Loading...
Agenda 12/09/2014 Item #16A16 12/9/2014 16.A.16. EXECUTIVE SUMMARY Recommendation to approve the final ranking of the firms pursuant to RFP #14-6289 - "Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard" and authorize staff to enter into contract development between Collier County and the top-ranked firm, Ajax Paving Industries, Inc./Stantec Consulting Services, Inc., for subsequent Board approval. (Project No. 60040). OBJECTIVE: That the Board of County Commissioners review and approve the final ranking of firms pursuant to RFP #14-6289 — "Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard". CONSIDERATIONS: Purchasing staff posted Request for Proposal No. 14-6289, "Design- Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard," on May 6, 2014. The County sent 2,648 notices of the solicitation, 108 firms downloaded full document packages and five proposals were received by the June 11, 2014, deadline. The selection committee met on July 17, 2014 and, by consensus, selected the three firms shown below. On September 9, 2014 (Agenda Item 16A28), the Board of County Commissioner (Board) approved the shortlist of these firms and authorized staff to proceed to Step II of the selection process (final ranking based on Technical Proposal and Price Proposal). All three firms submitted Step II proposals on October 22, 2014. On November 3, 2014, the selection committee convened, evaluated the Technical Proposals and scored the three firms. Then the Price Proposals were unsealed and entered into a spreadsheet with the Technical Proposals to create a final ranking of the firms. The selection committee ranked the three firms, by consensus, as follows: FIRM NAME PRICE TECHNICAL (Base+ALT.A) RANK Ajax Paving Industries, Inc./ Stantec Consulting $19,430,000. 1 Services,Inc. Conalvias USA, LLC/ $20,065,000. 2 Lake Engineering, Inc. Community Asphalt Corp./Kissinger, Campo $24,650,000. 3 & Associates, Corp. Ajax/ Stantec had the lowest price proposal and the highest technical score, which qualified them as the top ranked firm. Upon approval by the Board of the Selection Committee's final ranking, a contract will be developed with the top ranked firm and submitted for subsequent Board approval. FISCAL IMPACT: There is no Fiscal Impact associated with this Executive Summary. Once the final selection is approved by the Board, contract development is completed and the contract approved, funding is available in, and is consistent with,the FY2015 Capital Budget. The source of funding will be road impact fees and gas taxes. Packet Page -1047- 12/9/2014 16.A.16. The county currently maintains Golden Gate Boulevard, so incremental maintenance costs ultimately related to the improvements will be minimal compared to the overall benefits of the project. Additional right-of-way acquisitions are required which will add acreage to the mowing and garbage removal maintenance at approximately $3,000 per year. Replacement of swales with closed drainage (piping) has a useful life of approximately fifty years with recurring costs of periodic inspections and system cleaning on a three to five year basis at an estimated cost of $5,000 per cycle. New roadway construction has a maintenance curve of approximately 5 to 7 years before any incremental costs are required for repairs or replacement. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. RECOMMENDATION: That the Board of County Commissioners approves the Selection Committee's final ranking of firms pursuant to RFP #14-6289 – "Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard" and authorizes staff to enter into contract development between Collier County and the top-ranked firm, Ajax Paving Industries, Inc. / Stantec Consulting Services, Inc. for subsequent Board approval. Prepared by: Joseph F. Delate, ASLA, Senior Project Manager, Transportation Engineering, Growth Management Division Attachments: 1)Final Ranking; 2) Ajax/ Stantec Proposal; 3) RFP 14-6289 Solicitation; 4) Addenda 1-5 http: //www.colliergov.net/ftp/AgendaDec0914/GrowthMgmt/Ajax- StantecProposal.pdf Packet Page -1048- 12/9/2014 16.A.16. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.16. Item Summary: Recommendation to approve the final ranking of the firms pursuant to RFP#14-6289 - "Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard" and authorize staff to enter into contract development between Collier County and the top-ranked firm, Ajax Paving Industries, Inc./Stantec Consulting Services, Inc., for subsequent Board approval. (Project No. 60040). Meeting Date: 12/9/2014 Prepared By Name: DelateJoseph Title: Project Manager, Senior, Transportation Engineering&Construction Management 11/6/2014 1:38:31 PM Submitted by Title:Project Manager, Senior, Transportation Engineering&Construction Management Name: DelateJoseph 11/6/2014 1:38:32 PM Approved By Name: PutaansuuGary Title:Project Manager.Principal, Transportation Engineering&Construction Management Date: 11/6/2014 3:04:03 PM Name: AhmadJay Title: Director-Transportation Engineering, Transportation Engineering&Construction Management Date: 11/7/2014 8:36:24 AM Name: EvelynColon Title:Purchasing-Procurement Specialist Date: 11/10/2014 12:32:12 PM Name: EvelynColon Title:Purchasing-Procurement Specialist Packet Page -1049- 12/9/2014 16.A.16. Date: 11/10/2014 12:32:33 PM Name: MarkiewiczJoanne Title: Director-Purchasing/General Services, Purchasing&General Services Date: 11/10/2014 1:23:01 PM Name: TaylorLisa Title: Management/Budget Analyst,Transportation Administration Date: 11/12/2014 2:21:18 PM Name: LynchDiane Title: Supervisor-Operations, Road Maintenance Date: 11/17/2014 9:34:55 AM Name: ShueGene Title: Director-Operations Support,Transportation Administration Date: 11/17/2014 10:30:18 AM Name: KearnsAllison Title: Manager Financial &Operational Support,Transport Date: 11/19/2014 1:32:31 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 11/20/2014 2:23:18 PM Name: CasalanguidaNick Title: Administrator-Growth Management Div,Business Management&Budget Office Date: 11/24/2014 2:13:42 PM Name: KlatzkowJeff Title: County Attorney, Date: 11/24/2014 2:44:33 PM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 11/25/2014 4:36:38 PM Name: OchsLeo Title: County Manager, County Managers Office Date: 11/30/2014 11:1 2:13 PM Packet Page-1050- 12/9/2014 16.A.16. N co N - M CO N 1--.▪. 0 r 0O N C O CO CO d a1 N L (a fa al Z m v In m o 0 to r v 0 ai 0 0 0 0 0 0 "O1 0 tD >, 0 0 0 0 0 o o 0 0 E. o co O r to v � co co r m ,..0 z E '-1 N M W V a1 E N NN - O U . U V1 V} /A N to 0 0 0 0 0 an a m ' `^ LID 0 0 0 0 0 0 0 0 0 0 c N O IA N r to (0 O o co m m O C ., C C.19 0 .--I N o D e u° v Y O VF V] V?L} to O 0 0 0 0 0 0 0 0 0 0 0 u- Cf) lfl Cf7 O U to to to 01 M N IC CO co N l0 7 y ate. Z be fa O ,.� m N G O Q rl N M W Q C c • E 'a O a E e a to w to. `^ an Q u U o 0 o r cu g m a " m c Q oo m m O m Q Q F_ + '+ io O m C 12 o d a 1- 4 3 0 C • co O 00 O o r N 0 N r O 0 vi 0 o v of o 0; c t0 of et a m N V N m 'Y1 O : o m 0 m.: o 00 -1-1 0 0 0 0 0 0 0 M CO V ' to co 00 O O O m N N in ,r LA- N o a � y 0 CO Cif .1 ,,,-‘.,, Lo m m — ..:S P: N C CO .� N N N .c ti f a to to to 9 'a0 9 > > > y a• �i N ate. O 3 S O 3 '8. E E o f e E n E c R c W K _' z 0 0 u Q. V N F- . F- M1 = N W• lD _ G 0 0 E cc W 1- w =• 0 F. W Packet Page-1051- 12/9/2014 16.A.16. REQUEST FOR PROPOSAL In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. Goiter County Adrrinistrative Services Division Purchasing CCNA Solicitation COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS RFP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Evelyn Colon, Procurement Strategist (239) 252-2667 (Telephone) (239) 252-2810 (Fax) evelyncolon @colliergov.net(Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. ,r. • u�. Tam;-r Tra Eas.•`,aPes.F a: 2 a r•n v:Ji net .r;,4aa 1 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1052- 12/9/2014 16.A.16. Table of Contents LEGAL NOTICE 3 EXHIBIT I:SCOPE OF WORK,SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II:GENERAL RFP INSTRUCTIONS 13 EXHIBIT III:COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 16 EXHIBIT IV:ADDITIONAL TERMS AND CONDITIONS FOR RFP 19 ATTACHMENT 1:VENDOR'S NON-RESPONSE STATEMENT 26 ATTACHMENT 2:VENDOR CHECK LIST 27 ATTACHMENT 3:CONFLICT OF INTEREST AFFIDAVIT 28 ATTACHMENT 4:VENDOR DECLARATION STATEMENT 30 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION 31 ATTACHMENT 6:VENDOR SUBSTITUTE W—9 32 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS 34 ATTACHMENT 8: REFERENCE QUESTIONNAIRE 36 EXHIBIT A—DESIGN CRITERIA PACKAGE EXHIBIT B—PROPOSAL BOND EXHIBIT C—PRICE PROPOSAL FORM 2 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1053- 12/9/2014 16.A.16. Crolter Cavaitv Administrative Services Division Purchasing Legal Notice Sealed Letters of Interest (LOI) to provide Design-Build services for the Golden Gate Boulevard 4- Lane, East of Wilson Boulevard project will be received until 3:00 pm Naples local time, on May 27, 2014, at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. RFP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Services to be provided shall include, but not be limited to the following: Design-Build (DB) firm to provide the design and preparation of a complete set of construction plans and special provisions, and the construction of: • Bridge/structural improvements for the structures identified herein; • Roadway improvements to the transportation facility described herein; and • Big Cypress Basin (SFWMD) R.O.W. permitting. This is a two-step solicitation. The first step is to receive LOI and to create a shortlist of a maximum of three (3) firms by a selection Committee; and then request that those short-listed firms be invited to submit comprehensive technical and price proposals. All statements shall be made upon the official proposal form which may be obtained on the Collier County Purchasing Department E-Procurement website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: S/S Joanne Markiewicz Purchasing & General Services Director This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasinq and in the Lobby of Purchasing Building "G", Collier County Government Center on May 6, 2014. oice PuTn3 2. s`•3301 i arum Tra f Eas'•Naples.F aa 3.112•www.comer4 ov.n net pur:hasinc 3 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1054- 12/9/2014 16.A.16. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Growth Management Division, Transportation Engineering 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 firms to provide Design/Build Services for Golden Gate Boulevard 4-Lane, East of Wilson Boulevard in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Detailed Scope of Work - See Exhibit A— Design Criteria Package The Purpose of this Request for Proposal is to select a Design/Build contractor to function as part of the project team in cooperation with the County and specified consultants to achieve a quality, cost effective project. South Florida Water Management District (SFWMD). Currently the County has an approved Environmental Resource Permit (ERP) from SFWMD for the widening of Golden Gate Boulevard to four lanes. This permit may need to be modified by the Design-Builder (DB) if the final design deviates from the current ERP permit. Big Cypress Basin (BCB). Currently the County does not have an approved right-of-way (ROW) permit from BCB for the proposed Golden Gate Main Canal Bridge across the BCB canal and any associated boat ramp, etc. . . . The ROW permit shall be obtained by the DB from the BCB. US Army Corps of Engineers (USACOE). Currently the County has a completed ERP Application with the USACOE. The only remaining factor is final issuance of the permit. Issuance should be by August, 2014. This permit may need to be modified by the DB if the final design deviates from the current ERP permit application. A Notice to Proceed (NTP) shall not be issued until after the USACOE permit is issued. An award, if made, will be made to the best overall proposer(s) whose proposal is most advantageous to the County, taking into consideration the evaluation factors set forth in this solicitation. The County will not use any other factors or criteria in the evaluation of the proposals received. The Firm(s) submitting as the Prime Contractor, or their subcontractor, at a minimum must be pre-qualified through FDOT in the following Work Classes: Drainage Flexible Paving Grading Grassing, Seeding, and Soding Guardrail Pavement Marking Portland Cement Concrete Roadway Signing Minor Bridges The firm(s) submitting as a subcontractor to the Prime for Design, or their sub-consultants, at a minimum must be pre-qualified through FDOT for the following work groups: 3.1 Minor Highway Design 4.1.2 Minor Bridge Design 4 RFP#14-6289.Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1055- 12/9/2014 16.A.16. 8.1 Control Survey 8.2 Design, Right of Way, & Const. Survey 8.4 Right of Way Mapping 9.1 Soil Exploration 9.2 Geotechnical Classification Lab Testing 9.4.1 Standard Foundation Studies 10.1 Roadway Construction Engineering lnspeClaon 10.4 Minor Bridge & Miscellaneous Structures CEI All Contractors and Subcontractors shall hold all State, Federal and County licenses required to perform the above-referenced scope of Work. It is anticipated that the contract for the Design/Build services will be structured as follows: 1. Collier County will enter into a comprehensive agreement for services with the selected firm for all services listed herein. 2. Cost of materials and services during the design and construction phases will be compensated utilizing the price proposal provided by the Proposer in Step II of the RFP process. Term of Contract The contract term, if an award is made, is intended be confirmed in the negotiation process. Prices shall remain firm for the term of this contract. 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. This solicitation will be a two step process: Step I: Letter of Interest, shortlist and Step II: Technical & Price Proposals. Event Date STEP I —Letter of Interest (LOI) Issue Solicitation Notice May 6, 2014 Last Date for Receipt of Written Questions May 16, 2014 at 5:00PM Addendum Issued May 20, 2014 LOI Deadline Date and Time May 27, 2014 at 3:00PM Anticipated Evaluation of Submittals Week of June 2, 2014 STEP II —Technical & Price Proposals Issue Solicitation Notice for Technical Proposals TBD Last Date for Receipt of Written Questions TBD Addendum Issued TBD Solicitation Deadline Date and Time (Include Price TBD Proposal in Separate Sealed Envelop) Selection Committee Meeting to Rank Firms TBD Complete Contract Negotiation TBD Board of County Commissioners Board Award TBD 5 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1056- 12/9/2014 16.A.16. Response Format The Vendor 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 Vendor further agrees that if it is awarded a contract, 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 Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. If outlined in this RFP, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. STEP I: LETTER OF INTEREST(LOI) Maximum 6 Pages LOI's shall include the requirements listed below in the order in which they appear and shall be clearly marked for reference. LOI's submitted without meeting ALL the requirements may be considered non- responsive. In a maximum of six (6) pages express your interest in the project, state qualifications to do the work, identify the Project Manager, the lead design engineer and other specific team members, and recount any information on the project team that may be useful or informative to the County. Letters of Interests cannot exceed six (6) pages in length and must, at a minimum, include the following: • Project Name and Solicitation Number. • Proposer's name and address. • Proposer's responsible office. • Contact person, phone number and Internet E-Mail Address. • Project Team Staffing and relevant experience to this type of project for both the prime and any proposed sub-consultant(s). • Experience of proposed staff. • Related Services and Experience (last ten years). • Describe Florida Area Offices/Staff/Equipment (including computer hardware and software). • Similar Project — List five and provide descriptions of current projects (Florida projects if available) having similar or greater relative size, scope, cost and complexity as the proposed project. Where similarity is not readily apparent, include logic used in listing project as similar. • Describe projects that have been constructed by the proposed DB Team; or • Describe projects constructed by the proposed Construction Team member and 6 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1057- 12/9/2014 16.A.16. designed by a Design Team other than the proposed. • Describe the in-house capabilities of your firm to provide: design, construction, quality assurance/quality control, scheduling, cost control, value engineering, construction management control system operation, or other related capabilities. • Office Location and Responsiveness rating will be based on ease of contract administration and responsiveness both during the project and after the project is completed. Note: If firm is a corporation, please identify incorporation state. The proposer with all key personnel located in Southwest Florida will receive 10 points. Proposers principal offices and/or key personnel in other areas will receive fewer points. • Attached Exhibits should be limited to a maximum of two (2) 8" x 11" pages (This is separate from the six (6) page limitation). LETTER OF INTEREST (LOI) GRADING CRITERIA POINTS 1. Project Understanding 20 2. Experience of Firm 30 3. Expertise of Designated Staff 25 4. Previous Performance on Similar Jobs 15 5. Office Location and Responsiveness 10 TOTAL POSSIBLE POINTS 100 STEP II: TECHNICAL & PRICE PROPOSALS (Only the Shortlisted Firms Resulting From Step One Will Be Invited to Provide Technical & Price Proposals) Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. The utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and when required, separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Step II includes both Technical and Price Proposals. Final scoring is as follows: Technical has a maximum 40% of total score and the Price Proposal is valued at a maximum of 60% of total score (see section III for more details). The items listed below shall be the evaluation criteria for the Technical proposals and must be reflected in each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a proposer to include all listed items may result in the rejection of its proposal. Tab I: Project Approach. (40 points, 10 pages maximum; note: Only 2 pages can be 11 X 17 formats) The proposal will be assessed -1 point for each additional page over the described limit. 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 certification that the Proposer will accept any awards made as a result of said submission of the terms contained therein. 7 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1058- 12/9/2014 16.A.16. The Proposer shall include a description of how the design of the project will be approached. The proposal will include options to be considered and the issues to be resolved in the preparation of project specific standard drawings. Specifically address how the design team will approach BCB permitting and right of way plans to comply with the project requirements. Provide the methods to be used to avoid construction conflicts. The Proposer will present concepts in their ability to develop cost effective solutions through innovative design and contracting methods to speed up the construction. In this tab, include a detailed plan of approach (including major tasks and sub-tasks). Construction staging will be highly critical to this approach. Address the following: • Describe understanding of project scope; • Describe project approach including any innovative or alternative design evaluation; • Describe proposed design concept for the 2-lane bridge construction and the 4-lane roadway construction (exhibits required); • Describe proposed Traffic Control concept for the 2-lane bridge construction and the 4- lane roadway construction (exhibits required); • Describe proposed Public Information elements and implementation schedule; • Describe project cost controls, scheduling methods, Quality Assurance/Quality Control procedures; and • Describe potential Special Considerations; if any. Tab II: Project Schedule and Quality Control. (20 points, 5 pages maximum; note: Only 2 pages can be 11" X 17" formats) The proposal will be assessed -1 point for each additional page over the described limit. The Proposer shall include a project schedule to demonstrate their ability to deliver this fast track project. The schedule will show the Design-Build Team that is proposed for assignment to this project. It will provide the names of key team members and the strength of the Design-Build Team can be analyzed. The schedule will provide for 90% and 100% phases. All required permits must be demonstrated by 100% plan submittal. The schedule must also demonstrate how the construction of the bridge and roadway will be built to eliminate incidences of crashes/issues during construction. Include a schedule for permitting the bridge project, and design, permitting and construction of the project improvements. Tab Ill: Staffing Quantity and Availability. (15 points, 3 pages maximum) The proposal will be assessed -1 point for each additional page over the described limit. The Proposer shall have a minimum of five (5) years acceptable design-build experience with projects of similar size and scope. The Proposer shall describe experience, including tasks performed, and furnish at least five (5) project references with contacts, title, telephone numbers and mailing addresses. Provide information that document's your firm's qualification to produce the required deliverables, including abilities, capacity, skill and financial strength in response to the items 1 —5 below. 1. Identify the number of staff presently employed at the firm within the State of Florida. 2. Number of roadway design-build construction projects in Florida from 1/1/06 — 12/31/13. • Attach a summary of 10%, or five (5) of the company's projects identified in #2 as back-up. 3. Number of bridge design-build construction projects in Florida from 8 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1059- 12/9/2014 16.A.16. 1/1/06 — 12/31/13. • Attach a summary of 10%, or five (5) of the company's projects identified in #3 as back-up. 4. Identify the number of technical staff assigned to this project (including, but not limited to engineers, supervisors, estimators, inspectors) if awarded a contract for this RFP. 5. Is assigned project manager FDOT certified? If yes, place ten (10) points on the line in the adjacent entry field. If no, place 0. TOTAL (add 1 + 2 + 3 + 4 + 5) Include resumes of proposed technical staff identified in item number 5 above. • Name and title • Job assignment for other projects • Percentage of time to be assigned full time to this project • How many years with this firm • How many years with other firms • Experience —Types of projects, size of projects (dollar value and SF of project), describe specifics of project involvement • Education • Active registration (P.E., etc.) Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area in the requested information 1 — 5 above: • The County shall list the TOTAL Firm Profile and Assigned Staff Experience Profile by firm from highest TOTAL to lowest TOTAL. • The highest number of points (15) will be awarded to the firm who has the greatest TOTAL. • The next highest firm's TOTAL will be divided by the highest firm's TOTAL which will then be multiplied by 15 points to determine the next firm's Points Awarded. Each subsequent firm's TOTAL will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the three proposers. Firm Name Firm's TOTAL Points Awarded Vendor 123 375 15 Vendor 456 350 14 Vendor 789 225 9 The Points Awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency and completeness of all responses in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, adjust the points awarded after a thorough review of the proposal and prior to final ranking by the Selection Committee. 9 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1060- 12/9/2014 16.A.16. Tab IV: Staffing Quality. (15 points, 10 pages maximum) The proposal will be assessed -1 point for each additional page over the described limit. Provide a narrative describing the role of and introducing key individuals in your firm's organization who will be assigned to the County Project. The Proposer shall demonstrate working relationships among key personnel on the proposed team. Resumes of proposed staff; each resume cannot exceed one (1) page in length. Furthermore, all individuals identified as Key Personnel in the LOI shall remain on the DB's Team for the Technical Proposal and for the duration of the procurement process and the contract. If extraordinary circumstances require a personnel change, it must be submitted in writing to the County's Project .Manager, who will determine whether to authorize the change. Unauthorized changes to the Consultant's Team at any time during the procurement process may result in elimination of the Consultant's Team from further consideration. The Proposer shall show the capability to provide all the necessary equipment and material for project support and execution. Attach resumes of all managers, supervisors, and other contract team members who will be involved in the management of the total package of services, as well as the delivery of specific services. The same should be done for any sub-consultants. If sub-consultants are being utilized, letters of intent from stated sub-consultants must be included with proposal submission. Tab V: References. (Maximuml0 points) - See Attachment 8. In order for the vendor to be awarded any points for this tab, the County requests that the vendor 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 vendor in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: • The County shall total each of the vendor'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)). Vendors 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 vendor who has the highest score. • The next highest vendor's number of points will be divided by the highest vendor's points which will then be multiplied by criteria points to determine the vendor's points awarded. Each subsequent vendor's point score will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the three proposers. Vendor Total Reference Vendor Name Score Points Awarded Vendor ABC 445 10 Vendor DEF 435 9.8 Vendor GHI 425 9.6 Note: Sample chart reflects a 10 point reference criterion. The points awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency 10 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1061- 12/9/2014 16.A.16. and completion of all tasks in the RFP, and review the Points Awarded per vendor. 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. TECHNICAL PROPOSAL GRADING CRITERIA (Maximum 40% of overall score) 1. Approach to Project 40 2. Project Delivery Schedule 20 3. Staffing Quantity and Availability 15 4. Staffing Quality (Resumes) 15 5. References 10 TOTAL POSSIBLE POINTS 100 STEP III: EVALUATION AND SELECTION OF DESIGN-BUILDER The evaluation and selection of a Design-Build Team will be a two-step process. LOI's shall be reviewed by a Selection Committee. The selection committee members shall review the submittals and provide a numerical ranking for all the firms. The Committee shall shortlist from the LOl's the three top ranked firms deemed to be most highly qualified to perform the required services. All expenses, including travel expenses, incurred in the preparation of the LOI's shall be borne by the proposer. The scores from the LOI's will be used to determine the three top ranked firms. The qualification scores will not be carried forward. The top three firms will submit technical and price proposals which will be ranked according to the Step II. Final Ranking The technical proposal score will be a maximum of 40 points out of 100 and the price proposal will be a maximum of 60 points out of 100. Highest overall score ranks as number one firm, etc. Example scoring as follows: Vendor Price Price Technical Tech Total Final Score Score Price+Tech Rank A $ 2,400,000 60.0 93 40.0 100 1 B $ 2,600,000 55.4 65 28.0 83 3 C $ 2,900,000 49.7 88 37.8 88 2 1. The final shortlist and recommendation for award shall be sent to the Board of County Commissioners for approval. 2. The County may elect to award the Base Proposal, or the Alternate Proposal, or not award the project. 3. An award, if made, will be made to the best overall proposer(s) whose proposal is most advantageous to the County, taking into consideration the evaluation factors set forth in this solicitation. The County will not use any other factors or criteria in the evaluation of the proposals received. 11 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1062- 12/9/2014 16.A.16. 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 this 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 Vendor 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. Tab VII: Required Form Submittals. • Attachment 1: Vendor's Non-Response Statement • Attachment 2: Vendor Check List • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Statement • Attachment 5: Immigration Affidavit Certification • Attachment 6: Vendor Substitute W-9 • Attachment 7: Insurance and Bonding Requirements • Attachment 8: Reference Questionnaire • Other: FDOT Prequalification Work Classes (submit certifications) • Price Proposal in Separate Sealed Envelope 12 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1063- 12/9/2014 16.A.16. Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department E-Procurement website: www.colliergov.net/bid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department E- Procurement website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. 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. 3. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor 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. 4. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor 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. 5. Delivery of Proposals Step I: All Letters of Interest (LOI's) are to be delivered before 3:00 pm, Naples local time, on or before May 27, 2014 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist The County shall 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 Vendor's personnel or by the Vendor's outside carrier. However, the Purchasing/General Services Director, or designee, shall reserve 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 shall include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier whefe delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. 13 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1064- 12/9/2014 16.A.16. Vendors must submit five (5) paper copies with one copy clearly labeled "Master," and two (2) 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. 6. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor 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. 7. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 87-25, and Collier County Resolution Number 2006-268 establishing and adopting the Collier County Purchasing Policy. The County may, as it deems necessary, conduct discussions with qualified Vendors 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. 8. 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 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 and Project Manager shall review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP; d) Meetings shall be open to the public and the Procurement Strategist shall publicly post prior notice of such meeting in the lobby of the Purchasing Building at least one (1) day in advance of all such meetings; e) The committee members shall 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 shall be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist shall also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings; and g) The committee will compile individual rankings, based on the evaluation criteria as stated herein, for each proposal to determine committee recommendations. The committee may at their discretion, schedule presentations or demonstrations from the top-ranked firm(s), make site visits, and obtain guidance from third party subject matter experts. The final recommendation will be decided based on review of scores and consensus of committee. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, and/or amendments as it may deem appropriate. Receipt of a proposal by the County or a submission of a proposal to the County offers no 14 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1065- 12/9/2014 16.A.16. rights upon the Vendor 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 shall not be considered. 9. References The County reserves the right to contact any and all references pertaining to this solicitation and related proposal. 10. Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are included. 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 vendor (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. 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. 11. 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 the County of Collier. 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 Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re-advertise using the same or revised documentation, at its sole discretion. 12. Qualifications of Proposers: Before the award of any contract, each Proposer may be required to show (to the complete satisfaction of the County Manager, or his designee), that he has the necessary facilities, ability, and financial resources, to furnish the service as specified herein in a satisfactory manner, and he may also be required to show past history and references which will enable the County Manager, or his designee, to satisfy himself as to the qualifications. Failure to qualify according to the foregoing requirements will justify the County in rejecting a Proposal. 15 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1066- 12/9/2014 16.A.16. Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer b) No charges will be paid by the COUNTY for This offer is subject to cancellation by the packing, crating or cartage unless otherwise COUNTY without notice if not accepted by specifically stated in this Purchase Order. VENDOR within fourteen (14)days of issuance. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments 2. Acceptance and Confirmation made prior to delivery. Unless freight and This Purchase Order (including all documents other charges are itemized, any discount will attached to or referenced therein) constitutes be taken on the full amount of invoice. the entire agreement between the parties, unless c) All shipments of goods scheduled on the otherwise specifically noted by the COUNTY on same day via the same route must be the face of this Purchase Order. Each delivery of consolidated. Each shipping container must goods and/or services received by the COUNTY be consecutively numbered and marked to from VENDOR shall be deemed to be upon the show this Purchase Order number. The terms and conditions contained in this Purchase container and Purchase Order numbers must Order. be indicated on bill of lading. Packing slips must show Purchase Order number and must No additional terms may be added and Purchase be included on each package of less than Order may not be changed except by written container load (LCL) shipments and/or with instrument executed by the COUNTY. VENDOR each car load of equipment. The COUNTY is deemed to be on notice that the COUNTY reserves the right to refuse or return any objects to any additional or different terms and shipment or equipment at VENDOR'S conditions contained in any acknowledgment, expense that is not marked with Purchase invoice or other communication from VENDOR, Order numbers. VENDOR agrees to declare notwithstanding the COUNTY'S acceptance or to the carrier the value of any shipment made payment for any delivery of goods and/or services, under this Purchase Order and the full invoice or any similar act by VENDOR. value of such shipment. d) All invoices must contain the Purchase Order 3. Inspection number and any other specific information as All goods and/or services delivered hereunder identified on the Purchase Order. Discounts shall be received subject to the COUNTY'S of prompt payment will be computed from the inspection and approval and payment therefore date of receipt of goods or from date of receipt shall not constitute acceptance. All payments are of invoices, whichever is later. Payment will subject to adjustment for shortage or rejection. All be made upon receipt of a proper invoice and defective or nonconforming goods will be returned in compliance with Chapter 218, Fla. Stats., pursuant to VENDOR'S instruction at VENDOR'S otherwise known as the "Local Government expense. Prompt Payment Act," and, pursuant to the Board of County Commissioners Purchasing To the extent that a purchase order requires a Policy. series of performances by VENDOR, the COUNTY prospectively reserves the right to 5. Time Is Of the Essence cancel the entire remainder of the Purchase Order Time for delivery of goods or performance of if goods and/or services provided early in the term services under this Purchase Order is of the of the Purchase Order are non-conforming or essence. Failure of VENDOR to meet delivery otherwise rejected by the COUNTY. schedules or deliver within a reasonable time, as 4. Shipping and Invoices interpreted by the COUNTY in its sole judgment, a) All goods are FOB destination and must be shall entitle the COUNTY to seek all remedies suitably packed and prepared to secure the available to it at law or in equity. VENDOR agrees lowest transportation rates and to comply with to reimburse the COUNTY for any expenses all carrier regulations. Risk of loss of any incurred in enforcing its rights. VENDOR further goods sold hereunder shall transfer to the agrees that undiscovered delivery of COUNTY at the time and place of delivery; nonconforming goods and/or services is not a provided that risk of loss prior to actual receipt waiver of the COUNTY'S right to insist upon of the goods by the COUNTY nonetheless further compliance with all specifications. remains with VENDOR. 16 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1067- 12/9/2014 16.A.16. 6. Changes of VENDOR in the performance of their duties or The COUNTY may at any time and by written otherwise), or damage to property (including notice make changes to drawings and property of the COUNTY or other persons), which specifications, shipping instructions, quantities arise out of or are incident to the goods and/or and delivery schedules within the general scope of services to be provided hereunder. this Purchase Order. Should any such change increase or decrease the cost of, or the time 11. Warranty of Non-Infringement required for performance of the Purchase Order, VENDOR represents and warrants that all goods an equitable adjustment in the price and/or sold or services performed under this Purchase delivery schedule will be negotiated by the Order are: a) in compliance with applicable laws; COUNTY and VENDOR. Notwithstanding the b) do not infringe any patent, trademark, copyright foregoing, VENDOR has an affirmative obligation or trade secret; and c) do not constitute unfair to give notice if the changes will decrease costs. competition. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the VENDOR shall indemnify and hold harmless the change is ordered or within such additional period COUNTY from and against any and all claims, of time as may be agreed upon by the parties. including claims of negligence, costs and expense, including but not limited to attorneys' 7. Warranties fees, which arise from any claim, suit or VENDOR expressly warrants that the goods proceeding alleging that the COUNTY'S use of the and/or services covered by this Purchase Order goods and/or services provided under this will conform to the specifications, drawings, Purchase Order are inconsistent with VENDOR'S samples or other descriptions furnished or representations and warranties in section 11 (a). specified by the COUNTY, and will be of satisfactory material and quality production, free If any claim which arises from VENDOR'S breach from defects and sufficient for the purpose of section 11 (a) has occurred, or is likely to occur, intended. Goods shall be delivered free from any VENDOR may, at the COUNTY'S option, procure security interest or other lien, encumbrance or for the COUNTY the right to continue using the claim of any third party. These warranties shall goods or services, or replace or modify the goods survive inspection, acceptance, passage of title or services so that they become non-infringing, and payment by the COUNTY. (without any material degradation in performance, quality, functionality or additional cost to the 8. Statutory Conformity COUNTY). Goods and services provided pursuant to this Purchase Order, and their production and 12. Insurance Requirements transportation shall conform to all applicable laws, The VENDOR, at its sole expense, shall provide including but not limited to the Occupational commercial insurance of such type and with such Health and Safety Act, the Federal Transportation terms and limits as may be reasonably associated Act and the Fair Labor Standards Act, as well as with the Purchase Order. Providing and any law or regulation noted on the face of the maintaining adequate insurance coverage is a Purchase Order. material obligation of the VENDOR. All insurance policies shall be executed through insurers 9. Advertising authorized or eligible to write policies in the State No VENDOR providing goods and services to the of Florida. COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or 13. Compliance with Laws services, or appropriate or make use of the In fulfilling the terms of this Purchase Order, COUNTY'S name or other identifying marks or VENDOR agrees that it will comply with all property without the prior written consent of the federal, state, and local laws, rules, codes, and COUNTY'S Purchasing Department. ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, this 10. Indemnification shall include the American with Disabilities Act VENDOR shall indemnify and hold harmless the and all prohibitions against discrimination on the COUNTY from any and all claims, including claims basis of race, religion, sex creed, national origin, of negligence, costs and expenses, including but handicap, marital status, or veterans' status. not limited to attorneys' fees, arising from, caused Further, VENDOR acknowledges and without by or related to the injury or death of any person exception or stipulation shall be fully responsible (including but not limited to employees and agents for complying with the provisions of the 17 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1068- 12/9/2014 16.A.16. Immigration Reform and Control Act of 1986 as notice to the VENDOR. This Purchase Order may located at 8 U.S.C. 1324, et seq. and regulations be terminated immediately by the COUNTY for relating thereto, as either may be amended. breach by VENDOR of the terms and conditions of Failure by the awarded firm(s) to comply with the this Purchase Order, provided that COUNTY has laws referenced herein shall constitute a breach of provided VENDOR with notice of such breach and the award agreement and the County shall have VENDOR has failed to cure within 10 days of the discretion to unilaterally terminate said receipt of such notice. agreement immediately. Any breach of this provision may be regarded by the COUNTY as a 19. General material and substantial breach of the contract a) This Purchase Order shall be governed by the 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 Purchase Order, VENDOR shall immediately give by 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, charges shall be paid by the sender. A party nor any money due or to become due without the may change its address for notice by written prior written consent of the COUNTY. Any notice complying with the requirements of this assignment made without such consent shall be section. deemed void. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with 16. Taxes this Purchase Order in accordance with Goods and services procured subject to this Florida Statute Chapter 112.061, Per Diem Purchase Order are exempt from Florida sales and Travel Expenses for Public Officers, and use tax on real property, transient rental employees and authorized persons. property rented, tangible personal purchased or e) In the event of any conflict between or among rented, or services purchased (Florida Statutes, the terms of any Contract Documents related Chapter 212), and from federal excise tax. to this Purchase Order, the terms of the Contract Documents shall take precedence 17. Annual Appropriations over the terms of the Purchase Order. To the The COUNTY'S performance and obligation to extent any terms and /or conditions of this pay under this Purchase Order shall be contingent Purchase Order duplicate or overlap the upon an annual appropriation of funds. Terms and Conditions of the Contract Documents, the provisions of the Terms 18. Termination and/or Conditions that are most favorable to This Purchase Order may be terminated at any the County and/or provide the greatest time by the COUNTY upon 30 days prior written protection to the County shall govern. 18 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1069- 12/9/2014 16.A.16. Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance Requirements The Vendor 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 Vendor 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 Vendor waive against each other and the County's separate Vendors, 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 Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, 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 Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor 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 "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 the Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor 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 Vendor'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 Vendor 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 Vendor. The Vendor 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 Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 19 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1070- 12/9/2014 16.A.16. Should at any time the Vendor 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 Vendor for such coverage(s) purchased. If Vendor 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 Vendor under this Agreement or any other agreement between the County and Vendor. 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 Vendor 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 Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Liquidated Damages Liquidated Damages of $5,696 per day shall be imposed on the DB for each day the project exceeds the Date of Substantial Completion. 3. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 4. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 5. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 30% or more of the solicitation amount for said work. 6. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor's facilities/project site during and after each work assignment the Vendor is performing. 7. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Vendor 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 Vendor. 20 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1071- 12/9/2014 16.A.16. 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. Collier County cautions vendors to consider both methods of payment when determining pricing as no additional surcharges or fees will be considered (per Rules for VISA Merchants and MasterCard Merchant Rules). 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 shall 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 must be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218, Florida Statutes, otherwise known as the "Local Government 21 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1072- 12/9/2014 16.A.16. 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 Vendors and Sub vendors 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. Vendors and Sub vendors 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 Vendor's work operations. This provision is non- negotiable by any department and/or Vendor. 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 Vendor 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 Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, 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, Growth Management Division 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. Principals/Collusion By submission of this Proposal the undersigned, as Vendor, 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. 12. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor 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 22 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1073- 12/9/2014 16.A.16. responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 13. Termination Should the Vendor 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. 14. 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. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.orq/search.html). A copy of the document shall 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. 16. Single Proposal Each Vendor 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. 17. Survivability Bids (ITBs/RFPs): The Consultant/ContractorNendor agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 14-6289 resultant of this solicitation 23 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1074- 12/9/2014 16.A.16. will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order/Purchase Order. 18. Protest Procedures Any actual or prospective Vendor to a Request for Proposal, who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director prior to the due date for acceptance of proposals. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the final published date for the acceptance of the Request for Proposals. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 19. Public Entity Crime 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. 20. Security and Background Checks If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 21. Conflict of Interest Vendor 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. 24 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1075- 12/9/2014 16.A.16. 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. 23. Immigration 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 Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor'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. Vendors 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 Vendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors 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 vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor 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. 25 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1076- 12/9/2014 16.A.16. e County Administrative Services Division Purchasing Attachment 1: Vendor'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 Vendors 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 RFP 14-6289 - Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date 26 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1077- 12/9/2014 16.A.16. Cotter County Administrative Services Division Purchasing Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor 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. fl The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist n The mailing envelope must be sealed and marked with Solicitation Number and 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 27 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1078- 12/9/2014 16.A.16. CoTirer Casty F drr>reistrative Services Division Purchasing Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Purchasing/General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Signature and Date: Print Name: Title of Signatory: State of County of SUBSCRIBED AND SWORN to before me this day of , 20 , by , who is personally known to me to be the for the Firm, OR who produced the following identification: Notary Public My Commission Expires 28 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1079- 12/9/2014 16.A.16. Co Pie; _ is Administrative Services Drviscn Purchasing Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: RFP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Dear Commissioners: The undersigned, as Vendor 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 Vendor 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 Vendor states that the proposal is based upon the proposal documents listed by Solicitation: RFP #14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard. (Proposal Continued on Next Page) 29 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1080- 12/9/2014 16.A.16. PROPOSAL CONTINUED 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 Telephone: FAX: Signature by: (Typed and written) Title: Additional Contact Information Send payments to: (required if different from above) Company Name used as payee Contact name: Title: Address: City, State,ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State,ZIP Telephone: Email: 30 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1081- 12/9/2014 16.A.16. e;County Administrative Services Division Purchasing Attachment 5: Immigration Affidavit Certification RFP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard 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, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor'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 Vendor / Bidder's proposal as non- responsive. Collier County will not intentionally award County contracts to any vendor 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 vendor 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. Vendor 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 Vendor'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 ,201 , 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. 31 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1082- 12/9/2014 16.A.16. Co er County Administrative Servicas Division Purchasing Attachment 6: Vendor 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 32 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1083- 12/9/2014 16.A.16. 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) (Vendors 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 33 Packet Page -1084- 12/9/2014 16.A.16. Collier County Administrative Services Division Purchasing Attachment 7: Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 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 ISO form 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage(Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ® Pollution $ 1,000,000 Per Occurrence Professional Liability $1,000,000 Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate 34 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1085- 12/9/2014 16.A.16. • $2,000,000 each claim and in the aggregate Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 6. ® Bid/Proposal Bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5%of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor 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.. 11. ® Thirty (30) Days Cancellation Notice required. Vendor'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 Vendor Signature Print Name Insurance Agency Agent Name Telephone Number 35 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1086- 12/9/2014 16.A.16. Co' cr County AdiTtinisudu+e Services DMsion Purchasing Attachment 8: Reference Questionnaire Solicitation: RFP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard 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: Change Orders- Dollars Added : Change Orders- Days Added: 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 36 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1087- 12/9/2014 16.A.16. EXHIBIT A DESIGN & CONSTRUCTION CRITERIA PACKAGE REQUEST FOR QUALIFICATIONS DESIGN-BUILD SERVICES FOR DESIGN-BUILD GOLDEN GATE BOULEVARD 4-LANE, EAST OF WILSON BOULEVARD PROJECT INFORMATION A. Introduction The purpose of this Exhibit is to describe the scope of work and the responsibilities of the Design-Build (DB) firm in connection with the preparation of a Request for Proposal package for the design and preparation of a complete set of construction plans and special provisions, and construction of: • Roadway improvements to the transportation facility described herein, and the • Bridge/structural improvements for the structure identified herein. In December of 2008, a design was completed for the 6-lane widening of Golden Gate Boulevard (CR 876) from Wilson Boulevard to DeSoto Boulevard. Due to budget constraints and long range transportation needs projections, the County determined that Golden Gate Boulevard would only need four lanes. It was further determined that Transportation Engineering (TE) Department would pursue a redesign of the project to four lanes in a four- lane right-of-way section. The redesign would be taken to 60% plans and all permits (except for BCB permitting) would be obtained so that the County may, at a future date, pursue final design plans, or construct the project as a Design-Build, when construction funding becomes available. By March 2010, the 60% redesign was completed; however, the environmental resource permit for the project is still pending, and should be obtained by August, 2014. The original design and subsequent 4-lane 60% re-design included the replacement of three bridges: 1) the Golden Gate Main Canal (Bridge #034026), 2) Miller Canal (Bridge #034028), and 3) the Faka Union Canal (Bridge #034030). Bridges No. 034026 and 034028 have since been reconstructed with a previous construction project. This project also included the preliminary design (4-lane) of the two bridges which shall be used for this DB project. This new project is for the 4-lane widening of Golden Gate Boulevard east of Wilson Boulevard, excluding the Wilson/Golden Gate Boulevard intersection, including the Golden Gate Main Canal Bridge. The project begins at the beginning of the two/four-lane transition east of Wilson Boulevard. The project terminus is the 16th Street NE intersection, including all required FDOT standard tapers east of the intersection. An alternate price proposal for this project with a terminus of 18th Street NE is included. FDOT standard tapers east of the intersection are included also. A Notice to Proceed (NTP) shall not be granted to the DB firm until after issuance of the USACOE permit and after all right-of-way has been acquired. B. Purpose The County is requesting Letters of Interest (LOl's) and Technical & Price Proposals from interested firms for Design-Build services include the final design, permitting and construction of Golden Gate Boulevard 4-Lane, east of Wilson Boulevard. It is the intent of the County to select and contract with one firm to perform all aspects of the design, permitting and construction of this project. The County reserves the right to stop work before, during or after 37 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1088- 12/9/2014 16.A.16. this project and is not obligated to the DB to continue the project. This solicitation is intended to comply with Chapter 287.055, Florida Statute. C. DB Responsibilities The DB will be expected to work in cooperation with the County and its designees, including private/public utilities and stormwater systems that will be affected by the work and must be considered with the services provided. The DB shall provide design services to accomplish the work contained in this solicitation. The DB may retain sub-consultants for various design tasks; however, the DB will be solely responsible for all coordination and interface with the County. The DB shall be the single point of contract for all design services. The DB shall obtain such additional geotechnical and surveying related information that it deems necessary for the performance of the work. The DB will be expected to provide the following tasks: 1. Design Services for Final Design, Permitting and Construction of 4-Lane Roadway a. The DB shall complete the 4-lane design of the Roadway utilizing the 60% design documents that will be provided by the County, and shall provide signed and sealed plans, calculations, and technical specifications. The DB shall familiarize itself thoroughly with these 60% design documents and follow the development of design to produce the final design plans. The DB shall provide progress review sets of design documents at 90% and 100%. The design shall conform to the design criteria already established within the 60% design package. The DB shall ensure the constructability of the project during the design and review process. Any construction activity that commences prior to 100% approved plans by the County shall be at the DB's sole risk. b. Upon completion of the construction documents for each phase, the DB shall perform a specific review thereof and shall include a complete cost estimate and critical path method schedule. The DB shall submit to the County a written review covering alternative analyses, suggestions and recommendations. The design may be subject to an independent analysis as determined by the County. The DB shall specifically address long lead procurement items and conditions characteristic of the County that may impede construction and take appropriate action. Historically, it has been the experience of the County with projects constructed within this general geographic area, that rock and muck will be encountered during underground installations. Therefore the DB should consider the increased cost of all underground work activities while preparing this bid. Further, no extra compensation or time extension will be allowed for additional work directly associated with the pile driving, piling drilling, splitting, excavation, crushing and disposal, replacement of displaced volume of extracted rock with fill material or special handling of rock, or the presence or removal of muck or any other unsuitable soils. 2. Design Services for Final Design, Permitting and Construction of 2-lane Bridge a. The DB shall provide final 2-lane design and construction services for bridge #034026 utilizing the 90% 4-lane bridge documents that will be provided by the County, and shall provide signed and sealed plans, calculations, and technical specifications. The DB shall familiarize itself thoroughly with these 90% design documents and follow the development of design to produce the final design plans. The DB shall provide progress review sets of design documents at 90% and 100%. The DB shall conform to the design criteria already established with the 90% 38 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1089- 12/9/2014 16.A.16. design package. The DB shall ensure the constructability of the project during the design and review process. Any construction activity that commences prior to 100% approved plans by the County shall be at the DB's sole risk. b. Upon completion of the construction documents for each phase, the DB shall perform a specific review thereof and shall include a complete cost estimate and critical path method schedule. The DB shall submit to the County a written review covering alternative analyses, suggestions and recommendations. The design may be subject to an independent analysis as determined by the County. The DB shall specifically address long lead procurement items and conditions characteristic of the County that may impede construction and take appropriate action. Historically, it has been the experience of the County with projects constructed within this general geographic area, that rock and muck will be encountered during underground installations. Therefore the DB should consider the increased cost of all underground work activities while preparing this bid. Further, no extra compensation or time extension will be allowed for additional work directly associated with the pile driving, piling drilling, splitting, excavation, crushing and disposal, replacement of displaced volume of extracted rock with fill material or special handling of rock, or the presence or removal of muck or any other unsuitable soils. 3. Property Acquisition The County may request the DB to assist with providing legal sketches and descriptions for temporary construction, and permanent easement and right-of-way acquisition for the 2-lane Bridge project and any other parts of the roadway project. The County is in the process of acquiring other right-of-way for the project and a Notice to Proceed (NTP) shall not be issued to the DB firm until this process is complete. The County is using the 4-lane 60% Design right-of-way maps as the basis of the real estate acquisition. Any deviation from these maps caused by the 100% Design of the DB firm shall be remedied by the DB firm. 4. Permitting The DB shall prepare all applications, data, and drawings required by the BCB and shall be responsible for obtaining all necessary BCB permits, including required fees. The current ERP (SFVVMD and USACOE) application for the 4-lane design project may need to be modified if any deviations are made to the 60% plans. 5. The DB shall notify, coordinate with, and obtain relocation schedules from all utility providers located within the project limits. 6. Construction The DB shall be responsible for performing the traditional duties of a General Contractor throughout the performance of the work and warranty periods. The DB shall coordinate and ensure all work is in accordance with the design documents provided by the designer and as approved by the County. The DB will resolve and be responsible for conflicts between the design and actual on-site conditions. The DB is to ensure that the project is completed in accordance with the plans and 39 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1090- 12/9/2014 16.A.16. specifications and requirements of the Florida Department of Transportation (FDOT) and Collier County. The DB will be responsible to the County Transportation Engineering (TE) Director or his designee for all aspects of the project. 7. Quality Control/Quality Assurance/Inspections The DB will solely be responsible for daily inspections of the project. The DB is to develop and implement a Quality Assurance/ Quality Control program. Final acceptance of each project and quality assurance will be provided by the County and based on the DB's certifications, environmental permit close-out requirements, signed and sealed as-built documentation and all other required close out documents. 8. Project Management Information The DB shall establish, with the full concurrence of the County, procedures for organizing and accomplishing the management control of the project including safety and traffic control. The DB shall design, implement and utilize a Project Management Information System (PMIS) to facilitate the rapid and accurate exchange and monitoring of information between all parties. The PMIS shall include as a minimum the following: • Narrative reporting, on a monthly basis • Schedule control, on a monthly basis • Cost Control, and estimating • Project accounting • Action reports • Complaint Log • Daily Quality Control/Inspection Reports • Change Order Log All reports, documents and data to be provided shall represent an accurate assessment of the current status of the project and of the work remaining to be accomplished. The information provided shall provide a sound basis for identifying variances and problems and shall include recommendations for making management decisions. It shall be prepared and furnished to the County monthly throughout the contract period. 9. Warranty Where any work is performed by the DB's own forces or by subcontractors under contract with the DB, the DB shall warrant that all materials and equipment included in such work will be of good quality, free from improper workmanship and defective materials and in conformance with the drawings and specifications. In general, the warranty shall be a one-year period from acceptance by the County (unless superseded in the scope of work). With respect to the same work, the DB further agrees to correct all work found by the County to be defective in material or workmanship or not in conformance with the drawings or specifications at no expense to the County. 40 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1091- 12/9/2014 16.A.16. 10. Investigations and Litigations if the DB, the Preliminary Design Professional, or any other member of the DB Team with more than a 20% share of the Contract has ever been the subject of an investigation conducted by a regulatory or professional licensing board, give the details of such action. If the same parties outlined above have ever been sued or debarred from working for a public authority as a result of their actions or inaction in the course of the practice of their business or profession, give the details of such a suit or debarment. 11. Public Information Program The DB shall undertake a Public Information Program. The minimum requirements to • complete this task and any information assembled shall include the following and must be approved by the County. • Maintain mailing lists of elected and appointed officials in the project area, permit and review agencies, property owners adjacent to or within the three hundred (300) feet of the project, and other interested parties that may be designated by the County. • Provide notification to residents in affected construction area in advance of proceeding with work in that area. DB shall keep residents informed of changes, delays, or other inconveniences until work in that area is complete. • Prepare exhibits, attend and participate in one (1) Public Information Meetings, which shall be conducted by the DB. The DB shall prepare and send notification of all meetings to all parties on the appropriate mailing lists. • Prepare presentation exhibits for use as visual aids during public meetings. • Erect project signs throughout the project area indicating the name of the project, project descriptions, and contact information. The DB shall also be responsible for establishing a construction inquiry phone line to manage complaints, questions and concerns. The phone number of this line will be prominently displayed on all communications with the public. All complaints will be researched and a response will be provided. Action on all complaints should be taken within twenty-four (24) hours from the time the complaint is registered. This information will be recorded and tracked in a computer database that may be reviewed by the County on a daily basis. In addition, a County representative will be identified to hear claims. County Responsibilities 1. County's Information. Upon request, the County shall provide all known available information regarding the requirements for the project design. 2. County's Representative. The County shall designate a representative who shall be fully acquainted with the project. The representative shall render decisions promptly and furnish information expeditiously. 3. Availability of Lands. The County shall furnish, as indicated in the Contract Documents, the lands upon which the construction is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of the DB. The County 41 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1092- 12/9/2014 16.A.16. may request the DB to assist with this effort. The DB shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. This document is signed and sealed as described in Florida Department of Business and Professional Regulation, Board of Professional Engineers. 5/1 I 2014- ajeli S. , ad, License/No: PE63300 Date r 4e "T ft^ flC f� E C+so- " c 42 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1093- 12/9/2014 16.A.16. EXHIBIT B PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, that we (herein after called the Principal) and , (herein called the Surety), a corporation chartered and existing under the laws of the State of with its principal offices in the City of and authorized to do business in the State of are held and firmly bound unto the (hereinafter called the Owner), in the full and just sum of Dollars ($ ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as LOURFP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard. NOW, THEREFORE, if the Owner shall accept the RFP of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such RFP, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Proposal Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $ noted above as liquidated damages, and not as a penalty, as provided in the RFP Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this day of , 201 Principal BY (Seal) Surety (Seal) Countersigned Local Resident Producing Agent for 43 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1094- 12/9/2014 16.A.16. EXHIBIT C — Price Proposal Page Include in Separate Sealed Envelope with Technical Proposal Package COLLIER COUNTY PRICE PROPOSAL FORM SOLICITATION: RFP 14-6289 PROJECT DESCRIPTION: Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard BASE PROPOSAL PROPOSED CONTRACT TIME: Days Substantial; Total Days (to Final) Item Description Unit Quantity Price Design-Build (16th St. N.E.) LS 1 TOTAL LUMP SUM PRICE FOR TERMINUS EAST OF 16th ST. N.E. INCLUDING ALL TAPERS $ TOTAL LUMP SUM PRICE INCLUDING PARTNERING and DISPUTES REVIEW WRITTEN OUT: $ ALTERNATE A PROPOSED CONTRACT TIME: Days Substantial; Total Days (to Final) Item Description Unit Quantity Price Design-Build (18th St. N.E.) LS 1 TOTAL LUMP SUM PRICE FOR TERMINUS EAST OF 18TH ST. N.E. INCLUDING ALL TAPERS $ TOTAL LUMP SUM PRICE INCLUDING PARTNERING and DISPUTES REVIEW WRITTEN OUT: $ DESIGN-BUILD FIRM NAME: DESIGN-BUILD FIRM ADDRESS: DESIGN-BUILD FIRM SIGNATURE: PRINTED NAME: TITLE: Provide Dun & Bradstreet Rating: Include in Separate Sealed Envelope with Technical Proposal Package 44 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1095- 12/9/2014 16.A.16. CC 7 County Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Administrative Services Division FAX: (239) 252-2810 Purchasing ADDENDUM 1 Memorandum Date: May 7, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation #and Title 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following requirement is issued as an addendum for the referenced solicitation: In order to obtain copies of the Bridge Plans for this project you must fill out the Exempt Documents/Security System Plan Distribution Form (see attachment). A completed form must be submitted to the Purchasing Department in order to receive a CD containing the Bridge Plans. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Addendum#1 1 Packet Page -1096- 12/9/2014 16.A.16. Co ley- County Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Adnninistratve Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #2 Memorandum Date: May 21, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #2: Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until May 30th, 2014. • The question and answer period for this solicitation has been extended until May 27th, 2013 • In response to a question on the online bidding system the following files have been posted to the online bidding system as an attachment to this addendum. O 14-6289 —A2 071102-5 Application O 14-6289 —A2 SFWMD Permit • The following statement is added to this RFP and made part of the solicitation "The use of vibratory rollers shall not be permitted in the vicinity of the City Of Naples Raw Water Main along the north side of Golden Gate Boulevard east of Wilson Boulevard during the project construction phase. Consultation with the City of Naples Utilities Department is required prior to the initiation of any construction work on the project." • The following statement is added to this RFP and made part of the solicitation specifically Exhibit C — Price Proposal Page. "In Exhibit C- Price Proposal Page, Alternate A and Alternate B pricing proposals are add alternates, and as such are additive to the Base Proposal. The County reserves the right to award the Base Price Proposal, and any Addendum#1 1 Packet Page -1097- 12/9/2014 16.A.16. combination of Alternate A and Alternate B Price Proposals, or not award the project at all, depending on funding at the time of award." • The following statement is added to this RFP and made part of the solicitation specifically Step Ill — Evaluation and Selection of Design-Builder. "In Step III of the RFP, Evaluation and Selection of Design-Builder, the Final Ranking of the Design-Build proposers will be evaluated on the Technical Proposal score and the Base Price Proposal score only, and not evaluated on the Alternate A and Alternate B Price Proposals score." • An "Alternate B" has been added to this solicitation and included as part of this addendum. The following file should be completed and submitted to the County in a sealed envelope with your technical proposal: o 14-6289 —A2 Alternate B Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page-1098- 12/9/2014 16.A.16. CI L" Comity Email: evelyncolon @colliergov.net .. - Telephone: (239) 252-2667 Administrative Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #3 Memorandum Date: May 28, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 3: Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 2, 2014. • The following statement from Addendum #2 is now corrected to read as follows: The following statement is added to this RFP and made part of the solicitation specifically Step III — Evaluation and Selection of Design-Builder. "In Step III of the RFP, Evaluation and Selection of Design-Builder, the Final Ranking of the Design-Build proposers will be evaluated on the Technical Proposal score and thee Base Exhibit C - Price Proposal page, score only, and not evaluated on the Base Proposal along with Alternate A and Alternate B Price Proposals score." The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Addendum#3 Packet Page -1099- 12/9/2014 16.A.16. Packet Page-1100- 12/9/2014 16.A.16. .� ,. . County Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Adn .ruistrattve Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #4 Memorandum Date: May 30, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #4 Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 6, 2014. • The following corrections and additional language are made part of solicitation 14-6289 through this addendum: Page 14 and 15: 1. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 87 25 and Resolution Number 2006 268 2013-69 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3) firms, the Procurement 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. 2. 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: Addendum#4 1 Packet Page -1101- 12/9/2014 16.A.16. 1. The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist and Project Manager will review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. 4. Meetings will be open to the public and the Procurement Strategist will publicly post prior notice of such meeting in the lobby of the Purchasing Building at least one(1) day in advance of all such mcctings; 5. The committee members will review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice will be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist will also post prior notice of all subsequent committee meetings and will endeavor to post such notices at least one (1) day in advance of all subsequent meetings. The committee will compile individual rankings, based on the evaluation criteria as stated their discretion, schedule presentations or demonstrations from the top ranked firm(s), make site visits, and obtain guidance from third party subject matter experts. The final rights upon the Vendor nor obligates the County in any manner. Acceptance of the 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, interviews, or oral presentations. 8. The Selection Committee, as approved by the County Manager or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members will score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. Consultant(s) shall have an opportunity to discuss their qualifications, approach to the project and ability to furnish services for the scope of work outlined in this solicitation during the publicly announced Selection Committee Meeting prior to the final ranking. This discussion does not preclude the County from having additional presentations by ranked firms at the County's sole discretion. 9. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. 10. Negotiations shall begin with the top-ranked firm(s) in accordance with Florida Statute 287.055. 11. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Packet Page -1102- 12/9/2014 16.A.16. Page 7 and 8: STEP II: TECHNICAL & PRICE PROPOSALS (Only the Shortlisted Firms Resulting From Step One Will Be Invited to Provide Technical & Price Proposals) Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. The utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and when required, separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Step II includes both Technical and Price Proposals. Final scoring is as follows: Technical has a maximum 40% of total score and the Price Proposal is valued at a maximum of 60% of total score (see section III for more details). The items listed below shall be the evaluation criteria for the Technical proposals and must be reflected in each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a proposer to include all listed items may result in the rejection of its proposal. Proposer shall ensure that all TABS in his Technical Proposal in STEP II of the RFP process include information relating to the Resurfacing component (Alternate B) of the project. Tab I: Project Approach. (40 points, 10 pages maximum; note: Only 2 pages can be 11 X 17 formats)The proposal will be assessed -1 point for each additional page over the described limit. 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 certification that the Proposer will accept any awards made as a result of said submission of the terms contained therein. The Proposer shall include a description of how the design of the project will be approached. The proposal will include options to be considered and the issues to be resolved in the preparation of project specific standard drawings. Specifically address how the design team will approach BCB permitting and right of way plans to comply with the project requirements. Provide the methods to be used to avoid construction conflicts. The Proposer will present concepts in their ability to develop cost effective solutions through innovative design and contracting methods to speed up the construction. In this tab, include a detailed plan of approach (including major tasks and sub-tasks). Construction staging will be highly critical to this approach. • Describe proposed Traffic Control concept for the Resurfacing component of Golden Gate Boulevard West, including avoiding peak travel times. Page 37 and 38: PROJECT INFORMATION A. Introduction The purpose of this Exhibit is to describe the scope of work and the responsibilities of the Design-Build (DB) firm in connection with the preparation of a Request for Proposal Packet Page -1103- 12/9/2014 16.A.16. package for the design and preparation of a complete set of construction plans and special provisions, and construction of: • Roadway improvements to the transportation facility described herein, and the • Bridge/structural improvements for the structure identified herein. In December of 2008, a design was completed for the 6-lane widening of Golden Gate Boulevard (CR 876) from Wilson Boulevard to DeSoto Boulevard. Due to budget constraints and long range transportation needs projections, the County determined that Golden Gate Boulevard would only need four lanes. It was further determined that Transportation Engineering (TE) Department would pursue a redesign of the project to four lanes in a four-lane right-of-way section. The redesign would be taken to 60% plans and all permits (except for BCB permitting) would be obtained so that the County may, at a future date, pursue final design plans, or construct the project as a Design-Build, when construction funding becomes available. By March 2010, the 60% redesign was completed; however, the environmental resource permit for the project is still pending, and should be obtained by August, 2014. The original design and subsequent 4-lane 60% re-design included the replacement of three bridges: 1) the Golden Gate Main Canal (Bridge #034026), 2) Miller Canal (Bridge #034028), and 3) the Faka Union Canal (Bridge #034030). Bridges No. 034026 and 034028 have since been reconstructed with a previous construction project. This project also included the preliminary design (4-lane) of the two bridges which shall be used for this DB project. This new project is for the 4-lane widening of Golden Gate Boulevard east of Wilson Boulevard, excluding the Wilson/Golden Gate Boulevard intersection, including the Golden Gate Main Canal Bridge. The project begins at the beginning of the two/four-lane transition east of Wilson Boulevard. The project terminus is the 16th Street NE intersection, including all required FDOT standard tapers east of the intersection. An alternate price proposal for this project with a terminus of 18th Street NE is included. FDOT standard tapers east of the intersection are included also. An alternate price proposal (Alternate B) for the Resurfacing of Golden Gate Boulevard West is included also. A Notice to Proceed (NTP) shall not be granted to the DB firm until after issuance of the USACOE permit and after all right-of-way has been acquired. B. Purpose The County is requesting Letters of Interest(LOP's) and Technical& Price Proposals from interested firms for Design-Build services include the final design, permitting and construction of Golden Gate Boulevard 4-Lane, east of Wilson Boulevard. An alternate price proposal (Alternate B) for the Resurfacing of Golden Gate Boulevard West is included also. It is the intent of the County to select and contract with one firm to perform all aspects of the design, permitting and construction of this project. The County reserves the right to stop work before, during or after this project and is not obligated to the DB to continue the project. This solicitation is intended to comply with Chapter 287.055, Florida Statute. Page 39: 3. Construction Services for Resurfacing of Golden Gate Boulveard West (Alternate B) a. The DB shall provide construction services for the Resurfacing of Golden Gate Boulevard West including traffic control plans (MOT). Project includes milling of existing roadway and disposal of millings, storm sewer inlet debris protection, sweeping, tack coat, level any areas prior to surface course to provide smooth dip free ride, temporary and permanent restripinq with thermoplastic, 1 '/" asphalt resurfacing, Maintenance of Traffic (MOT), Packet Page -1104- 12/9/2014 16.A.16. replacement of all traffic signal loops prior to final lift of asphalt being placed, smooth transitions with all existing concrete, brick and asphalt driveways or a 2 linear foot asphalt turnouts at all other type driveways, and 50 linear foot resurfacing down side streets. 3 4. Property Acquisition The County may request the DB to assist with providing legal sketches and descriptions for temporary construction, and permanent easement and right-of-way acquisition for the 2-lane Bridge project and any other parts of the roadway project. The County is in the process of acquiring other right-of-way for the project and a Notice to Proceed (NTP) shall not be issued to the DB firm until this process is complete. The County is using the 4-lane 60% Design right-of-way maps as the basis of the real estate acquisition. Any deviation from these maps caused by the 100% Design of the DB firm shall be remedied by the DB firm. The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page-1105- 12/9/2014 16.A.16. Colter County Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Adm nistra ue Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #5 Memorandum Date: June 5, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 5 Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 11, 2014. • For Price Proposal Alternate B, the limits of the western end of the Resurfacing Project will terminate at Station 38+56.78, which is near Weber Boulevard and is the beginning of the Collier Boulevard (Green Boulevard to Golden Gate Boulevard) road widening project. Please see attached plan sheet S-18 (Signing and Pavement Markings Plan) for reference. • The DB firm shall coordinate with the South Florida Water Management District (SFWMD) on the relocation of their monitoring wells # C-1951 and C-953, which are in the vicinity of the Main Golden Gate Canal Bridge. The existing monitoring wells are within the footprint of the roadway widening, and shall be properly abandoned and shall be relocated by SFWMD outside the new roadway footprint. The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Addendum#5 Packet Page -1106- 12/9/2014 16.A.16. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page -1107-