility to familiarize themselves with all rules and regulations governing this program. Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et 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. RFP 14-6221 CEI SVCS US 41 to Greenway 21 Packet Page-892- 5/13/2014 16.C.5. Coif e;!rCounty Adminiative Services Dvisicn 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 RFP 14-6221 CEI & Related Services— US41 from CR951 to Greenway for the following reason(s): Services requested not available through our company. n Our firm could not meet specifications/scope of work. n Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. n Insufficient time allowed for preparation of response. n Incorrect address used. Please correct mailing address: n Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date RFP 14-6221 CEI SVCS US 41 to Greenway 22 Packet Page-893- 5/13/2014 16.C.5. cortier county Administrative Services vision 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: Brenda Brilhart, Procurement Strategist CCNA Solicitation: RFP 14-6221 CEI & Related Services — US41 from CR951 to Greenway ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date RFP 14-6221 CEI SVCS US 41 to Greenway 23 Packet Page-894- 5/13/2014 16.C.5. Cv er County Administrative Serum D vision 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 RFP 14-6221 CEI SVCS US 41 to Greenway 24 Packet Page-895- 5/13/2014 16.C.5. 31kr Cc . rty Adrninistrative Services Division Purchasing Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: RFP 14-6221 CEI & Related Services— US41 from CR951 to Greenway 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 20_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: RFP 14-6221 CEI SVCS US 41 to Greenway 25 Packet Page -896- 5/13/2014 16.C.5. Additional Contact Information Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City, State,ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State,ZIP Telephone: Email: RFP 14-6221 CEI SVCS US 41 to Greenway 26 Packet Page -897- 5/13/2014 16.C.5. Coe-r County Administrative Services(Division Purchasing Attachment 5: Immigration Affidavit Certification CCNA Solicitation: RFP 14-6221 CEI & Related Services— US41 from CR951 to Greenway 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 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 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. RFP 14-6221 CEI SVCS US 41 to Greenway 27 Packet Page-898- 5/13/2014 16.C.5. corker county Administrative services Division 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 Title Phone Number RFP 14-6221 CEI SVCS US 41 to Greenway 28 Packet Page-899- 5/13/2014 16.C.5. Co e- C►,mty Adrr riistrati#e 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 $500.000 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. ® Other insurance as ❑Watercraft $ Per Occurrence noted: El United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $1,000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ 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, RFP 14-6221 CEI SVCS US 41 to Greenway 29 Packet Page -900- 5/13/2014 16.C.5. cashiers' check or an irrevocable letter of credit, a cash bond posted with me 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 Collier County Adrn,nisTrative Services DRvisibn Ducha;ing Attachment 8: Reference Questionnaire Solicitation: RFP 14-6221 CEI & Related Services— US41 from CR951 to Greenway RFP 14-6221 CEI SVCS US 41 to Greenway 30 Packet Page-901- 5/13/2014 16.C.5. 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 Close out project process (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 County 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 RFP 14-6221 CEI SVCS US 41 to Greenway 31 Packet Page-902- 5/13/2014 16.C.5. EXHIBIT A Scope of Work, Specifications and Response Format Brief Description The construction engineering inspection (CEI) services will include, but not limited to, construction observation, daily log and construction documentation, photographic record, general coordination, construction progress meetings, observe inspections, substantial and final completion inspections, final construction certification, general project management, monitor project records, certifications, and manage as-constructed field drawings. Estimated Construction cost: $5.2 million. Background The purpose is to provide a lead CEI inspector and an alternate to coordinate with the Florida Department of Transportation (FDOT) CEI team for the relocation of Collier County Water-Sewer District (CCWSD) water and wastewater infrastructure along US41 between CR951 and Greenway Road. The relocations will be performed by the FDOT highway contractor. The entire three and a half miles of water main and force main will be relocated and need to be inspected. The proposing firm's designated inspector (and their alternate) shall have experience providing CEI services within the CCWSD using the Collier County Utilities Standards Manual, working with FDOT, and be familiar with the Florida Department of Environmental Protection (FDEP) permitting procedures. Detailed Scope of Work TASK I —OBSERVATION AND DOCUMENTATION 1.1. Construction Observation — Inspector will coordinate with the FDOT CEI team and conduct on-site observations and inspections of all CCWSD infrastructure construction activities (including overnight tie- ins) on the project to ensure that all work is completed in accordance with the Contract Documents. The Inspector will inform an on-site representative of the construction contractor of any concerns related to conformance of the CCWSD work with the Contract Documents (a concern or an Issue) as an attempt to resolve any concern or issue on-site. If the concern or issue is not immediately resolved in the field, the Inspector shall inform the COUNTY Project Manager in writing about the concern or issue within eight (8) business hours, but not more than one business day after the discovery of any concern or issue. This protocol will be initiated any time the Inspector becomes aware of any construction that is unsatisfactory, faulty or defective, does not conform to the Contract Documents, does not meet the requirements of any inspections, tests or approval required to be made, or has been damaged before final payment. Inspector will maintain a separate Issue Resolution Log documenting any issue or concern that is conveyed in writing to the COUNTY Project Manager, including any written directive resolving the issue or concern. 1.2. Daily Log and Construction Documentation — Inspector will prepare a daily log recording activities and details related to the CCWSD work on a form approved in advance by the COUNTY and the FDOT CEI (this may include use of FDOT's Site Manager program). Information will be recorded in the daily log on each day construction activities occur. The daily log entries will record all aspects of the CCWSD infrastructure construction during that day including, but not limited to: construction crew (labor) details, equipment used, materials used, compliance testing and inspection performed, site conditions, trench conditions, backfill material used, dewatering methods, compaction methods, location of the work, and all relevant details related to the CCWSD Work. The Daily Log will reference the digital photographs and or video taken with appropriate file names and file locations. In addition to the construction details, the daily log will contain information related to: time and hours on the job site, weather conditions, data pertaining to RFP 14-6221 CEI SVCS US 41 to Greenway 32 Packet Page -903- 5/13/2014 16.C.5. questions of quantities of materials used, extras or deductions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, observations in general and specific observations in more detail as in observing test procedures, conformance inspection of materials and fitting, name plate data for equipment and material installed, and other information requested by the COUNTY. The daily log, photograph files and other construction documentation will be provided to the COUNTY by the CEI on a weekly basis on the first day of the week following the week of daily logs. 1.3. Photographic Record — Inspector will provide a comprehensive digital photographic record of CCWSD construction activities related to the Project. The digital file names will be referenced in the daily log along with a brief description of the photograph, the date and time of the photograph and the name of the photographer. The digital files will be submitted weekly to the COUNTY along with the construction documentation. Video, if taken to identify issues not easily determined by photograph, will be provided in digital format. 1.4. General Coordination — CEI will coordinate all activities related to the multiple-Beneficial Use of completed segments between the construction contractor, the CEI and the COUNTY. CEI will oversee substantial and final completion inspections, and prepare and maintain the punch list, including follow-up inspections to ensure that punch list items are corrected and/or completed. 1.5. Construction Progress Meetings —The CEI will attend scheduled FDOT progress meetings chaired by the FDOT CEI, with the construction contractor and the COUNTY to review project status and identify issues that may affect the Project. 1.6. Observe Inspections — The CEI will accompany visiting inspectors representing any regulatory agencies having jurisdiction over the Project and will record all discussions and the outcome of these regulatory inspections in the daily logs. 1.7. Substantial and Final Completion Inspections—The CEI will conduct substantial completion inspections when requested by the construction contractor. During the substantial completion inspection the Inspector will prepare a punch list of items requiring completion or correction to the satisfaction of the CEI and the COUNTY. The CEI will be responsible for maintaining the punch-list and issuing updates to the punch-list on a weekly basis. The CEI will coordinate and participate in the final walk-through to ensure that the punch-list items are completed to the satisfaction of the CEI and the COUNTY. Upon the request of the construction contractor and concurrence of the COUNTY Project Manager, the CEI will conduct final completion inspections of portions of the project, as they are finished to determine if construction has been completed in accordance with the Contract Documents and the construction contractor has fulfilled all obligations therein. Based on the results of the final inspection, the CEI will judge the work complete or not complete. If the work is judged complete, the CEI will issue a "notice of final acceptance and recommendation for final payment". If the work is judged not complete, the CEI will issue written instructions to the construction contractor identifying the work judged not complete. Upon provision of the construction contractor evidence or assurance that the deficiencies noted above have been corrected or completed, a second final inspection will be scheduled to verify that the outstanding issues have been resolved and the CEI can issue a "notice of final acceptance and recommendation for final payment". 1.8. Final Construction Certification — Upon issuance of a "notice of final acceptance and recommendation for final payment" the CEI will provide a signed and sealed certification by a professional engineer in responsible charge of the work provided by the Inspector stating that the "Project has been completed by the construction contractor in accordance with the Plans and Specifications of the Contract Documents as amended". TASK II — CEI PROJECT MANAGEMENT SERVICES 1.9. General Project Management — The CEI will provide support services customarily related to the construction observation and inspection of similar projects including, but not limited to: 1.9.1. Participate in other meetings as described or implied herein. RFP 14-6221 CEI SVCS US 41 to Greenway 33 Packet Page -904- 5/13/2014 16.C.5. 1.9.2. Coordinate with FDOT CEI and review the construction contractor's monthly applications for payment and accompanying data and recommend approval of payments due to the construction contractor. The CEI's recommendation of any payment requested in an application for payment shall constitute a representation by the CEI to the COUNTY as an experienced and qualified professional, that based on CEI's onsite observations and inspections of construction in progress; that the construction quantities in the applications for payment accurately reflects the progress of the work and that the payment is for work constructed in accordance with the Contract Documents. The CEI will process pay requests in coordination with the FDOT CEI. 1.9.3. The CEI will provide such field testing and verification that all materials, equipment and supplies installed or utilized on the Project are in full accordance with the Contract Documents and approved Shop Drawings provided by the ENGINEER. 1.9.4. Within one month after the construction contractor completes all punchlist items to the satisfaction of the Inspector and the COUNTY and the CCWSD work is substantially complete in accordance with the Contract Documents, the CEI will provide a signed and sealed certification by a professional engineer registered in the State of Florida, that the Work was done under his supervision and performed in accordance with the Contract Documents, including all approved shop drawings and change orders except as noted. 1.10. Monitor Project Records — The CEI shall monitor all required Project records, including but not limited to delivery schedules, inventories and construction reports. 1.11. Certifications — The CEI shall prepare and submit certification packages to FDEP prior to close- out of the project. 1.12. As-Constructed Field Drawings — Inspector shall maintain red pencil "mark-up" notations and sketches on construction plans that reflect the actual details of constructed facilities. These Constructed Field Drawings will be used by the CEI to validate the "As Built" documentation provided by the construction contractor. The CEI will notify the ENGINEER and the construction contractor of any differences in the documents maintained by the general contractor and the CEI on a weekly basis for resolution by the ENGINEER. RFP 14-6221 CEI SVCS US 41 to Greenway 34 Packet Page -905- 5/13/2014 16.C.5. C r N M d' CC) CD LL IY d 1• 1` ti co CD CD CD C4 CO cisCp CO Cfl CD C9 M s.. CO CC) CD CD C) y r CD CD C01 Q .- N Cr) 4 to d d a N r CD CO et CD ) N (n C_ .� E a) 0 W ,-, 0 c 4- C C r N M CD CC) CCVV ,:r r-I O CU C U) OCV to v a) ru A - c a • = 3 Q N fn iZ G O r N M CD •.:1' tC) r d 41 4+ N O d O C .-. r U Z It) IX Y r N M LC) Cr) N 0 E ' , cn E• �' s a .. 0 E C) r N Nt. M Ci7 to N =' U fA d u) O D i y d 1 CO CB () -E. a) � C) r N M CD 'el' CC) r- — t: to CV m '� tO to C m Z N .,r 03 r CO i-m■ .?..."5(e"--'' CN1 C E eC d m T W C m Y a m R � cA c W (9UHN U d Vi i-= Z --.-- C Y �' � d Packet Page -906-