Loading...
Agenda 03/27/2018 Item #16C203/27/2018 EXECUTIVE SUMMARY Recommendation to approve the selection committee rankings and to authorize entering into contract negotiations for Request for Professional Services 17-7117, “South County Regional Water Treatment Plant Reactor Tank No. 4,” Project 70135, with the top-ranked firm, Carollo Engineers, Inc. OBJECTIVE: To obtain professional engineering design services for the South County Regional Water Treatment Plant (SCRWTP) Reactor Tank No. 4 Project. The resulting design will provide a new reactor tank and will result in a quality, best value project to serve water customers with full regulatory compliance reliability, and sustainability. CONSIDERATIONS: The proposed scope of work under Project No. 70135, SCRWTP Reactor Tank No. 4” is consistent with the Capital Improvement Program (CIP) contained in the 2014 Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water Master Plan/CIP Plan approved by the Board of County Commissioners (Board) on November 10, 2015 (Agenda Item 9C), as Appendix III of the 2015 AUIR/CIE. Funding for project 70135 is available in, and is consistent with, the FY2018 CIP Budget. The SCRWTP consists of two treatment processes: lime softening and reverse osmosis. The initial phase was built in 1984, designed to produce 12 million gallons per day (MGD) of potable water utilizing a lime softening treatment process. This process receives raw water from the Tamiami Wellfield and utilizes three lime softening reactors, where lime and other chemicals are introduced into the raw water to reduce hardness and improve clarification prior to filtration. The result is a low-cost, high-quality product that is distributed to customers. The existing reinforced concrete Reactor Tank No. 1 has been in service for over 30 years, is showing fatigue cracks, and is leaking. Although repairs were previously implemented in Reactor Tank No. 1, the amount of surface cracks have increased over time. Reactor Tank No. 4 will replace the existing Reactor Tank No. 1 and will include additional reserve lime softening capacity for improved system reliability. Following construction and startup of Reactor Tank No. 4, the existing Reactor Tank No. 1 will be demolished under a separate project. On August 10, 2017, the Procurement Services Division released notice of Request for Professional Services (RPS) 17-7117 to 1,768 firms for “SCRWTP Reactor Tank No. 4.” Sixty-three solicitation packages were downloaded, and one proposal was received on October 16, 2017. Since only one proposal was received, this RPS was re-advertised with the hopes of receiving more interest. On December 11, 2018, the Procurement Services Division re-released notice of RPS 17-7117 to 7,789 firms for “SCRWTP Reactor Tank No. 4. Eighty-Eight solicitation packages were downloaded, and two proposals were received on January 11th, 2018, as shown below. Both Carollo Engineers, Inc., and AECOM Technical Services were deemed responsive and responsible. The selection committee met on February 2nd and February 22, 2018, as required by F.S. § 287.055, and finished with a tied final ranking. Using the tie breaking procedures described in the RPS document, the final ranking is determined to be Carollo Engineers as number 1 and AECOM Technical Services as number 2. Staff recommends beginning negotiation with the top ranked firm, Carollo Engineers, Inc. Rank Name of Firm 1 Carollo Engineers, Inc, 2 AECOM Technical Services FISCAL IMPACT: There is no fiscal impact associated with this action. Once negotiations are 16.C.2 Packet Pg. 951 03/27/2018 completed and approved, the source of funding for the future contract is available in the FY2018 capital budget approved by the Board September 21, 2017. The source of funding is the Water User Fee Fund (412). LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: To approve the final ranking of professional engineering consultants, enter into negotiations with the top ranked firm, Carollo Engineers, Inc., for Request for Professional Services 17-7117, “South County Regional Water Treatment Plant Reactor Tank No. 4,” Project 70135, and if an agreement cannot be reached with that firm, to continue negotiating with the second ranked firm. Staff will bring a proposed contract to the Board approval following the conclusion of negotiations. Prepared by: Alicia Abbott, E.I., Proj ect Manager, Engineering & Project Management. ATTACHMENT(S) 1. 17-7117 - Approved NORA (PDF) 2. 17-7117 Final Ranking (Step 2) (PDF) 3. 17-7117_Solicitation (PDF) 4. 17-7117_Scope_of_Services (PDF) 16.C.2 Packet Pg. 952 03/27/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.2 Doc ID: 5038 Item Summary: Recommendation to approve the selection committee rankings and to authorize entering into contract negotiations for Request for Professional Services 17-7117, “South County Regional Water Treatment Plant Reactor Tank No. 4,” Project 70135, with the top-ranked firm, Carollo Engineers, Inc. Meeting Date: 03/27/2018 Prepared by: Title: Project Manager – Public Utilities Planning and Project Management Name: Alicia Abbott 03/06/2018 9:51 AM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 03/06/2018 9:51 AM Approved By: Review: Water Steve Messner Additional Reviewer Completed 03/06/2018 10:03 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 03/06/2018 10:20 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 03/06/2018 3:32 PM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 03/06/2018 4:12 PM Public Utilities Planning and Project Management Oscar Martinez Additional Reviewer Completed 03/06/2018 7:02 PM Procurement Services Swainson Hall Additional Reviewer Completed 03/07/2018 8:58 AM Procurement Services Sandra Herrera Additional Reviewer Completed 03/07/2018 10:06 AM Procurement Services Ted Coyman Additional Reviewer Completed 03/07/2018 1:55 PM Procurement Services Adam Northrup Additional Reviewer Completed 03/08/2018 7:29 AM Public Utilities Department Heather Bustos Level 1 Division Reviewer Completed 03/09/2018 1:39 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 03/14/2018 5:41 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 03/15/2018 10:11 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 03/15/2018 10:40 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/16/2018 10:30 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 03/17/2018 9:17 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 03/18/2018 11:45 AM 16.C.2 Packet Pg. 953 03/27/2018 Board of County Commissioners MaryJo Brock Meeting Pending 03/27/2018 9:00 AM 16.C.2 Packet Pg. 954 16.C.2.a Packet Pg. 955 Attachment: 17-7117 - Approved NORA (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) Selection Committee Final Ranking Sheet (Step 2) RPS #: 17-7117 Title: SCRWTP Reactor Tank Number Four Name of Firm Tom Sivert Randy Lewis Mark McCleary Marlene Messam Claude Nesbitt Total Selection Committee Final Rank 24 month spend (1/11/2016 - 1/11/2018) Ranking after tie breaker AECOM Techncial Services, Inc. 2 2 1 1 6 1.0 $3,144,505.76 2 Carollo Engineers, Inc.1 1 2 2 6 1.0 $1,193,095.28 1 Procurement Professional Adam Northrup, 2/23/2018 Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached. Page 1 of 1 16.C.2.b Packet Pg. 956 Attachment: 17-7117 Final Ranking (Step 2) (5038 : To Approve the Selection Committee Rankings for 1 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR SCRWTP Reactor Tank Number Four RPS NO.: 17-7117 EVELYN COLON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-2667 FAX: (239) 252-2810 evelyncolon@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.2.c Packet Pg. 957 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) TABLE OF CONTENTS ITEM DESCRIPTION......................................................................................................................................................... 1.0 Introduction 2.0 Background 3.0 Request for Professional Services (RPS) Process 4.0 Grading Criteria for Development of Shortlist Instruction to Proposers 5.0 Questions 6.0 Pre-Proposal Conference 7.0 Compliance with RPS 8.0 Ambiguity, Conflict, or Other Errors in the RPS 9.0 Proposals, Presentations, and Protest Costs 10.0 Delivery of Proposals 11.0 Validity of Proposals 12.0 Method of Source Selection 13.0 Evaluation of Proposals 14.0 References 15.0 Reserved Rights 16.0 Collier County Purchase Order Terms and Conditions Additional Terms and Conditions for RPS 17.0 Insurance and Bonding Requirements 18.0 Additional items and/or Service 19.0 County’s Right to Inspect 20.0 Vendor Performance Evaluation 21.0 Additional Terms and Conditions of Contract 22.0 Public Records Compliance 23.0 Payment Method 24.0 Environmental Health and Safety 25.0 Licenses 26.0 Survivability 27.0 Principal/Collusion 28.0 Relation of County 29.0 Termination 30.0 Lobbying 31.0 Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) 32.0 Single Proposal 33.0 Protest Procedures 34.0 Public Entity Crime 35.0 Security and Background Checks 36.0 Conflict of Interest 37.0 Prohibition of Gifts to County Employees 38.0 Immigration law Affidavit Certification 39.0 Term of Contract Attachments Attachment A – Scope of Services Attachment B – Required RPS Forms 16.C.2.c Packet Pg. 958 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) FOR QUALIFICATIONS SUBMITTAL REQUEST FOR PROFESIONAL SERVICES (RPS) NUMBER: 17-7117 PROJECT TITLE: SCRWTP Reactor Tank Number Four PRE-PROPOSAL CONFERENCE: No Proposal Conference for this project. PROPOSAL OPENING DAY/DATE/TIME: January 11, 2018 at 1:00 P.M. PLACE OF PROPOSAL OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 1.0 INTRODUCTION As requested by the Public Utilities Department – Planning & Project Management Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request fo r Professional Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. Provide a design of Reactor Tank No.4 for the 12 million gallons per day lime softening facility at the South County Regional Water Treatment Plant (hereinafter, the “SCRWTP”). 2.0 BACKGROUND The Collier County Water-Sewer District (CCWSD) owns and operates the SCRWTP. The SCRWTP has two separate water treatment processes: A lime softening facility with a capacity of 12 million gallons per day (MGD) and reverse osmosis facility with a capacity of 20 MGD. The original plant was designed to produce 12 MGD of potable water utilizing the lime softening treatment process. The process at the SCRWTP utilizes three reactor tanks to mix lime and raw water. Each tank was manufactured by Infilco Degremont, Inc., and has a diameter of 48 feet with a rated capacity of 4 MGD. Reactor Tank No.1 was the first of the three reactor tanks constructed at the facility and was built in 1982/1983. In 1986/1987 Reactor Tanks 2 and 3 were constructed to provide additional water treatment capacity at the plant. Raw water first goes through a degasification unit and is then distributed by a splitter box to the three reactor tanks. The water then flows by gravity to the filters and chlorine contact chambers and is pumped to the water distribution system. Extensive cracks developed on the exterior face of the tank walls and leakage was observed through the cracks. The amount of surface cracks appears to have increased over the years. Repairs were implemented on all three reactor tanks; however, leaks are still occurring. A structural evaluation was performed by AECOM (report attached). In April, 2005 the Board of County Commissioners approved a design work order to add a fourth reactor tank with a capacity of 6 MGD. A design was developed but the unit was not constructed (see attached plans and specifications). 3.0 REQUEST FOR PROFESSIONAL SERVICES (RPS) PROCESS 3.1 The selection process will involve a two step proposal review to minimize Proposers’ costs in preparing initial qualification proposals and expediting the review process. The Proposers will initially s ubmit a qualifications proposal which will be scored based on the criteria in Section 4.0 Grading Criteria for Development of Shortlist, which will be the basis for short-listing no less than three (3) firms. The Proposers will need to meet the minimum requirements outlined herein in or der for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then issue an invitation for oral presentations (Step 2) to at least the top three short-listed firms and produce a final ranking for approval by the Board of County Commissioners . Upon approval, the County will enter into negotiations with the top ranked firms to establish cost for the services needed. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and technical components. The COUNTY plans to include an allowance in the contract for items such as changes in scope and permit acquisition. 3.2 The COUNTY will use a Selection Committee in the Request for Professional Services selection process. 3.3 The intent of the Step 1 scoring of the qualifications proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 3.4 Based upon a review of these qualification proposals, the top three (3) short-listed firms will be requested to submit Step 2, to make oral presentations. 3.5 The scores from the RPS - Step 1 used for short-listing for this Project will not be carried forward for the Step 2 of this selection process. 16.C.2.c Packet Pg. 959 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) 3.6 The intent of the Step 2 oral presentations is to provide the firms with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 3.7 After review of the Step 2 oral presentations, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 3.8 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top-ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. 4.0 GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 4.1 For the development of a shortlist, this evaluation criteria will be utilized by the COUNTY’S Selection Committee to score each proposal. Consultants are encouraged to keep their proposals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 20 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 25 Points 4. Project Approach, Willingness to Meet Time and Budget Requirements 20 Points 5. Location 10 Points 6. Recent, Current, and Projected Workloads of the Firm 20 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty -four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process. In the event a tie still exists, selection will be determined based on random selection by the Pro curement Services Director before at least three (3) witnesses. ----------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: ABILITY OF PROFESSIONAL PERSONNEL (20 Total Points Available) This criterion measures the ability of professional team personnel as shown by their level of experience on projects of similar type, size and complexity. This criterion measures how well the team is staffed to address all facets of the project. It measures how well the team is organized to deliver the project for the COUNTY. Preference will be given to teams with knowledge and experience with local construction and regulatory conditions and who demonstrate a strong commitment to team collaboration proximate to the project site. Preference will also be given to teams (both individual within the teams and the companies making up the team) that have worked together on successful delivery of similar projects. It measures the overall level of the team’s qualifications to successfully complete the project. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise EVALUATION CRITERIA NO. 3: PAST PERFORMANCE (25 Total Points Available) This criterion measures the professional team’s past experience with projects similar in size, type and complexity as this project. The professional teams will be evaluated on their design of Lime Softening Water Treatment Plants of the size and scope of this project, including the experience the team members proposed on this project have together on the previous projects presented. Experience with all elements of the project scope as generally described herein will be evaluated, with specific emphasis on experience addressing the technical, community and project delivery categories. The professional team’s minimization of change orders will be an important consideration. Preference will be given to teams with 5 years experience in the design of Lime Softening Water Treatment Plants. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients whose projects are of a similar nature to this solicitation as a pa rt of their proposal. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and 16.C.2.c Packet Pg. 960 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) complexity of this project using form provided in Attachment B – Form 8. Proposer may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the PSC information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 4: PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS (20 Total Points Available) Written overview of the professional team’s resources available to complete the services requested in the schedule outlined in the scope of services. The Proposer should illustrate to the COUNTY how they propose to approach the project and assemble the resources to meet each phase and each major element of the project. (Limit response to 3 pages) A conceptual level schedule should be included as a separate page to illustrate concepts of design and permitting time, sequencing of the major elements. (Limit schedule to 1 page, 11” x 17” page size and 40 activities maximum) Written overview of professional team’s concept and approach to managing the overall cost of the project. (Limit response to 3 pages) Include in the 3 page response specific information on past project performance that demonstrates the Proposer’s ability to meet owners’ budgets including change order history on similar projects. EVALUATION CRITERIA NO. 5: LOCATION (10 Total Points Available) The professional team’s approach to management and execution of work with respect to location of various key project team members will be evaluated under this criterion. The Proposer shall demonstrate from the project kick-off how they will establish the project location in order to manage day-to-day or on-site information collection and distribution between internal and external team members, and County staff, as well as other entities involved in the project. EVALUATION CRITERIA NO. 6: RECENT, CURRENT, AND PROJECT ED WORKLOADS OF THE FIRM (20 Total Points Available) This criterion measures the team’s proposed resources for the project and their availability to complete all elements of this project with regards to the closeout of recent work, current workload, and projected projects that could impact the completion of this project. INSTRUCTIONS TO PROPOSERS 5.0 QUESTIONS 5.1 Direct questions related to this RPS to the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. 5.2 Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 6.0 PRE-PROPOSAL CONFERENCE 6.1 The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RPS with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the R PS. Only written responses to written questions will be considered official, and will be included as part of the RPS as an addendum. 6.2 All prospective Consultants are strongly encouraged to attend, as, this will usually be the only pre -proposal conference for this solicitation. If this pre-proposal conference is denoted as “mandatory”, prospective Consultants must be present in order to submit a proposal response. 7.0 COMPLIANCE WITH THE RPS 7.1 Proposals must be in strict compliance with this RPS. Failure to comply with all provisions of the RPS may result in disqualification. 8.0 AMBIGUITY, CONFLICT, OR OTHER ERRORS IN THE RPS 8.1 It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RPS, 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 R PS from the 16.C.2.c Packet Pg. 961 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) Procurement Services Division. 9.0 PROPOSALS, PRESENTATIONS, AND PROTEST COSTS 9.1 The County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this RPS, nor for the presentation of its proposal and/or participation in any di scussions, negotiations, or, if applicable, any protest procedures. 10.0 DELIVERY OF PROPOSALS 10.1 All proposals are to be submitted before 3:00P.M., Naples local time, on or before January 11, 2018 the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. 10.2 The County does not bear the responsibility for proposals delivered to the Procurement Services Division past the stated date and/or time indicated. 11.0 VALIDITY OF PROPOSALS 11.1 No proposal can be withdrawn after it is opened unless the Consultant makes their request in writing to the County. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 12.0 METHOD OF SOURCE SELECTION 12.1 The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2017-08, establishing and adopting the Collier County Procurement Ordinance. 12.2 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. 13.0 EVALUATION OF PROPOSALS 13.1 Collier County will evaluate and the proposals and select the firm in accordance with Florida Statute 287.055, Consultants’ Competitive Negotiation Act (CCNA). 13.2 The County’s procedure for selecting is as follows: 13.2.1 The Procurement Services Director shall appoint a selection committee to review all proposals submitted. 13.2.2 The Request for Professional Services is issued. 13.2.3 Subsequent to the receipt closing date for the proposals, the Procurement professio nal will review the proposals received and verify each proposal to determine if it minimally responds to the requirements of the published RPS. 13.2.4 Selection committee meetings will be open to the public and publicly noticed by the Procurement Services Division. 13.2.5 In an initial organization meeting, the selection committee members will receive instructions, the submitted proposals, and establish the next selection committee meeting date and time. After the first meeting, the Procurement professional will publically announce all subsequent committee meeting dates and times. The subsequent meeting dates and times will be posted with at least one (1) day advanced notice . 13.2.6 Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the request for proposal using the Individual Selection Committee Score and Rank Form and prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the proposals. 13.2.7 At the publicly noticed selection committee meeting, the members will present their independent findings / conclusions / comments based on their reading and interpretation of the materials presented to each other, and may ask questions of one another. Time will be allowed for public comment. 13.2.8 Collier County selection committee members may 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, clarification of proposer information, and/or additional credit information. 13.2.9 Once the individual scoring has been completed, the Procurement professional will read the results publicly. The committee will make a determination on which firms will be invited to give oral presentati ons by short listing the proposals submitted with the goal of having a minimum of three (3) firms giving oral presentations. The selection committee may ask for additional information, present materials, interview, ask questions, etc. The members may consider any and all information obtained through this method in formulating their final ranking. 16.C.2.c Packet Pg. 962 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) 13.2.10 The selection committee’s overall rank of firms in order of preference (from highest beginning with a rank of one (1) to the lowest) will be discussed and reviewed by the Procurement Professional. By final consensus, and having used all information presented (proposal, presentation, references, etc.), the selection committee members will create a final ranking and staff will subsequently enter into negotiations. 13.3 The County reserves the right to withdraw this RPS 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. 13.4 Receipt of a proposal by the County offers no rights upon the Consultant nor obligates the County in any manner. 13.5 Acceptance of the proposal does not guarantee issuance of any other governmental approvals. 14.0 REFERENCES 14.1 The County reserves the right to contact any and all references submitted as a result of this solicitation. 15.0 RESERVED RIGHTS 15.1 Collier County reserves its right in any solicitation to accept or reject any or all bids, proposals or offers; to waive mino r irregularities and technicalities; or to request resubmission. Also Collier County reserves the right to accept all or any pa rt of any bid, proposal, or offer, and to increase or decrease quantities to meet the additional or reduced requirements of Collier County. Collier County reserves its right to cancel, extend or modify any or all bids, proposals or offers; to award to one or more vendors; to award all or part of a solicitation; and to award by individual line items when it is deemed to be in the best interest of the County. Collier County reserves its right to reject any sole response. END OF INSTRUCTIONS TO PROPOSERS 16.0 COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 16.1 Offer 16.1.1 This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 16.2 Acceptance and Confirmation 16.2.1 This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. 16.2.2 No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY’S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 16.3 Inspection 16.3.1 All goods and/or services delivered hereunder shall be received subject to the COUNTY’S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR’S expense. 16.3.2 To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non conforming or otherwise rejected by the COUNTY. 16.4 Shipping and Invoices 16.4.1 a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. 16.4.2 b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full 16.C.2.c Packet Pg. 963 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) amount of invoice. 16.4.3 c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The contain er and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR’S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of suc h shipment. 16.4.4 d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the “Local Government Prompt Payment Act,” and, pursuant to the Board of County Commissioners Purchasing Policy. 16.5 Time Is Of the Essence 16.5.1 Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY’S right to insist upon further compliance with all specifications. 16.6 Changes 16.6.1 The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 16.7 Warranties 16.7.1 VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 16.8 Statutory Conformity 16.8.1 Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 16.9 Advertising 16.9.1 No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY’S name or other identifying marks or property without the prior written consent of the COUNTY’S Purchasing Department. 16.10 Indemnification 16.10.1 VENDOR shall defend, indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 16.11 Warranty of Non Infringement 16.11.1 VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. 16.C.2.c Packet Pg. 964 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) 16.11.2 VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY’S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). 16.11.3 If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY’S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 16.12 Insurance Requirements 16.12.1 The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through ins urers authorized or eligible to write policies in the State of Florida. 16.13 Compliance with Laws 16.13.1 In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non - exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital s tatus, or veterans’ status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 16.14 Force Majeure 16.14.1 Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in perfo rmance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 16.15 Assignment 16.15.1 VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16.16 Taxes 16.16.1 Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 16.17 Annual Appropriations 16.17.1 The COUNTY’S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 16.18 Termination 16.18.1 This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of rec eipt of such notice. 16.19 General 16.19.1 a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida 16.19.2 b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. 16.C.2.c Packet Pg. 965 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) 16.19.3 c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. 16.19.4 d) The Vendor agrees to reimburse ment of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. 16.19.5 e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or over lap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. 16.C.2.c Packet Pg. 966 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) ADDITIONAL TERMS AND CONDITIONS FOR RPS 17.0 INSURANCE AND BONDING REQUIREMENTS 17.1 The Consultant shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this so licitation. The Consultant shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. 17.2 The County and the Consultant waive against each other and the County’s separate Consultants, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Consultant and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Consultants, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. 17.3 Collier County shall be responsible for purchasing and maintaining, its own liability insurance. 17.4 Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” 17.5 The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Consultant under this solicitation and shall contain a severability of interests provisions. 17.6 Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 17.7 The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Consultant has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Consultant must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Consultant’s sole responsibility. 17.8 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. 17.9 The Consultant and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non renewal on the part of the insurance carrier or the Consultant. The Consultant shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer and nothing contained herein shall relieve Consultant of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 17.10 Should at any time the Consultant not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Consultant for such coverage(s) purchased. If Consultant fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Consultant under this Agreement or any other agreement between the County and Consultant. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of a ny of its rights under the Contract Documents. 17.11 If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Consultant shall furnish to the County renewal or replacement Certificate(s) of In surance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Consultant to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 18.0 ADDITIONAL ITEMS AND/OR SERVICES 18.1 Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance. 16.C.2.c Packet Pg. 967 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) 19.0 COUNTY’S RIGHT TO INSPECT 19.1 The County or its authorized Agent shall have the right to inspect the Consultant’s facilities/project site during and after each work assignment the Consultant is performing. 20.0 VENDOR PERFORMANCE EVALUATION 20.1 The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 21.0 ADDITIONAL TERMS AND CONDITIONS OF CONTRACT 21.1 The selected Consultant shall be required to sign a standard Collier County contract. 21.2 The resultant contract(s) may include purchase or work orders issued by the County’s project manager . 21.3 The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Consultant. 21.4 The County’s project manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 22.0 PUBLIC RECORDS COMPLIANCE 22.1 Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 22.2 The Contractor must specifically comply with the Florida Public Records Law to: 22.2.1 Keep and maintain public records required by the public agency to perform the servic e. 22.2.2 Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 22.2.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 22.2.4 Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored elect ronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 23.0 PAYMENT METHOD 23.1 Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’s invoices must include: 23.1.1 Purchase Order Number 16.C.2.c Packet Pg. 968 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) 23.1.2 Description and quantities of the goods or services provided per instructions on the County’s purchase order o r contract. Invoices shall be sent to: Board of County Commissioners Clerk’s Finance Department ATTN: Accounts Payable 3299 Tamiami Trail East, Suite 700 Naples FL 34112 Or Emailed to: bccapclerk@collierclerk.com 23.2 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. 23.3 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. 23.4 Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the “Local Government Prompt Payment Act.” Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 24.0 ENVIRONMENTAL HEALTH AND SAFETY 24.1 All Consultants and Sub Consultants performing service for Collier County are required and sh all comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Consultants and Sub Consultants shall be responsible for the safety of thei r 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. 24.2 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Consultant’s work operations. This provision is non -negotiable by any department and/or Consultant. 24.3 All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. 24.4 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 25.0 LICENSES 25.1 The Consultant is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State a nd Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Consultant to submit the required documentation may be grounds to deem Consultant non -responsive. A Consultant, with an office within Collier County is also required to have an occupational license. 25.2 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. 25.3 If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector’s Office at (239) 252-2477. 26.0 SURVIVABILITY 26.1 Bids (ITBs/RFPs/RPSs): The Consultant agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 17-7117 resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order/Purchase Order. 27.0 PRINCIPAL/COLLUSION 27.1 By submission of this Proposal the undersigned, as Consultant, does declare that the only person or persons interested in 16.C.2.c Packet Pg. 969 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) 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 frau d. 28.0 RELATION OF COUNTY 28.1 It is the intent of the parties hereto that the Consultant shall be legally considered an independent Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Consultant, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 29.0 TERMINATION 29.1 Should the Consultant be found to have failed to perform 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. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board’s Procurement Ordinance. 30.0 LOBBYING 30.1 After the issuance of any solicitation, no current or prospective vendor or any person acting on their behalf, shall contact, communicate with or discuss any matter relating to the solicitation with any Collier County employee or elected or appointed official, other than the Procurement Services Director or his/her designees. This prohibition ends upon execution of the final contract or upon cancellation of the solicitation. Any current or prospective vendor that lobbies any Collier County employee or elected or appointed official while a solicitation is open or being recommended for award (i) may be deemed ineligible for award of that solicitation by the Procurement Services Director, and (ii) will be subject to Suspension and Debarment outlined in section Twenty-eight of County Ordinance 2017-08. 31.0 CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN THE STATE OF FLORIDA (Florida Statute 607.1501) 31.1 In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 32.0 SINGLE PROPOSAL 32.1 Each Consultant must submit, with their proposal, the required forms included in this RPS. 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 RPS. 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 RPS. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. 33.0 PROTEST PROCEDURES 33.1 Any prospective vendor / proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director strictly in accordance with the County’s current Procurement Ordinance and policies. 33.2 Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within t hree (3) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. 33.3 Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 34.0 PUBLIC ENTITY CRIME 34.1 A person or affiliate who has been placed on the convicted Consultant list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work ; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform 16.C.2.c Packet Pg. 970 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Consultant list. 35.0 SECURITY AND BACKGROUND CHECKS 35.1 The Contractor is required to comply with County Ordinance 2004 -52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division 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, re sidence 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. 35.2 All of Contractor’s employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contract or during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor’s business. 35.3 The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL- FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 35.4 CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 36.0 CONFLICT OF INTEREST 36.1 Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this R PS 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. 37.0 PROHIBITION OF GIFTS TO COUNTY EMPLOYEES 37.1 No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or othe r 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, RPS, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 38.0 IMMIGRATION LAW AFFIDAVIT CERTIFICATION 38.1 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. 38.2 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 Request for Professional Services (RPS) and construction services. 38.3 Exceptions to the program: 38.3.1 Commodity based procurement where no services are provided. 38.3.2 Where the requirement for the affidavit is waived by the Board of County Commissioners 38.4 Consultants / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Consultants are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Consultant does not comply with providing the acceptable E -Verify evidence and the executed affidavit the bidder’s / Consultant’s proposal may be deemed non-responsive. 16.C.2.c Packet Pg. 971 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) 38.5 Additionally, Consultants shall require all subcontracted Consultants to use the E-Verify system for all purchases not covered under the “Exceptions to the program” clause above. 38.6 For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the Consultant’s responsibility to familiarize themselves with all rules and regulations governing this program. 38.7 Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 39.0 TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorpora ted into the pricing structure. END OF ADDITIONAL TERMS AND CONDITIONS FOR RPS 16.C.2.c Packet Pg. 972 Attachment: 17-7117_Solicitation (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR SCRWTP Reactor Tank Number Four RPS NO.: 17-7117 EVELYN COLON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-2667 FAX: (239) 252-2810 evelyncolon@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.2.d Packet Pg. 973 Attachment: 17-7117_Scope_of_Services (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) Attachment A - Scope of Work and Technical Specifications Detailed Scope of Work This project is to design and construct Reactor Tank No. 4 and all ancillary infrastructure necessary to provide a fully functioning system, including, but not limited to, equipment, piping electrical, Instrumentation and controls, and SCADA. The Proposer shall be responsible for the professional quality, technical accuracy and the coordination of all designs, drawings, specifications and other services furnished by the Proposer under this Project. Public Utilities is requesting the Proposers provide the following services: 1. Review the original lime softening system design, and 2005 design documents, and make recommendations for improvements. Evaluate softening process configurations and enhancements with regard to efficiency, required footprint, and cost effectiveness. The evaluation should be used to establish the basis of design. 2. Execute site visits to review the existing conditions. Prepare preliminary design report with evaluation of the existing treatment system and recommendations for the location of a fourth reactor tank and connection to the existing lime softening system. Also, provide a cost analysis for every possible location of a fourth reactor tank, zoning and/or environmental ramifications to the site, and impacts to existing permit conditions. Review site development plan. Anticipated deliverables to include, but not limited to, Basis of Design, Site Plan Layout, Summary Report of Previous Permits and Studies, and Permitting Strategy. 3. Fully design a reactor tank compatible with the existing lime softening system, utilizing a cost - effective approach that will maximize feasibility, operational life, and operational flexibility suitable for the SCRWTP lime softening system. Anticipated deliverables to include: Cost Estimates, Preliminary Design Report, 60% Design, 90% Design, Final Design and Bidding Documents. 4. Obtain all required permits including, but not limited to, Florida Department of Environmental Protection, local and environmental permits. Anticipated deliverables to include Permitting Assistance. 5. Provide bid support including, but not limited to, bidding documents, engineer’s opinion of probable cost, contractor and vendor bid submittal review, drafting of addenda, attendance at pre -bid meetings and response to contractor RFIs. 6. Lead personnel shall be available to attend scheduled meetings including, but not limited to, project kickoff, design review, pre-bid, public informational, Collier County Board of County Commissioners, regulatory agencies, and construction progress meetings for the duration of the project. 7. Provide typical engineering/inspection services during construction which may include, but are not limited to, shop drawing review, response to RFI’s, monitoring construction for adherence to design and regulatory requirements, inspecting work, on-going coordination between the Contractor and the County, mitigating responsibilities/requirements when not specifically defined, approving pay applications, signing engineered plans/specifications and record drawings, and preparing project completion certificates for permit and project closeout. 16.C.2.d Packet Pg. 974 Attachment: 17-7117_Scope_of_Services (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) The work will be designed as a single bid package to consolidate construction. Construction substantial completion is anticipated to be within one year from the issued Construction Notice to Proceed. Note that the work encompassed by each phase will be dependent upon recommendations developed in preceding phases and fully approved by County staff, as accepted by the Collier County Board of County Commissioners. A more detailed discussion on each phase of this Scope of Services is presented below: Assumptions 1. CONSULTANT will incorporate all PPMD Utilities Standards where applicable. 2. Compliance with County performance measures, including: a. The ability of all flows to be directed automatically b. Off-site noise from designed facilities not to exceed County noise ordinance c. Operational safety is non-negotiable. Design shall be in accordance with federal, state and local safety standards. d. Critical components to be designed in accordance with essential facility design criteria included in the wind-loading section of the Florida Building Code, or to higher wind-loading criteria. 3. Consulting engineer will be responsible for ensuring the design is fully aligned with operations and maintenance long term sustainability 4. O & M’s to be completed, approved and delivered before substantial completion The Scope of Work may include but not be limited to the following: Technical Memorandum Consultant is to prepare a draft technical memorandum with an evaluation of the existing lime softening treatment system. The draft memorandum will discuss advantages and disadvantages of proposed alternatives, along with recommended improvements. Evaluations will consist of capital cost, present worth, operation and maintenance costs and functional analyses, as applicable. The evaluation should be used to establish the basis of design. Consultant QA/QC Reviews The draft technical memorandum will receive a CONSULTANT QA/QC review prior to submittal to COUNTY. These reviews will consist of comments from senior level staff members and identify document compliance with applicable codes and standards. Review with Owner The draft technical memorandum will be distributed to COUNTY (eight copies) in hard copy, MSWord format and PDF format, approximately two weeks prior to the scheduling of a review meeting. This review meeting will serve as a forum for receiving and reviewing COUNTY input. It is anticipated that the technical memorandum will require one review meeting/workshop. Finalize Technical Memorandum Based on comments received from COUNTY, CONSULTANT will finalize each technical memorandum. Eight hard copies, MSWord format and PDF format of each will be forwarded to 16.C.2.d Packet Pg. 975 Attachment: 17-7117_Scope_of_Services (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) OWNER for final acceptance. Prepare Draft Preliminary Design Report CONSULTANT is to prepare a Preliminary design report presenting a narrative of the proposed work, preliminary construction drawings (30% level), design criteria, preliminary estimate of construction costs, a preliminary project schedule, and consultants’ recommendation for proceeding with detailed design. The report should include (but not be limited to) soil borings, subsurface explorations, and any other similar investigations necessary for establishing a baseline from which to proceed with the final design of the project. The Preliminary Design Report include each of the following topics: 1. Civil/Site Work/Paving, Grading and Drainage, and Yard Piping 2. Hydraulic Profile 3. Reclaimed Water Pumping/Transmission (and Reject Water Handling) 4. Electrical Systems 5. Control and Information Systems 6. Probable Opinion of Construction and Operation and Maintenance Cost 7. Construction Sequencing and Probable Construction Schedule Consultant QA/QC Reviews The Preliminary Design Report will receive a CONSULTANT QA/QC review prior to submittal to COUNTY. These reviews will consist of comments from senior level staff members and identify document compliance with applicable codes and standards. Review with Owner Approximately two weeks after delivery of the draft design report to COUNTY, CONSULTANT will schedule up to two meetings with COUNTY to review and incorporate comments. Prepare 60% Documents Upon receiving final acceptance of the Design Report from COUNTY, CONSULTANT will commence with the preparation of the 60 percent design contract documents (drawings and technical specifications) for the project. Improvements to be designed per the recommended criteria as presented in the final design report. Cost Estimate (60% Completion Level) CONSULTANT will prepare cost estimates intended to provide COUNTY with a current estimate of projected probable construction costs. Eight (8) hard copies, MS Schedule and PDF format electronic copy of the estimates will be prepared and forwarded to COUNTY at t he 60 percent design completion stage. Project Peer Review CONSULTANT will conduct a 60 percent completion stage project peer review to provide QA/QC of the contract documents and cost estimate prior to submittal to COUNTY. The review will be conducted by senior level personnel (internal Technical Review Committee) not involved in the day- to-day activities of the project to ensure a "fresh eyes" review. 16.C.2.d Packet Pg. 976 Attachment: 17-7117_Scope_of_Services (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) Reviews with Owner CONSULTANT will schedule review meetings/workshops with COUNTY to receive input at the 60 percent design completion stage of each bid package. CONSULTANT, based on comments received from COUNTY, will make subsequent revisions to the documents. This task does not include out of scope changes outside of the recommended expansion criteria developed in the final design report. Final Design Preparation of Proposed Final Documents Based on input received from COUNTY at review meetings during the preliminary design phase and associated design reviews, CONSULTANT will prepare the proposed final (90 percent) contract documents. Project Peer Review CONSULTANT will conduct a 90 percent completion stage project peer review to provide QA/QC of the final contract documents and cost estimate prior to submittal to COUNTY. The review will include final interdisciplinary checks, general coordination, MANPRINT, and constructability issues, and will be conducted by senior level personnel (internal Technical Review Committee) not involved in the day-to-day activities of the project to ensure a "fresh eyes" review. Delivery of Proposed Final Documents CONSULTANT will furnish COUNTY with eight (8) hard copies, electronic copies in MS Schedule and PDF format, the proposed final contract documents and the 90 percent completion level detailed opinion of probable construction cost. Review and Revisions to the Proposed Final Contract Documents Approximately two (2) weeks after delivery of the proposed final contract documents to COUNTY, CONSULTANT will schedule a review meeting with COUNTY, so that any final changes that may be necessary to meet the project's budgetary requirements can be incorporated. Acceptance of Final Contract Documents One master set of originals and electronic copies in MSWord format and PDF format of the final (100% complete) contract documents, will be forwarded to COUNTY for final acceptance prior to bid. Construction Contract Administration Pre-construction Conference and Progress Meetings Consult with COUNTY and Contractors as reasonably required and necessary with regard to construction of the Project. Consultation will include attendance at the pre -construction conference and monthly coordination meetings with COUNTY, the Resident Project Representative and the Contractor. 16.C.2.d Packet Pg. 977 Attachment: 17-7117_Scope_of_Services (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) Contract Interpretation and Clarifications Issue interpretations and clarifications of Contract Documents during construction, and evaluate requests for substitutions or deviations from the Contract Documents. Notify COUNTY of any such requested deviations or substitutions and when reasonably necessary, provide COUNTY with a recommendation concerning same. Shop Drawings Review shop drawings, diagrams, illustrations, catalog data, schedules and samples, the results of laboratory tests and inspections, and other data that Contractors are required to submit for conformance with the design concept of the Project and compliance with the provisions of the Contract Documents. Record Drawings Prepare and submit to COUNTY upon completion of construction of Project, five (5) sets of signed and sealed record drawings, one (1) set of reproducible record drawing mylars and MSWord format and PDF format copies of the work constructed and electronically on AutoCAD disks (current COUNTY version), including those changes made during the construction process, using information supplied by the Contractors and other data which can reasonably be verified by CONSULTANT's personnel. Construction engineering and inspection (CEI) services will be provided to the COUNTY by others under a separate Work Order or County Inspection Staff. It is assumed that the CEI firm will review contractor mark- ups to the contract documents on a monthly basis throughout the construction period. It is further assumed that the Contractor will provide as-built contract documents to the consultant for use in preparing reproducible and electronic record drawings. Post Design and Services during Construction The CONSULTANT is expected to provide an experienced, competent engineer(s) for the types of work in this section of the project. The following activities outline the post design and services during construction to be provided during the construction and project close-out phase of the project: a. Schedule and attend all progress meetings and conferences with the County and contractors only as directed by the Owner. Prepare agenda and distribute meeting minutes. Coordinate all subsequent start up, design resolution, differing field conditions, and punch list walk through meetings. Prepare a list of issues needing resolution after each meeting and ensure that they are fulfilled. b. Coordinate all construction field activities with the operational staff at the SCRWTP with adequate notice and coordination so as not to interfere with operations of the facility and the ability to provide potable water services to our customers as directed by the Owner. c. Review and evaluate the proposed construction schedule and the schedule of values used for progress payment purposes. Provide input and recommendations to the Public Utilities project manager and operations staff. d. Coordinate all construction and design issues with the Owner, CEI, and contractor as directed by the Owner. e. Provide timely review, recommendations and approval of shop drawings, submittal information and O & M Manuals. f. Respond to Requests for Information from the contractor within three working days. Coordinate requests with Public Utilities project manager and operational staff at SCRWTP. g. Provide construction contract administration consisting of: 16.C.2.d Packet Pg. 978 Attachment: 17-7117_Scope_of_Services (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) i. Review of payment applications, ii. Review of construction schedule updates and field progress, iii. Review of change order requests and preparation of work directives and change orders, iv. Assistance in administration of additional work under the Contract Allowance Bid item. v. Review record drawings for completeness and accuracy on a daily basis. vi. Review contractor’s as built/record drawing progress. vii. Prepare final O&M manuals. viii. Certify project/contract completion. ix. Attend start ups. x. Provide and/or coordinate training to plant personnel. xi. Prepare, sign, and seal final record drawings. xii. Certify to FDEP that the project and permit conditions have been finalized. h. Provide operational coordination to assist the County to maintain continuous compliance with FDEP requirements and to maintain production of irrigation quality (IQ) water. i. Conduct periodic site observation of construction as necessary and/or directed by Owner to achieve the tasks and scope of work in this RFP, and provide reports with photographs to the County via electronic E-mails. j. Provide engineering professional(s) experienced in water treatment systems to perfor m the tasks in this RFP and to professionally respond to questions. k. Attend project meetings in order to monitor progress, respond to field issues, communicate with the contractor, and coordinate communications with the contractor and Public Utilities project manager and operational staff at SCRWTP. l. Coordinate with Owner and contractor during the transition period upon commencement of responsibilities for these services. Additional Services Construction Bid Services 1. CONSULTANT may assist COUNTY in developing criteria and documentation associated with the prequalification of acceptable construction contractors prior to issuing the contract documents for bidding. 2. CONSULTANT may assist COUNTY in securing bid and: 3. Provide interpretation and clarification of Contract Documents during bidding; 4. Attend pre-bid meeting with prospective bidders; 5. Assist COUNTY in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services; 6. Assist COUNTY in evaluating bidder’s previous experience, if necessary; 7. Prepare and issue addenda as appropriate to interpret or clarify contract documents. 8. Provide COUNTY with a recommendation as to the acceptability of subcontractors, suppliers and other persons and organizations proposed by the bidders for those portions of the work as to which such acceptability is required by the Contract Documents. 9. Provide COUNTY with recommendation concerning the acceptability of substitute materials and equipment proposed by bidder (s) when substitution prior to the award of contracts is allowed by the Contract Documents; and, 10. Provide COUNTY with a recommendation to make a contract award, as necessary. 11. In the case that construction bids exceed the final CONSULTANT’S estimate of probable construction cost by more than fifteen (15) percent, CONSULTANT will, at its expense, analyze the cause or causes of the overrun and provide suggestions to correct the same. 16.C.2.d Packet Pg. 979 Attachment: 17-7117_Scope_of_Services (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) Operations & Maintenance Manual CONSULTANT will review O & M manuals, and will provide approve or provide comments. The consultant will assist with the coordination of the contractor training activities. Process Startup Assistance Provide one personnel experienced in plant startups to oversee the startup activities of the new facilities on an as-needed basis. The responsibilities of the startup personnel may include: 1. Review of Contractor's cleaning, testing, and startup procedures. 2. Review and approval of Contractor’s component and system tests. 3. Review designed system for operability and maintenance. 4. Coordinate initial operations with COUNTY and the CEI. 5. Recommend to the COUNTY the acceptance of equipment and/or systems. 6. Recommend and establish operating procedures for all systems and process. 7. Review, observe and accept startup procedures to verify that proposed protocol is in conformance with the intent of the Contract Documents. 8. Assist COUNTY in data collection and trending during and following startup for process control and completion of monthly operating reports. Permitting Services CONSULTANT will prepare and submit construction permit applications pertaining to the SCRWTP project. The scope of this project includes the following: 1. Florida Department of Environmental Protection (FDEP) Environmental Resource Permit and the FDEP Permit to Construct. 2. Collier County Growth Management Division Site Development Plan Amendment, if applicable. 3. Initial application for South Florida Water Management District (SFWMD) Environmental Resource Permit (including stormwater management system update). 4. Provide the necessary documents for the contractor to submit for Collier County Growth Management building permits. 5. COUNTY will pay all permit fees. 6. Prepare up to two (2) written responses to the regulatory agencies request for additional information (RAI) regarding each permit application. Surveying Site surveying by a qualified Florida-licensed surveyor of the treatment facility area will be performed to establish baseline conditions for the Design Report and serve as control of hydraulic points and miscellaneous items during construction. Laboratory Testing and Geotechnical Services Laboratory testing and geotechnical work associated with the characterization of soils for structural design and laboratory testing of materials during construction. 16.C.2.d Packet Pg. 980 Attachment: 17-7117_Scope_of_Services (5038 : To Approve the Selection Committee Rankings for RPS 17-7117) Operations Support CONSULTANT is expected to provide technical support to COUNTY, continuous training on operational protocols, contingency planning, flow management and seasonal readiness during the design, construction and warranty phase, through all seasons (high demand season). 16.C.2.d Packet Pg. 981 Attachment: 17-7117_Scope_of_Services (5038 : To Approve the Selection Committee Rankings for RPS 17-7117)