Loading...
Agenda 01/24/2012 Item #10D1/24/2b'12 tem IO.D. EXECUn" s Recommendation to award a ills p Build contract in the amount of 5Q90" to Thomas Narine Construction, Inc. and American ;Cousulft,Eaglueen s of JUM44 Iuc.- RFP . No. 11 -5572 — "Design Build Golden Gab Boulevard Bridge l) Golden Gate Caoai #034026 and 2) Miller Canal. #834028 ", Project No. 66066., ti O&&C_M E: To Desip Build the Golden Gate Canal and Miller Canal. Bridges ota Golden Gate Boulevard = In accordance with RFP No. 11 -5572' the contract will be awarded to- Thomas Marine Construction, Inc. and American Consulting Engineers of Florida, . CQNS&'IOS: = The Golden Rate Boulevard widening project was'' b Manley Consultants to the 6Q% o stage and then was shelved due to funding. i$$JW& , Tie ill Gate Canal Bridge (Bridge No. 034026) and the Miller Canal Bridge (Bridge 1�$} pu_len Gate Boulevard were to be replaced as pad of the road widening project. Thereafter, the:: Golden Gate Canal Bridge and Miller Canal Bridge, which were built in 1960, were inspected by the Florida Department .of Transportation (FWT) as part; of their bi- annual` bridge inspection program. The inspection report concluded that the- two (2), bridges show low structural sufficiency. Further inspection of the. bridges by Collier County Road Maintenance, Department staff revealed that there are structural .deficiencies associated with the bridge (Le: girders with exposed steel strands, foundation issues, etc...). Both of the bridges Dave posted load limits.: This impacts both commercial to icking and Collier County's own road maintenance equipment, as Golden Gate Boulevard' is heavily , used by trucks. Collier County r then hired r StaWoY Consultants to fu her study the bridges and prepare recommendations for repairing or replacing the bridges. The cost of repairing the two (2) bridges is approximately $432,000 with only a.one (1) year warranty.: Stanley Consultants recommended that the County replace the bridges. Aft" analysing the. reports and recommendations, the Courtty.deterztsined that the best Bourse of action is to, construct new 2- lane, bridges at these locations in the final alignment of the future widening of Golden Gate Boulevard. This will alleviate any potential detour issues, fling issues r41d:" to the low elevation of the existiag bridges, eliminate the functionally obsoW classification of the bridges and potential throw away costs of attempting to repair the bridges. As a,result, the County prepared - RFP No. 11 -5572 to design build a new replacement bridge at each. canal location continuing on with the 60 % design plans. The new bridges -will bipolisistontr with t he future road widening project r 'T'he, Design Build process i s., a twd (2) step solicitation 'process, Step I is t sol nit. Let rs, of Interest (LAI) from interested f s'and then have the 'Selectiun Committee sh�rtlai, a ma um-, of three firms., Step I•LOI is graded. on the firm's project understari",,ea perienae, expertise of staff,_ previous perfonname on similar jobs, ,and 'local vendor preference., Once shortlisted, the thrm firms then submit for Step II- Technical Proposals, which include a technical aspect and a bid cost aspect The technical aspects of the proposals are graded by the Selection. Committee on project approach, project, schedule and quality control, staffing quantity and availability, quality, and references. The technical aspect scoring is then- combined with#he bid cost aspect of the firms and a final ,ranking order is then established The Step II Techni l,P posals' .scoring is ;weighted so_ that the actual bid cost ;aspects. receive 60%9 of the _ weight aW the t¢cbn cal n aspects receive 4(1" /a of the weight. This method assures that the bid cost aspects .are the Packe# Pagw -853 1 1/24/2012 Item 10. D. predominant factor in determining which firm receives the highest scoring, as opposed to the Selection Committee's scoring of their technical aspects. This process is in accordance with "Design Build" procedures of the Consultant Contract Negotiation Act (CCNA). The County advertised the project on 'August 1, 20 ,11. One hundred and` iifly-one (151,) vendors downloaded the specifications from the Purchasing website for RFP No 11 -5572. On August 25, 2011 the', County received six (6) Step I -LOI proposals that were reviewed by the Selection Committee. Of those six (6) Step I LOI pr posals,. three (3) firms were shortlisted by the Selection- Committee- on September 1, 2011. The three (3) firms then submitted Step II- Technical Proposals on November 9, 2011 which the Selection Committee reviewed and ranked the technical aspects on December 2, 2011 and these were combined with" the bid cost aspects to create the following final ranking order: Contractor Price Tact e Thomas Marine/American $4,048,944 983 Johnson Brothers/BHA $5,879;000 81.3 Wright(WilsonMiller $7,122,409 69.9 Thomas Marine Construction/Amencan Consulting was the apparent high scorer and love bidder. Staff recommends awarding RFP No. 11 -5572 to Thomas Marine Construction Inc. and American Consulting Engineers of Florida, Inc. The: Engineer's estimate for'the- project was $4,517,540. Thomas Marine Construction Inc. and American Consulting Engineers of Florida, Inc.'s proposal is nearly 16 %under the Engineer's estimate. FISCAL IMPACT: Funds in the amount of $4,048,944 are,available in Fund 313. The estimated average maintenance cost for these bridges is $12,000 per year per bridge. Since this is a replacement bridge, maintenance funds are existing and available in Fund 101, Cost Center 163620. the estimated life span of each bridge is forty (40) years. GRO �MANAOMENT IWACT: The construction of the , Golden Gate and Miller Canal Bridges on Golden Gate Boulevard, is consistent. with the Growth Management Plan. LEGAL CQ SMERATIMS: This item has been reviewed by the County Attorneys Office, is legally sufficient for Board; action, and requires majority vote for approval.'- CMG. kEC91s RATION: Recommendation to award RFP No. �11 -5572. to Thomas Marine Construction, Inc. and ,American Consulting Engineers of Florida, Inc. in the,: amount of $4,048,944 for the Design Build of the Golden Gate Canal and Miller Canal on Golden_ Gate Boulevard and to authorize the Chairman to execute the attached contract with Thomas Marine Construction, inc; and American Consulting Engine�rs of Florida, Inc. af.ter County Attorney review. Prepared -ft Joseph F. Delate, ASLA, RLA, Sr.. Project Manager, Transportatidn Engineering Attachments: (1) Collier County Bridge Assessment, Report by Stanley Consultants, (2) Request for Proposal, (3) Step I, Final Ranking; (4) Step II, Final Ranking; (5) Construction Contract Agreement. Packet Page -854- AW COLLIER COUNTY Board of County Commissioners Item Number: 10.D. 1/24/2012 Item 10.D. Item Summary: Recommendation to award a Design Build contract in the amount of $4,048,944 to Thomas Marine Construction, Incorporated for RFP No. 11 -5572 - "Design Build Golden Gate Boulevard Bridge Replacements: 1) Golden Gate Canal #034026 and 2) Miller Canal #034028 ", Project No. 66066. Meeting Date: 1/24/2012 Prepared By Name: LynchDiane Title: Administrative Assistant 1/6/2012 1:22:55 PM Submitted by Title: Project Manager, Senior,Transportation Engineering Name: DelateJoseph 1/6/2012 1:22:56 PM Approved By Name: PutaansuuGary Title: Project Manager, Principal,Transportation Engineer Date: 1/9/2012 11:01:43 AM Name: BrilhartBrenda Title: Purchasing Agent,Purchasing & General Services Date: 1/9/2012 11:36:27 AM Name: CummingsRhonda Title: Contracts Specialist,Purchasing & General Services Date: 1/9/2012 11:59:52 AM Name: DelateJoseph Title: Project Manager, Semor,Transportation Engineering Date: 1/10/2012 6:51:53 AM Packet Page -855- 1/24/2012 Item 10. D. Name: TaylorLisa Title: Management /Budget Analyst,Transportation Administr Date: 1/10/2012 7:30:39 AM Name: AhmadJay Title: Director - Transportation Engineering,Transportation Engineering & Construction Management Date: 1/10/2012 10:34:58 AM Name: CarnellSteve Title: Director - Purchasing/General Services,Purchasing Date: 1/10/2012 5:31:46 PM Name: LynchDiane Title: Administrative Assistant Date: 1/10/2012 6:49:08 PM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 1/11/2012 7:57:31 AM Name: GreeneColleen Title: Assistant County Attorney,County Attorney Date: 1 /11/2012 11:38:57 AM Name: FederNorman Title: Administrator - Growth Management Div,Transportati Date: 1/12/2012 10:03:30 AM Name: IsacksonMark Title: Director -Corp Financial and Mgmt Svs,CMO Date: 1/13/2012 8:26:25 AM Name: KlatzkowJeff Title: County Attorney, Date: 1/13/2012 9:28:58 AM Name: OchsLeo Title: County Manager Date: 1/16/2012 2:50:09 PM Packet Page -856- ,10-11, 1/24/2012 Item 10.D. Final Golden Gate Boulevard Bridge Assessment Report Bridge #034026 and Bridge #034028 Co er Co�.nt Roadway, Stormwater & Bridge Project Management Naples, Florida m Stanley Consultants INC. A Yanky Gmt�p Caroxry Enyineving,6rnirore .nd Car iiwservicm-Wwbwide ©Stanley Consultants 2011 Packet Page -857- 1/24/2012 Item 10.D. Executive Summary The widening of six miles of Golden Gate Boulevard from Wilson Boulevard to Desoto Boulevard has been considered by Collier County for many years. Stanley Consultants submitted 60% plans for the four -lane widening of Golden Gate Boulevard in March, 2010. The construction of this project has been delayed due to lack of funding. However, it is anticipated that the road will be widened within ten years. The 60% plans included the replacement of bridges over the Golden Gate Main Canal (Bridge 034026), Miller Canal (Bridge 034028), and Faka Union Canal (Bridge 034030). Bridges 034026 and 034028 were constructed in 1960 and are currently posted for a reduced load limit. Bridge 034030 was constructed in 1965 and is adequate for all Florida legal loads. To avoid establishing detours for truck traffic, Collier County has asked for an evaluation of alternatives that will remove the posted load limit on Bridges 034026 and 034028. This study has evaluated one alternative for strengthening the bridges and two alternatives for replacement bridges. The bridges can be strengthened with a carbon fiber composite material. This will provide additional load capacity to the bridges and allow the load posting to be removed. This alternative has the lowest initial repair cost, but future maintenance and replacement costs will make this the most expensive solution. Two lane replacement bridges that will become part of ultimate four lane bridges can be constructed n within the available right -of -way (ROW) south of the existing bridges. This alternative will require that the bridge and roadway plans for the widening of Golden Gate Boulevard be revised to reflect a revised construction phasing plan. Revisions to the widening plans can be minimized if replacement bridges are constructed to the ultimate cross section. The bridges will be in place when Golden Gate Boulevard is widened and can be used by construction equipment. This alternative will require purchase of ROW parcels near the bridges. This alternative will also minimize "throw away" construction when Golden Gate Boulevard is ultimately widened. Since it is anticipated that Golden Gate Boulevard will be widened within ten years, it is recommended that ultimate width replacement bridges be constructed over Golden Gate Main Canal and Miller Canal. Packet Page -858- 1/24/2012 Item 10. D. Table of Contents Section1 ................................................................................................................. ............................1 -1 ExistingConditions ................................................................................................ ............................1 -1 Bridge034026 .................................................................................................... ............................1 -1 GuardrailPost ................................................................................................. ............................1 -4 ChannelBeams ............................................................................................ ............................... 1 -4 IntermediateBents ......................................................................................... ............................1 -4 Pile(s) ............................................................................................................. ............................1 -5 SlopeProtection ............................................................................................. ............................1 -5 Utilities............ : .......................................................................................................................... 1 -5 Bridge034028 .................................................................................................... ............................1 -5 ChannelBeams ............................................................................................ ............................... 1-6 Bents............................................................................................................... ............................1 -8 Pile(s) ............................................................................................................. ............................1 -8 Section2 ................................................................................................................. ............................2 -1 PostedLoad Evaluation .......................................................................................... ............................2 -1 Section3 ................................................................................................................. ............................3 -1 Alternatives............................................................................................................ ............................3 -1 Strengthening Alternatives ................................................................................. ............................3 -1 PartialWidth Replacement Bridge ..................................................................... ............................3 -2 Full Width Replacement Bridge ......................................................................... ............................3 -5 Section4 ................................................................................................................. ............................4 -1 AlternativeComparison ......................................................................................... ............................4 -1 StrengtheningAlternative .................................................................................. ............................4 -1 Partial Width Replacement Bridge ............................. Full Width Replacement Bridge ......................................................................... ............................4 -2 OverallProject Cost ........................................................................................... ............................4 -3 Section5 ................................................................................................................. ............................5 -1 Summaryand Recommendations ........................................................................... ............................5 -1 Strengthening..................................................................................................... ............................5 -1 Partial Width Replacement Bridge ..................................................................... ............................5 -1 Full Width Replacement Bridge ......................................................................... ............................5 -1 Recommendations.............................................................................................. ............................5 -2 APPENDICES AppendixA ........................................................................................................... ............................A -1 Basisof Cost Estimates ......................................................................................... ............................A -1 AppendixB ........................................................................................................ ............................... B -1 Bridge Inspection Report - Bridge No. 034026 Inspection Date 2/26/2009 ...... ............................... B -1 AppendixC ........................................................................................................ ............................... C -1 Bridge Inspection Report - Bridge No. 034026 Inspection Date 2/10/2010 ...... ............................... C -1 AppendixD ........................................................................................................ ............................... D -1 Bridge Inspection Report - Bridge No. 034028 Inspection Date 4/23/2009 ......... ............................D -1 AppendixE ......................................................................................................... ............................... E -1 Bridge Inspection Report - Bridge No. 034028 Inspection Date 4/16/2010 ...... ............................... E -1 Packet Page -859- 1/24/2012 Item 10. D. Section 1 Existing Conditions Stanley Consultants prepared 60% plans for the four -lane widening of Golden Gate Boulevard (CR 876) from Wilson Boulevard to Desoto Boulevard. Plans for the replacement of bridges at Golden Gate Main Canal (Bridge Number 034026) and Miller Canal (Bridge Number 034028) were included in the 60% package submitted in March, 2010. The widening of Golden Gate Boulevard has been delayed due to lack of funding. However, it is anticipated that the road will be widened within ten years. As part of the bridge inspection process, bridges are load rated to determine the safe load carrying capacity of the structure. If a bridge cannot safely carry legal vehicles, a sign that indicates maximum vehicle loads is posted on the approach to the bridge. All vehicles that exceed the specified weight are prohibited from crossing the bridge. Bridges 034026 and 034028 were constructed in 1960, and are currently posted for a reduced truck load. Because the time frame for replacement of these bridges is unknown, it is desirable to take steps that will eliminate the posting requirement and avoid costly detours for truck traffic. This study assesses the condition of these bridges and evaluates alternatives to eliminate the load posting. Locations of the bridges are shown in Figure 1. Bridge 034026 Bridge 034026 carries Golden Gate Boulevard over the Golden Gate Main Canal and is located 6.2 miles east of Collier Boulevard (CR -951). This bridge received a special inspection due to its posted bridge status on February 10, 2010. The only element inspected during the special inspection was the concrete girders. The last full inspection of this bridge was on February 26, 2009. This bridge received a Sufficiency Rating of 71.2 in the last two inspections, and is currently classified as Functionally Obsolete. The bridge is 100 feet long with three equal spans of 33.3 feet. The overall bridge width is approximately 28 feet with 24 feet clear width between curbs. The curbs are 24 inches wide by 10.5 inches high. Guard rail is carried across the bridge and is supported by concrete posts mounted to the outside face of the curb. The superstructure consists of a 4.5 inch concrete deck supported by 12 channel beams that are 26.5 inches wide by 15 inches deep. The web thickness of the channel beams is 2.5 inches The two intermediate bents consist of four 12 inch square concrete piles with a 24 inch deep by 27.5 inch wide concrete caps. The pile spacing is approximately eight feet center -to- center. This bridge is posted at 29 tons for a single unit vehicle. The SU4 vehicle, which has a legal load of 35 tons, is the critical load for this bridge. The Operating Rating of this bridge for the SU4 vehicle is 29.7 tons. The elevation and cross section of Bridge 034026 is shown in Figure 2. FINAL GGB Bridge Assessment Report 1 -1 Stanley Consultants Packet Page -860- Vl CC V) 1/24/2012 Item 10.D. BRIDGES 034026 & 034028 LOCATION MAP R 26 E + R 27 E + R 28 E Stanley Consultants .Nc. BRIDGE 034026 LOCAT ION BRIDGE 034028 LOCH T ION 0 r 2 MILES � )AD N0. COUNTY BRIDGE N NO. 0. BRIDGE LOCH T IONS 876 COLLIER 034026 & n.34n9R 8022 Packet Page -861- 0.\ 22735\2273502\ActiveVl- CADDN02- Sheets` FIGURE I _ _ -rte_ 15 u ' 3 % •' r •� r'-� 22 I 23 pWj �I 'R' = 27� R 26 25S _. Y J 31 951 35 36 -_ v.rorelll Aoad 3 �.: 0.- r •4 -� _.? — `-- �1 _ -!� -: -1 I - rv`y_ $ 30 CURRY 31 r'-_ = r'3_'ISLAND r'-- — rte- — 11 - — 1SLAND _" 858 23 Golden T.war 12 — - - 24 AaM.11 7 10 1 e - _ - - - -- F:.;:;.: :;..T �`•i:;'c 17 is QUAIL v(. LAGE [•;;;; DEL I MI TtZAREA � -•19 Z 30 I:i•':' 20 :;:!:I 21 [•::':: ::•T —' FS 2B '-�2B I 19 B.I.wd Collier Want CaMr m _30W Strand 31 93 32 133 I 75 _ - ........... e 7..' 1 p 5 D BDo i _ -- ,:I i'::•`.:::I 800 _ 21 36 — -r-- - �- - -�- ` :- .— -- -� - - -� - -� -- ---- �._ —_- _ --r` -- --° -- _ - -- _ -- - -" _ -- -- 31 M—a—A-1 -- - -- .�. — I 10 w whit. o- 15 11 -- -- _ 19 - ;;..-_ .................. 20 ............................... 21 IGolden Gal -11- 22 1'.;;�• 686• 23 26 : -30 29 28 93 :::•:;133 "' ., ......1 .•.�:::':::I (/;:1 •��':�� : _ rl 21 :::. r........ 951 31 951 84 3 951 ?:i .: _- 35 2 _.� 31 �32 856 D ll11A�® cs 5:.1 c NAPLES 0 DELIMITED AREA _ �. 93 1 E-plad a Pr _ � All ipalr A/ tall _ _ �. _ �.— 6 - ..5 -- - 1 - =3­ - r 2 - s _�. -i —. -- • i _ "• -_ - -;� `_ -_ _- - _ _- BIN. Stanley Consultants .Nc. BRIDGE 034026 LOCAT ION BRIDGE 034028 LOCH T ION 0 r 2 MILES � )AD N0. COUNTY BRIDGE N NO. 0. BRIDGE LOCH T IONS 876 COLLIER 034026 & n.34n9R 8022 Packet Page -861- 0.\ 22735\2273502\ActiveVl- CADDN02- Sheets` FIGURE I I I C BENT 2 -� I I BEGIN BRIDGE EXISTING PAVEMENT 12' CONCRETE PILE l00' BRIDGE 33.3' S FLFVAT ION I I I� BENT 3 I I I 33.3' C BRIDGE 24" _ ll' -7" I2' -5" 1/24/2012 Item 10.D. BR BRIDGE EXISTING GROUND LINE +r WATER ELEVATION 6'.6' BELOW TOP OF PAVEMENT ON 12/8110 25" 0 T CROSS SECTION go m Stanley Consultants �w- )AD N0. I COUNTY BRIDGE N0. 876 COLLIER 034026 & n.340PR 80?2 Packet Page -862- o FIGURE �� ELEVATION & CROSS SECTION BRIDGE 034026 2 1/24/2012 Item 10. D. The following deficiencies were observed during the bridge examinations performed on December 7 & 8, 2010. Bridge elements are numbered west to east, and north to south: Guardrail Post Concrete guardrail posts 5 and 7 on the south side are cracked and spalled with exposed reinforcing steel. Channel Beams Channel beam 1 -1 has a 2 inch x 4.5 inch x 0.75 inch spall with no exposed reinforcing steel approximately 12 inches from intermediate bent 2. There is also a 5.5 inch x 2.25 inch x 1 inch spall with no exposed reinforcing steel honeycombed section near midspan. Damaged Guardrail Post and a light 6 inch • Channel beam 1 -1 has a 3 inch x 2.5 inch x 0.75 inch spall with no exposed reinforcing steel near midspan. • Channel beam 1 -6 has a 3 inch x 2.5 inch x 0.5 inch spall with no exposed reinforcing steel approximately 4 feet from end bent 1. • Channel beam 1 -9 has a 4 inch x 1 inch x 1 inch spall with no exposed reinforcing steel. • Channel beam 2 -1 has a 5 inch x 3 inch x 0.5 Channel Beam Damage inch spall with exposed reinforcing steel at the deck drain. • Channel beam 2 -12 has a 27 inch x 0.75 inch x 0.5 inch spall with no exposed reinforcing steel at the bottom edge of the span. • Channel beam 3 -1 has a 2.5 inch x 1.5 inch x 0.75 inch and a 1.5 inch x 3 inch x 0.75 inch corner spalls near end bent 4. • Channel beam 3 -12 has a 18 inch x 2.5 inch honeycomb at intermediate bent 3. There are also two spalls with no exposed reinforcing steel; one 11 inch x 2 inch x 0.75 inch, the other 8 inch x 1.5 inch x 0.75 inch. Intermediate Bents Cracks in Pile Cap • Intermediate bent 3 between piles 1 & 2 has 'a 0.03 inch crack in the bottom of cap that extends 18 inches up the sides. • Intermediate bent 3 at pile 2 has a 0.02 inch crack in the bottom of cap that extends 15 inches up the sides. FINAL GGB Bridge Assessment Report 1 -4 Packet Page -863- Stanley Consultants • Intermediate bent 3, 8 inches south of pile 2 has a 0.03 inch crack in the bottom of cap that extends 20 inches up the sides. • Intermediate bent 3 between piles 3 & 4 has a 0.01 inch crack in the bottom of cap that extends 17 inches up the sides. Pile(s) Pile 3 -2 has two corner spalls with no exposed reinforcing steel; one 7 inch x 32 inch, the other 3 inch x 32 inch. Slope Protection The slope protection at end bent 4 is missing approximately ten sand - cement bags, and several are deteriorated. Utilities The utility conduit on the north side is not secured at the east end of the bridge. No indication of scour was observed during the underwater inspection. Based on limited channel elevation information and underwater observations, it appears that scour has not changed since the 2009 inspection. Bridge 034028 1/24/2012 Item 10.D. Pile Spall Slope Protection Damage Unsecured Conduit Bridge 034028 carries Golden Gate Boulevard over the Miller Canal and is located 8.0 miles east of Collier Boulevard (CR -951). This bridge received a special inspection due to its posted bridge status on April 16, 2010. The only element inspected during the special inspection was the concrete girders. The last full inspection of this bridge was on April 23, 2009. This bridge received a Sufficiency Rating of 56.3 in the last two inspections, and is currently classified as Functionally Obsolete. The bridge is 50 feet long with two equal spans of 25.0 feet. The overall bridge width is approximately 28 feet with 24 feet 2 inch clear width between curbs. The curbs are 24 inches wide by 9.5 inches high. Guard rail is carried across the bridge and is supported by posts mounted to the outside face of the curb. Concrete posts are used on the north side and timber posts are used on the south side. The superstructure consists of a 4.5 inch concrete deck supported by 10 channel beams that are 32.5 inches wide by 15.5 inches deep. The web thickness of the channel beams is 2.5 inches The intermediate bent consists of four jacketed steel H piles spaced at 8 feet center -to- center. The concrete jacket is 14 inches square. The dimension of the pile cap is 24 inch deep by 24 in wide. FINAL GGB Bridge Assessment Report 1 -5 Stanley Consultants Packet Page -864- 1/24/2012 Item 10.D. This bridge is posted at 29 tons for a single unit vehicle. The SU4 vehicle, which has a legal load of 35 tons, is the critical load for this bridge. The Operating Rating of this bridge for the SU4 vehicle is 29.8 tons. The elevation and cross section of Bridge 034028 is shown in Figure 3. The following deficiencies that were observed during bridge examinations performed on December 7 & 8, 2010. Bridge elements are numbered west to east, and north to south: Channel Beams • Channel beam 1 -9 has an 8.5 foot x 2 inch x 2 inch spall in the north web approximately 8.5 feet from end bent 1. • Channel beam 1 -10 has a crack and an 18 inch spall near the end bent 1. There is also a de- laminated repair on the north web. • Channel beam 2 -1 has a 0.03 inch horizontal crack that starts near intermediate bent 2 and extends 10 feet towards end bent 3. • Channel beam 2 -1 has a 36 inch x 3 inch x 3 inch spall near midspan. The spall has been ineffectively repaired. When sounded with a hammer, the concrete repair spalled off. Channel Beam Damage • Channel beam 2 -1 has a 5 inch x 5 inch x 0.5 inch spall in the north web with exposed reinforcing steel approximately 2 feet from end bent 3. • Channel beam 2 -1 has a 12 inch x 3 inch x 2.5 inch spall with exposed reinforcing steel approximately 2 feet from end bent 3. There is also 0.06 inch crack, 3 inches from the bottom of the north web that extends 12 inches east of spall • Channel beam 2 -1 has a 6 inch x 4 inch x 0.75 inch spall in the north web with exposed reinforcing steel approximately 12 inches from end bent 3. Backwall Damage • Channel beam 2 -4 has a 5 inch x 2 inch x 3 inch spall in the south web with exposed reinforcing steel near the diaphragm at end bent 3. FINAL GGB Bridge Assessment Report 1 -6 Stanley Consultants Packet Page -865- EXISTING PAVEMENT BEGIN BRIDGE C BENT 2 I I 50' RRIDGF BRIDGE 1/24/2012 Item 10.D. 1 24" 14' CONCRETE PILE ELEVAT ION BRIDGE 1I' -8" 12' -6" ITER ELEVATION 8'.5' =LOW TOP OF PAVEMENT 11218110 c Stanley Consultants �w- CROSS SECTION 7Tv-' F"ILI ,�,r 876 I COLLIER ( 034026 & n.34n ,2R 8022 Packet Page -866- ELEVATION & CROSS SECTION BRIDGE 034028 FIGURE I ' 3 1/24/2012 Item 10. D. Bents • The backwall on end bent 3 has a 7.5 inch x 4 inch x 0.75 inch spall above the cap between beams 2 -1 and 2 -2. • Intermediate bent 2 has a 0.01 inch crack in the bottom of cap 21 inches north of pile 2 -2 that extends 15 inches up the sides. • Intermediate bent 2 has a 0.01 inch crack in the bottom of cap 18 inches south of pile 2 -2 that extends 15 inches up the sides. Pile(s) • Pile 2 -3 has a void in the north and east faces of the concrete jacket. The void is 28 inch x 6 inch x 6 inch and the steel H pile is exposed. • Pile 2 -4 has a 16 inch x 6 inch x 2.5 inch spall on the southwest corner approximately 5 feet below the cap. No indication of scour was observed during the underwater inspection. Based on limited Void in Pile Jacket. channel elevation information and underwater observations, it appears that scour has not changed since the 2009 inspection. FINAL GGB Bridge Assessment Report 1 -8 Stanley Consultants Packet Page -867- 1/24/2012 Item 10. D. Section 2 Posted Load Evaluation The Florida Department of Transportation (FDOT) requires that all bridges in Florida be load rated. Load rating is the process of determining the safe load carrying capacity of the structure. Existing bridge plans and field observations of the condition of the bridge are used to determine the load rating. The bridge is rated for both the American Association of State Highway and Transportation Officials (AASHTO) design load and Florida legal loads. The Florida legal loads include the single unit vehicle, the combination tractor - trailer vehicle, and the tandem trailer vehicle. A rating factor is determined for each rating vehicle. If the rating factor is less than 1.0, the capacity of the bridge is less than the legal load, and the bridge requires load posting. The controlling vehicle is the vehicle with the lowest rating factor. In order to evaluate the load posting on these bridges, bridge load rating calculations and existing bridge plans were requested from the FDOT District One Maintenance Office. Load rating summary sheets were provided, but calculations and plans were not made available. Since we do not have the documents required for calculating a load rating, we looked at the history of bridge inspections and load ratings in order to evaluate the adequacy of the current load postings. When these bridges were constructed in 1960, bridge inspections and load ratings were not common practice in the United States. During the 1960s, only random bridge inspections were performed and there was very little consistency in the inspections. Virtually nothing was known about the condition of the nation's bridges. In 1967 the Silver Bridge over the Ohio River at Point Pleasant, West Virginia collapsed with the loss of 46 lives. As a result, the Federal Highway Act of 1968 initiated a national bridge inspection program that recognized the importance of periodic and consistent bridge inspections. In 1971 the first National Bridge Inspection Standards (NBIS) were developed. As the NBIS program was implemented it became apparent that bridge replacement needs exceeded available funding, and there was no incentive for states to inspect bridges that were not on the Federal Aid System. These issues were addressed with the Surface Transportation Assistance Act of 1978. This act provided more funds to the states for the rehabilitation and replacement of bridges, and required that all public bridges longer than 20 feet be inspected. Since these bridges were constructed in 1960, it is most likely they were not inspected or load rated until 1978. The design vehicle used for bridge design in 1960 was the HS -20 design vehicle. This design vehicle weighs 36 tons and has three axles spaced over 28 feet. The controlling vehicle for both bridges is the SU4, which is a single unit vehicle with four axles spaced over 17.5 feet. The legal load for this vehicle is 35 tons. The load rating summary sheets show that the rating factor for the HS -20 design load is greater than the design load on the bridges. The rating factor for the SU4 vehicle is 29 tons which is less than the legal load of 35 tons for the SU4 on both bridges. n FINAL GGB Bridge Assessment Report 2 -1 Stanley Consultants Packet Page -868- 1/24/2012 Item 10.D. Because the SU4 rating vehicle has more axles that are more closely spaced than the HS -20 design load, the SU4 will produce a more critical loading condition on shorter spans. On the Golden Gate Main Canal Bridge, the design moment resulting from the SU4 vehicle is 26% greater than the moment resulting from the HS -20 vehicle. On the Miller Canal Bridge, the design moment due to the SU4 vehicle is 31 % greater than the design moment due to the HS -20 vehicle. Both bridges were designed using the HS -20 design vehicle and the Standard Specifications for Highway bridges in effect at the time. Since the loading due to the SU4 vehicle is so much larger than the loading due to the HS -20, the bridges will be overstressed when loaded with the SU4 vehicle. It is reasonable to assume that the bridges will require posting with the larger load due to the SU4 vehicle. The load ratings for Bridges 034026 and 1994 were calculated in 1991 and 1994 respectively. The load postings have not been revised to reflect deterioration that has occurred since then. Since there is insufficient information to verify the load posting, we can accept the load ratings as shown in the Bridge Inspection Reports. Strengthening alternatives were developed to provide an additional capacity of 6 tons in order to increase the SU4 rating from 29 tons to 35 tons. FINAL GGB Bridge Assessment Report 2 -2 Stanley Consultants Packet Page -869- 1/24/2012 Item 10. D. Section 3 Alternatives This report only evaluates alternatives that will remove the load posting on the bridges. Because the special inspections of these bridges were only concerned with the condition of the concrete beams, they are considered the critical element of the bridges. Alternatives that were considered include strengthening the bridge, which will provide increased capacity that. will eliminate the need to load post the bridge. Total replacement of the bridges is another alternative that was considered. Deficiencies in other bridge elements such as piles, slope protection, and guard rail posts should be repaired, but they are not the reason for the load posting and are not addressed in this report. When a course of action is selected for removing the load posting, additional repairs could be included in the contract if the strengthening alternative is selected. Strengthening Alternatives The load carrying capacity of the bridges can be increased by applying a reinforced carbon fiber composite material to the channel beams. This material is a non - proprietary product available from a number of manufacturers. After the concrete deficiencies have been repaired, several layers of the carbon fiber material are epoxy bonded to the undersides of the beams. The carbon fiber will provide additional tensile strength to the bottom of the beams and increased capacity to the bridges. Even though this repair method is relatively new, it has shown itself as a feasible repair alternative for concrete bridges. This method of structural strengthening has been used on many bridges over the past 15 to 20 years. There are numerous bridges in Florida that have been strengthened with carbon fiber, notably the Sunshine Skyway Bridge over the Tampa Bay and several bridges in the Florida Keys. The FDOT Structures Research Lab began conducting research into carbon fiber repairs in the late 1980s. FDOT is satisfied with the long term durability of the carbon fiber material, but additional research is necessary to determine the long term durability of the bond between the carbon fiber repair and the concrete. It is difficult to predict how long a carbon fiber repair will extend a structure's service life, but there are bridges in Florida that were strengthened with carbon fiber wrap that are still in service after 15 years. Carbon fiber wrap has recently been used in the Tampa area to repair channel beams similar to the beams on the Golden Gate Boulevard bridges. The damage to the channel beams that were repaired in Tampa was more severe than the damage observed on the Golden Gate and Miller bridges. The photographs at right show the damage and repair to the Tampa bridges. FINAL GGB Bridge Assessment Report 3 -1 Stanley Consultants Packet Page -870- 1/24/2012 Item 10.D. /*, The carbon fiber repair can also be used on the bent caps where cracking is present. This will reinforce the caps and help prevent further deterioration of the cap. Strengthening the channel beams with steel plates secured to the channel webs was considered. This would require drilling holes through the webs and securing the plates to the webs with through bolts. It is recommended that plates be installed on both sides of the web, but at the Golden Gate Main Canal Bridge the webs of adjacent channel beams are approximately 1.5 inches apart. This is not enough room to adequately install plates and bolts. This alternative is not considered feasible. Another method of increasing the strength of the bridges is to install additional beams to the cross section. Because the existing channel beams have been placed close to each other, there is no room between the beams to locate a new beam. This alternative is not considered feasible. Another option for increasing the capacity of the bridges is to shorten the effective span lengths. A reduced span length will result in an increased rating factor. This can be accomplished by installing crutch bents adjacent to the existing bents. A crutch bent consists of a group of piles and concrete pile caps on either side of the bridge. A heavy steel or prestressed concrete girder, supported by the new piles on either side of the bridge, is installed parallel to the existing. This beam would provide a supplemental support for the channel beams. To reduce the effective span length enough to eliminate the load posting, the center line of the crutch bents must be located three to six feet from the center line of the existing bent. The use of crutch bents will reduce the clear width of the canal available for maintenance access. The SFWMD requires a minimum clearance of 20 feet between bents. At the Golden Gate Main n Canal the existing bents are spaced at 33 feet. With crutch bents on either side of the existing bents, the channel width between crutch bent piles will be reduced to approximately 14 feet. At Miller Canal, the existing bent is at the center of the canal. Crutch bents will virtually block access under the bridge. With the addition of crutch bents, the flow area under the bridges will be reduced and the upstream water elevations may be adversely affected. The crutch bents will also increase the possibility of debris becoming snagged at the bents and further reduce the flow area under the bridges. The use of crutch bents is not considered feasible. Partial Width Replacement Bridge Strengthening of the bridges will allow removal of the load posting, but the bridges will still be classified as Functionally Obsolete due to their narrow width. Replacement of the bridges with wider structures will both remove the load posting and eliminate the Functionally Obsolete classification. Collier County is currently acquiring ROW for the ultimate widening of Golden Gate Blvd. The status of available ROW at the bridges is not known, but the current existing ROW is 100 feet wide along Golden Gate Boulevard. At both bridges there is sufficient room between the existing bridge and the south limit of the current existing ROW to construct a replacement bridge. The replacement bridges will consist of two 12 foot lanes, 8 foot shoulders and standard FDOT traffic barriers. When traffic has been placed on the replacement bridges, the existing bridges can be removed. Since Golden Gate Boulevard will ultimately be widened to four lanes, the replacement bridges must be compatible with the vertical geometry of the ultimate four lane cross section shown in the 60% ^ plans. When the widening project does occur, the replacement bridges can be widened on both sides to obtain the ultimate bridge cross section used in the 60% widening plans. FINAL GGB Bridge Assessment Report 3 -2 Stanley Consultants Packet Page -871- 1/24/2012 Item 10.D. Approximately 8 feet north of the existing bridges there is a 36 inch raw water main owned by the City of Naples. The water main is supported by independent piles and is not attached to the existing bridges. The 60% widening plans include details for accommodating the water main on the new bridge. If a partial width replacement bridge is constructed, it will not impact the water main which can remain in place after the existing bridge is removed. Revisions to the 60% bridge plans will be necessary before the four lane widening can be constructed. The existing 60% bridge plans call for maintaining traffic on the existing bridge while the south portion of the new bridge is constructed; the north portion of the bridge is constructed after traffic is shifted to the south portion. When the replacement bridge is in place, traffic can remain on the bridge while it is widened on both sides. It is possible to minimize the revisions to the superstructure by locating the replacement bridge in order to utilize the same girder and deck design that was used in the 60% plans. However, the substructure plans will require extensive revision. Bridge replacement sections and the relationship between the existing bridges and the replacement bridges are shown in Figure 4. In order to meet minimum standards, approximately 800 feet of approach roadway will be required on both sides of the bridges to tie in to the existing Golden Gate Boulevard. This roadway transition length will impact several cross streets adjacent to the bridges. At the bridge over the Golden Gate Main Canal, the roadway transition will extend approximately 250 feet beyond 8th Street west of the bridge and approximately 250 feet beyond l Oth Street east of the bridge. At the bridge over the Miller Canal, the roadway transition will extend approximately 500 feet beyond 22 °d Street west of the bridge. Modifications to the intersections will be necessary if the replacement alternative is used. n The profile grade used on the 60% widening plans will increase the elevation of the intersections adjacent to the bridges. The elevation of the intersections at 8th Street and 10"' Street will be approximately 1.5 feet higher than the existing while the intersection at 22 °d Street will be approximately 2 feet higher than existing. Major reconstruction of the intersections can be avoided if the approach grades are adjusted to match existing elevations. During construction of the replacement bridges and approaches, retaining walls will be necessary at a few locations. The construction phasing used in the 60% bridge plans has sufficient distance between the existing bridge and the replacement bridge to avoid shoring for the embankment. In order to keep the replacement bridge within the current existing ROW, it will be constructed closer to the existing bridge. Due to the elevation differential between the existing and replacement bridges, retaining walls will be required to support the approaches to the replacement bridges. These walls can either remain in place or be removed after the existing bridge is removed and additional embankment placed. If sufficient ROW has been obtained at the bridge locations, the replacement bridges can be constructed further south and retaining walls would not be required. FINAL GGB Bridge Assessment Report 3 -3 Stanley Consultants Packet Page -872- A N N O N CD 3 O a • W �Z a F- Z w N V/ — I NO �a Qw waf u 0 m J U JO _..- -- -MOH W11SIX3 _.-- -MOH ONI/SIX3 — —_- b i b I` o p � W _ W U _ O O W yW W - ' W3 z ¢ -1 cuJ Q U W O ¢ a Q 4uj in F- NZ 0 ti W w p = Q m a -- J w z Ow ¢ cz wQ �w N� c� Q'-F- UQ I� I� w3� I I I I N U W k U W MqY ONIISIX3 ¢ MOH 9N11SIX3 3 ; 4 N N O N CD 3 O a 1/24/2012 Item 10. D. The south edge of the replacement bridges will be approximately 12 feet inside the current existing south ROW line. Retaining walls will be required for a sufficient length to keep the approach fill within the ROW. These walls will remain in place until the ultimate four lane facility is constructed. If sufficient ROW has been obtained at the bridge locations, these walls will not be required. The roadway plans will also require revisions to reflect the change in construction phasing. The 60% widening plans call for construction to occur to the south of Golden Gate Boulevard while traffic uses the existing road. The north half of the road will be constructed after traffic is shifted to the south side. This MOT scheme will still be applicable except in the vicinity of the replacement bridges. Since traffic will be using the south side of the ultimate roadway, the north portion of the bridge and approach must be constructed first. Once traffic is shifted to the north portion of the ultimate bridge, construction of the south roadway can be completed. A replacement bridge will be longer and wider than the existing bridge and will increase the impervious area in the vicinity of the bridge. Stormwater treatment areas will be needed near the bridge to treat the additional runoff. Treatment can be provided in stormwater ponds or temporary roadside swales. Collier County has obtained the parcels that will be used for stormwater ponds on the four -lane widening of Golden Gate Boulevard. Ditches can convey runoff to these sites and ponds constructed for treatment. The available pond sites closest to Golden Gate Main Canal are Pond 2 approximately 850 feet west of the canal at the southwest corner of Golden Gate Boulevard and 8t' Street, and Pond 3 approximately 1,835 feet east of the canal at the southwest corner of Golden Gate Boulevard and 12`h Street. The closest available pond sites to Miller Canal are Pond 4 approximately 920 feet west n of the canal south Golden Gate Boulevard between 20'h Street and 22 °a Street, and Pond 5 approximately 850 feet east of the canal on the south side of Golden Gate Boulevard. The area of each of these stormwater ponds is approximately three acres. The area of these ponds is far more than what will be required for the bridge replacement and construction of these ponds will add significant cost to the replacement bridges. A more reasonable alternative is to treat the runoff in roadside swales. The cost of constructing roadside swales or smaller ponds is included in the estimated roadway costs for the replacement alternative. Roadway alignments required to transition traffic from the replacement bridges and Golden Gate Boulevard are shown in Figures 5 and 6. The alignments shown assume steeper grades to avoid a profile increase and major work in the intersection. Full Width Replacement Bridge Another alternative that can be considered is to construct the replacement bridge to the full width shown in the 60% bridge plans. This would allow the bridges to be constructed as detailed in the 60% plans and minimal revisions to the bridge plans would be required. This alternative requires that sufficient ROW has been obtained in the vicinity of the bridges. As detailed in the 60% widening plans, the south portion of the replacement bridges and a partial width roadway approaches will be constructed first. When traffic is shifted to the south portion of the replacement bridges, the north portion of the bridges can be constructed. In addition to the embankment required for the approach roadway, additional fill will be required on either side of the bridges to support construction of the approach slabs. It will also be necessary to relocate the existing water main to the replacement bridge at this time. FINAL GGB Bridge Assessment Report 3 -5 Stanley Consultants Packet Page -874- 3NIIHOIVN IVNVO 31V,9 N30100 -- ----- ... ZZ Lo uj O u d 1d' cc u Q� co LI) O LLJ a, O 6 ct: O .. . .... .... N ....... N T, O.d. Ld. .... ..... . 3N IS H12 j .......... ....... ... 3S IS HIP ...... . ..... . ...... ... .... II z Lo � co La) O CN C14 3N. IS H1101 3S IS HIOl ZZ LLJ O .. . .... .... N ....... N T, ...... ... .... II z co V) ....... .... . .. .... .. ..... 3N. IS H1101 3S IS HIOl co M v 00, Lo L co 0, 10, 7.D Q) K C) Ln 00 bD m 4� cu -�e U m co ZUL, QC m lVNVJ 31V,9 N30100 3NIIHDIVN y W t) ± J Q Z Q U W J J 0 w 0 U N r, ti W Z J Q Q Q O T� Wo I\ 00 W 02 a W Y U f9 CL �ddl I _ ' I f I� o I �d W t) ± J Q Z Q U W J J 0 w 0 U N r, ti W Z J Q Q Q O T� Wo I\ 00 W 02 a W Y U f9 CL 1/24/2012 Item 10.D. When the bridges are completed, traffic can either remain on the south portion of the bridge with reverse curve tie -ins similar to the partial width replacement, or a roadway approach can be constructed to the north and traffic returned to a straight alignment. If traffic is shifted back to the north at this time, revisions to the 60% roadway plans will be minimized. The full width replacement bridge will add more impervious surface, but the approach roadway will still be two lanes. The increase in runoff will be greater, but use of roadside swales or smaller ponds will be used to treat stormwater runoff. FINAL GGB Bridge Assessment Report 3 -8 Stanley Consultants Packet Page -877- 1/24/2012 Item 10. D. Section 4 Alternative Comparison Strengthening Alternative The only feasible alternative for strengthening the bridges is to utilize carbon fiber composite material to provide additional moment and shear capacity to the beams. To develop approximate costs for strengthening the bridges with carbon fiber repairs, we contacted three specialty companies; Premier Corrosion Protection Services, Carbon Wrap Solutions, and FibrWrap Construction. All companies were provided with the same description and photographs. Since existing plans are not available, the companies were asked to provide an estimate to increase the load carrying capacity of the bridge from 29 tons to 35 tons. Summary of the carbon fiber strengthening costs are included in Appendix A. To verify that the bridges have adequate load carrying capacity after repairs have been made, it will be necessary to develop a load rating for each bridge. Because the existing bridge plans are not available, a load rating calculation will be based on several assumptions of material strengths and sizes. To obtain a more accurate load rating, a proof load test is recommended for each bridge. Non- destructive testing will be performed to determine concrete and reinforcing steel strength and size. The bridge will be loaded with a series of vehicles of known weights. Gauges attached to the bridge will measure strains and deflections on the bridge for each vehicle. Comparing these measurements with theoretical calculations will provide a more accurate load rating. Three sources were contacted to develop a cost estimate for proof load testing the bridges; Bridge Diagnostics Inc, Carbon Wrap Solutions, and FDOT Structures Research Lab. Summary of cost estimates for proof load testing the bridges are included in Appendix A. Strengthening the bridges will not address the continuing maintenance costs involved with the bridge deck, guardrails, approach roadways, channel and slope protection. The Collier County Road and Bridge Maintenance Department has estimated that $16,000 was spent on maintenance of these two bridges. As the bridges age and deteriorate further, the cost of maintenance is expected to increase. The present value of future maintenance costs were calculated based on a ten year period, a 10% yearly increase in maintenance cost, and a 5% interest rate. Calculations of the present value of maintenance costs are included in Appendix A. The estimated costs for strengthening the bridges with carbon fiber are summarized below: High Low Bridge 034026: $ 461,000 $ 433,000 Bridge 034028: $ 225,000 $ 197,000 Total Estimated Repair Cost: $ 686,000 $ 630,000 Estimated Proof Load Test Cost: $ 85,000 $ 85,000 Present Value Future Maintenance: $ 320,000 $ 320,000 Total Estimated Cost: $1,091,000 $1,035,000 FINAL GGB Bridge Assessment Report 4 -1 Stanley Consultants Packet Page -878- 1/24/2012 Item 10.D. AdvantaLyes• • Can be installed without closing bridge to traffic. • Will not require extensive construction time. Work can be completed in 4 -6 weeks • Will allow removal of load posting. • Initial cost is less expensive than new bridge. Disadvantages: • Will not eliminate Functionally Obsolete classification. • Expensive proof load test will be required to verify load rating. • Long term durability of bond between repair and concrete has not been established. • Maintenance costs will continue to increase. • Bridges will be replaced in the future and repair will be discarded. Partial Width Replacement Bridge Two lane bridges with eight foot shoulders will be constructed south of the existing bridges. Approaches with reverse curves will tie the replacement bridges back to Golden Gate Boulevard alignment. Traffic will remain on this alignment until the ultimate widening of Golden Gate Boulevard is constructed. Construction cost estimates for the replacement bridges and approaches are shown below. Construction cost estimate assumes stormwater runoff will be treated in roadside swales and ponds will not be constructed. ^ Estimated Cost Bridge 034026 Bridge 034028 Total Est. Cost Bridge $ 954,000 $ 630,000 $ 1,580,000 Approaches $ 550.000 $ 530,000 $ 1,080,000 Total Estimated Cost $ 1,500,000 $ 1,160,000 $ 2,660,000 Advantages: • Will remove load posting. • Will remove Functionally Obsolete classification. • Can be constructed within existing ROW. • Portion of replacement bridges can be used for construction access when Golden Gate Boulevard is ultimately widened. Disadvantages: • Initial cost more expensive than repair alternative. • Bridge traffic barrier and overhang will be discarded when bridge is widened to ultimate cross section. Estimated total cost of discarded work is $70,000. • Reverse curves on approaches required. • Construction duration will be 6 to 9 months. • 60% bridge and roadway plans will require revisions to accommodate revised construction phasing. Full Width Replacement Bridge The two replacement bridges will be constructed to the ultimate width shown in the 60% widening plans. The bridges can be constructed using the construction phasing currently shown in the 60% FINAL GGB Bridge Assessment Report 4 -2 Stanley Consultants Packet Page -879- 1/24/2012 Item 10.D. widening plans. After bridge construction is complete, traffic can be returned to a straight alignment on Golden Gate Boulevard. Construction cost estimates for the replacement bridges, and approaches are shown below. Construction cost estimate assumes stormwater runoff will be treated in roadside swales and ponds will not be constructed. Estimated Cost Bridge 034026 Bridge 034028 Total Est. Cost Bridge $ 2,130,000 $ 1,420,000 $ 3,550,000 Approaches $ 570,000 $ 550,000 $ 1,120,000 Total Estimated Cost $ 2,700,000 $1,970,000 $ 4,670,000 Advantages: • Will remove load posting. • Will remove Functionally Obsolete classification. • Ultimate width bridges will be in place when Golden Gate Boulevard is widened. • A larger portion of bridges can be used for construction access when the roadway is ultimately widened. • Bridge plans can be eliminated from ultimate widening plans. • Reverse curves on approaches can be eliminated and construction phasing plan in 60% roadway plans can be used. Revisions to roadway plans will be less extensive. Disadvantages: • Initial cost more expensive than other alternatives. • Construction duration will be 12 to 18 months. Overall Project Cost Strengthening of the bridge with carbon fiber material cannot be considered a long term solution. Ultimately the bridges will be replaced when Golden Gate Boulevard is widened. The cost estimated for carbon fiber repair presented above only considers the cost of the fiber repair, load testing, and present value of future maintenance. In order to compare alternatives equitably, the cost of future bridge replacement must be considered in the strengthening alternative. When Golden Gate Boulevard is widened to four lanes the partial width replacement bridge will also require widening to the ultimate cross section. The future cost of a full width bridge constructed in 10 years was determined based on an 8% annual increase in construction prices. The present value of the future bridge replacement and widening was determined and included in the estimated cost for the strengthening and partial width replacement alternatives. Calculations of the present values are included in Appendix A. The overall, present day costs for each alternative are: Strengthen now, replace in 10 years: $ 5,800,000 Partial width replacement now, widen in 10 years: $ 5,700,000 Full width replacement now: $ 4,700,000 FINAL GGB Bridge Assessment Report 4 -3 Stanley Consultants Packet Page -880- 1/24/2012 Item 10.D. Section 5 Summary and Recommendations The bridges that carry Golden Gate Boulevard over the Golden Gate Main Canal and Miller Canal are over 50 years old. Both are classified as Functionally Obsolete and are posted with a reduced load limit. Removal of the load posting is required to avoid establishing detours around the bridges. One strengthening alternative and two replacement alternatives are considered feasible and were evaluated. Strengthening The load carrying capacity of the bridges can be increased by strengthening the bridges with an application of a carbon fiber composite material. This will allow the load limit to be removed from the bridges, but since the bridge widths will not be increased, they will still be classified as Functionally Obsolete. This alternative will not eliminate, the rising maintenance costs that the County has experienced on these bridges. Plans for the widening of Golden Gate Boulevard have been developed to the 60% stage. The widening includes complete replacement of the bridges on Golden Gate Boulevard. This project is not on the five year plan, but it is anticipated that the widening will occur within ten years. Repairs that strengthen the bridge now will be discarded in ten years. Partial Width Replacement Bridge Replacement bridges that will become part of the ultimate bridge when Golden Gate Boulevard is widened in the future can be constructed at this time. This will eliminate both the load limit and the Functionally Obsolete classification. These replacement bridges can be constructed within the current existing ROW south of the existing bridges. A reverse curve alignment on each end of the bridges will be required to carry traffic from the replacement bridge to the existing Golden Gate Boulevard alignment. The construction phasing plan used in the 60% widening plans requires construction of the south portion of the roadway and bridges in the first phase. Traffic will then be shifted to the south and the north portion of the roadway and bridges will completed. If the replacement bridge is in place when Golden Gate Boulevard is widened, the construction phasing plan will require revisions. The traffic will be on the south side at that time and must be shifted to the north before the south roadway can be constructed. When the bridge and roadway plans are finalized, revisions will be necessary to reflect this change. Full Width Replacement Bridge If replacement bridges are constructed to the ultimate bridge cross section in the Golden Gate Boulevard widening plans, they can be constructed as detailed with no revisions. If Golden Gate Boulevard is shifted back to a straight alignment after the bridge is constructed, the roadway construction phasing will be the same as detailed in the 60% widening plans. When the roadway plans are finalized, revisions will be minimal, and the bridge plans can be eliminated from the plans. This alternative requires that sufficient ROW has been obtained in the vicinity of the bridges. FINAL GGB Bridge Assessment Report 5-1 Stanley Consultants Packet Page -881- 1/24/2012 Item 10. D. Recommendations Since it is anticipated that Golden Gate Boulevard will be widened within ten years, it is recommended that replacement bridges be constructed over Golden Gate Main Canal and Miller Canal. Replacement bridges are more expensive than strengthening the existing bridges, but when the present value of future replacement cost is considered, the long term cost of the strengthening alternative will be more expensive. Money for construction of new bridges at these locations will ultimately be spent when Golden Gate Boulevard is widened. If the money is spent now, less money will be spent when the widening occurs. Since bridge construction costs have dropped in recent years, a bridge can be constructed for less than it would have cost five years ago, and it is likely that bridge construction costs will be higher in five or ten years.. It is recommended that replacement bridges be constructed to the ultimate width for the four lane project. If funding is not available for full width bridges, a two lane replacement bridge is the ZD alternate recommendation. FINAL GGB Bridge Assessment Report 5 -2 Stanley Consultants Packet Page -882- 1/24/2012 Item 10.D. Respectfully submitted, Stanley Consultants, Inc. , ) Prepared by: `+ I C !: Prepared by: Donald E. Rainey, P.E. Reviewed by: Reviewed by: David Dowling, P.E. Approved by: i Approv d by: v Jon Ahlschwede, S.E.T. Packet Page -883- 1/24/2012 Item 10. D. Appendix A Basis of Cost Estimates 1. Repair Quantities 2. Carbon Fiber Cost Estimates 3. Proof Load Test Cost Estimates 4. Bridge Maintenance Cost 5. Replacement Bridges 6. Overall Project Cost FINAL GGB Bridge Assessment Report A -1 Stanley Consultants Packet Page -884- 1/24/2012 Item 10.D. Stanle y INC. Consultants Golden Gate Blvd Project No. 22735.02.00 Bridge Assessment Computed by: Don Rainey Repair Quantities Comp Date: 2/18/2011 Print Date: 2/25/2011 Sheet 1 of 5 Filename: Repair Quantities.xmcd Print Time: 3:26 PM Repair Quantities Description Determine quantities for carbon fiber option References 1. Stanley Consultants, Field Inspection Notes, Dec 2010 2. Spalis Determine approximate volume of spalls to repair DimGGM I "Location" "L" "W" "D" "B 1 -1" 4.5in tin 0.75in "B 1 -1" 3in 2.5in 0.75in "B 1 -6" 3in 2.5in 0.5in "B 1 -9" 4in lin Iin "B 2 -1" 5in 3in 0.5in "B 2 -12" 27in 0.75in 0.5in "B 3 -1" 2.5in 1.5in 0.75in "B 3 -1" 3in 1.5in 0.75in "B 3 -12" 18in 2.5in 2.5in "B 3 -12" l lin 2in 0.75in "B 3 -12" 8in 1.5in 0.75in "P 3 -2" 32in Tin Tin T 3 -2" 32in 3in 3in 13 Volspalls.GGM VOIGGMi 1 i= 1 VOIGGM "Location" "Area" "B 1 -1" DimGGM1 I•DimGGMI 2.D1mGGM1 3 "B 1 -1" DimGGM 'D1mGGM 'DiMGGM 2,1 2,2 2,3 "B 1 -6" DimGGM3 I'DiMGGM3 2.DimGGM3 3 "B 1 -9" D'MGGM - D1mGGM *D1mGGM 4,1 4,2 4,3 "B 2 -1" DimGGM .Din1GGM -D'MGGM 5,1 5,2 5,3 "B 2 -12" DimGGM -DimGGM -DimGGM 6,1 6,2 6,3 "B 3 -1" DimGGM7 1.D1mGGM7 2•DimGGM7 3 "B 3 -1" DimGGMg Dm1GGM8 1•D1mGGM8 2- 3 "B 3 -12" DimGGM9 1•DimGGM9 2'D1mGGM9,3 "B 3 -12" D1mGGM -D1nIGGM 'DimGGM 10,] 10,2 10,3 "B 3-12" D1mGGM - DiMGGM .D1mGGM 11,1 ]],2 11,3 T 3 -2" D'MGGM 'D'MGGM .D1mGGM 12,1 12,2 12,3 T 3 -2" DiMGGM 'Mn7GGM 'D1mGGM 13,1 13,2 13,3, Volspalls.GGM = 1.179 ft 3 Packet Page -885- 1/24/2012 Item 10. D. Stanley Consultants INC. Golden Gate Blvd Project No. 22735.02.00 Y Bridge Assessment Computed by: Don Rainey Repair Quantities Comp Date: 2/18/2011 Print Date: 2/25/2011 Sheet 2 of 5 Filename: Repair Quantities.xmcd Print Time: 3:26 PM DimMiller "Location" "L" "W" "D" "B 1 -9" 8.5ft 2in tin "B 1 -10" 18in 3in 2in "B 2 -1" 36in 3in 3in "B 2 -1" 5in 5in 0.5in "B 2 -1" 12in 3in 2.5in "B 2 -1" 6in 4in 0.75in "B 24" 5in 2in 3in "Bt 3" 7.5in 4in .75in 'T 2 -3" 28in 6in 6in " P 2-4" 16in 6in 2.5in VOlMiller "Location" "Area" "B 1 -9" DimMiller) ]'DimMiller] 2'DimMiller1 3 "B 1-10" DimMiller2 1'DimMiller2 2'DimMiller, 3 "B 2 -1" DimMiller3 1'DimMiller3 2'DimMiller3,3 "B 2 -1" DimMiller4 1'DlmMiller4 2'DimMiller4,3 "B 2 -1" DimMiller5 DiMMiller5,3 1'DimMiller5,2- "B 2 -1" DimMiller6 1,DlmMille% 2'DiMMi11er6,3 "B 2 -4" DimMiller 1'DimMiller7 2'DimMiller7 3 "Bt 3" DimMiller$ ]'DimMiller$ 2'DimMiller8 3 "P2 -3" DimMiller9 1'DimMiller9 2'DimMiller9 3 T 24" DimMiller 'DimMiller 'DimMiller 10,] ]0,2 10,3, 10 Volspalls.Miller VOlMille l 1 Vol = 1.308 ft spalls.Miller — i= 1 Increase spall repair volume to account for removal of unsound concrete and rebar repairs. Rati0increase 5 VOlspall.repair.GGM VOlspalls.GGM'RatiOincrease Vol spall.repair.Miller VOlspalls.Miller'RatlOincrease Packet Page -886- VOlspall.repair.GGM = 5.897 ft 3 3 Vol spall.repair.Miller = 6.542 ft 10-1N 1/24/2012 Item 10.D. Stanley onsultants INC. Golden Gate Blvd project No. 22735.02.00 Y .Bridge Assessment Computed by: Don Rainey Repair Quantities Comp Date: 2/18/2011 Print Date: 2/25/2011 Sheet 3 of 5 Filename: Repair Quantities.xmcd Print Time: 3:26 PM Fiber Wrap Area - Superstructure Golden Gate Main Wbridge NObe.s.GGM 12 Bf.GGM NObeams.GGM Bf.GGM — Spaweb — 2 -tw OHGGM �= 2 Asurface.GGM.beam : 2- (OHGGM + tw) + SpaWeb + 4•Dweb LGGM 100ft Asuper.wrap.GGM Asurface .GGM.beam'NObeams.GGM'LGGM Miller Wbridge NObeams.Miller 10 Bf.Miller NObeams.Miller Bf.Miller — Spaweb — 2.tw �HMiller �= 2 Asurface.Miller.beam 2- (OHMiller + tw) + SpaWeb + 4•Dweb LMiller 50ft Asuper.wrap.Miller Asurface. Miller .beam'NObeams.Miller'LMiller Packet Page -887- Bf.GGM = 28-in OHGGM = 0.75-in 2 Asurface.GGM.beam = 6.333. ft ft Asuper.wrap.GGM = 7600 ft2 BiMiller = 33.6-in OHMilier = 3.55 -in ft Asurface.Miller.beam = 6.8.— ft Asuper.wrap.Miller = 3400 ft2 1/24/2012 Item 10. D. Stanley Consultants INC. Golden Gate Blvd Project No. 22735.02.00 Y Bridge Assessment Computed by: Don Rainey Repair Quantities Comp Date: 2/18/2011 Print Date: 2/25/2011 Sheet 4 of 5 Filename: Repair Quantities.xmcd Print Time: 3:26 PM Fiber Wrap Area - Substructure Pile Caps Apply wrap to bottom and 2 sides of cap. Lcap := Wbridge = 28 ft Golden Gate Main Bcap.GGM := 27.5in Dcap.GGM := 24in Nopiers.GGM := 2 Areacap.wrap.GGM := (Bcap.GGM + 2'Dcap.GGM)'Lcap'Nopiers.GGM Areacap.wrap.GGM = 352.333 ft2 Miller Bcap.Miller := 24in Dcap.Miller := 24in Nopiers.Miller := 1 Areacap.wrap.Miller := (Bcap.Miller + 2• Dcap .Miller)'Lcap'Nopiers.Miller Areacap.wrap.Miller = 168 ft2 Piles Apply wrap to all piles from bottom of cap to 5 feet below mud line. Nopiles.bent := 4 Hbelow.mud 5ft Mud line elevations from 2009 Bridge Inspection Reports. Measured from top of curb. Golden Gate Main HGGB := 12.5ft hcurb.GGB := 10.5in ddeck.GGB := 4.5in PileGGB := 12in Square Hpile.GGB := HGGB — hcurb.GGB — ddeck.GGB — Dbeam — Doap.GGM + Hbelow.mud Hpile.GGB = 13 ft Lpile.wrap.GGM := Nopiles .bent'Nopiers.GGM'Hpile.GGB Lpile.wrap.GGM = 104 ft Areapile.wrap.GGM := Lpile.wrap.GGM'(4•PileGGB) Areapile.wrap.GGM = 416 ft Miller HMiller := 11.1 ft hcurb.Miller := 9.5in ddeck.Miller := 5in PileMiller := 14in Square Hpile.Miller := HMiller — hcurb.Miller — ddeck.Miller — Dbeam — Dcap.Miller + Hbelow.mud Hpile.Miller = 11.642 ft Lpile.wrap.Miller := Nopiles.bent'Nopiers.Miller Hpile.Mille, Areapile.wrap.Miller := Lpile.wrap.Millei (4•PileMiller) Packet Page -888- Lpile.wrap.Miller = 46.567 ft Areapile.wrap.Miller = 217311 ft2 1/24/2012 Item 10. D. Stanley Consultants INC. Golden Gate Blvd Project No. 22735.02.00 y Bridge Assessment Computed by: Don Rainey Repair Quantities Comp Date: 2/18/2011 Print Date: 2/25/2011 Sheet 5 of 5 Filename: Repair Quantities.xmcd Print Time: 3:26 PM Summary Fiber Wrap Superstructure Asuper.wrap.GGM = 7600 ft2 Asuper.wrap.Miller = 3400 ft Substructure Asub.wrap.GGM Areacap.wrap.GGM + Areapile.wrap.GGM Asub.wrap.Miller Areacap.wrap.Miller + Areapile.wrap.Miller Spall Repair Volspall.repair.GGM = 5.897 ft 3 VOlspall.repair.Miller = 6.542 ft 3 Pile Repair Lpile.wrap.GGM = 104 ft Lpile.wrap.Miller = 46.567 ft Packet Page -889- Asub.wrap.cGM = 768.333 ft2 Asub.wrp.Miller = 385.311 ft 1/24/2012 Item 10.D. Stanley Consultants Golden Gate Blvd Project No. 22735.02 y INC. Bridge Assessment Computed by: Don Rainey Carbon Fiber Cost Estimate Comp Date: Feb 18, 2011 Print Date: 3/9/2011 Sheet 1 of 3 Filename: Carbon Fiber Estimate.xmcd Print Time: 12:59 PM Carbon Fiber Cost Estimates Description Estimate cost of fiber wrap strengthening based on information provided by suppliers Q Reference: Q: \22735 \2273502 \Active \06 - Studies \02 - Comps \07 \Repair Quantities.xmcd(R) Apply contingency factor to cost estimates to account for inconsistent assumption and preliminary nature of estimate. Contingent := 1.2 Carbon Wrap Solutions - CWS Wrap 5 $ Per layer of wrap Spallrepair.CWS 680 $3 Plleyepai,.Cws 750.L ft Psuper.CWS ft2 ft NOlayers 1 No more than 3 layers per FDOT SDG 7.8.3 Spall Repairs Volspall.repair.GGM := 6ft 3 COStspall.repair.GGM VOlspall .repair.GGM'Spallrepair.CWS COStspall.repair.GGM = 4080$ Vol spall.repair.Miller 7ft3 COStspall.repair.Miller VOls pall .repair.Miller'Spallrepair.CWS COStspall.repair.Miller = 4760 $ Superstructure Wrap Asuper.wrap.GGM = 7600 ft COStsuper.wrap.GGM.CWS Asuper .wrap.GGM'NOlayers'WraPsuper.CWS + COStspall.repair.GGM COStsuper.wrap.GGM.CWS = 270080$ Asuper.wrap.Miller = 3400 ft COstsuper.wrap.Miller.CWS Asuper. wrap. Mill er' NOlayers' Wrapsuper .CWS+COstspall.repair.Miller COStsuper.wrap.Miller.CWS = 123760$ Pile Cap Wrap COStcap wrap GGM Areacap.wrap.GGM'NOlayers' WraPsuper.CWS COStcap.wrap.GGM = 12331.667 $ COStcap.wraP.Miller Areacap.wrap.Miller'NOlayers' Wrapsuper.CWS COstcap..p.Miller = 5880 $ Packet Page -890- 1/24/2012 Item 10.D. Stanley Consultants INC. Golden Gate Blvd Project No. 22735.02 y Bridge Assessment Computed by: Don Rainey Carbon Fiber Cost Estimate Comp Date: Feb 18, 2011 Print Date: 3/9/2011 Sheet 2 of 3 Filename: Carbon Fiber Estimate.xmcd Print Time: 12:59 PM Pile Repairs COStpiles.GGM Lpi1e.wrap.GGM'P11erepair.CWS COStpiles.Miller Lpile .wrap.Miller'Pilerepair.CWS Total Fiber Wrap Estimate by Carbon Wrap Solutions COStpiles.GGM = 78000 $ COStpiles.Miller = 34925 $ COStGGM.CWS (COStsuper.wrap.GGM.CWS + COStcap wrap.GGM + COStpiles.GGM) - Contingent COStMiller.CWS (COStsuper.wrap.Miller.CWS + COStcap.wrap.Miller + COStpiles.Miller)- Contingent COStGGM.CWS = 432494 $ COstMiller.CWS = 197478 $ COStµrap.CWS COStGGM.CWS + COStMiller.CWS Cost,ap.Cws = 629972 $ Premier Corrosion Protection - PCP Cost estimate provided by Premier Corrosion Protection only includes cost to wrap superstructure. Cost of piles and caps are not included. Use above estimate for cap and piles. Estimate does not include spall repairs. Use spall repair estimate from above. COstsuper.wrap.GGM.PCP 290000$ COStspall.repair.GGM = 4080$ COStcap.wrap.GGM = 12332 $ CoStpiles.GGM = 78000 $ COStsuper.wrap.Miller.PCP 142000$ COstspall.repair.Miller = 4760 $ COStcap.rap.Miller = 5880 $ COStpiles.Miller = 34925 $ COStGGM.PCP (COStsuper.wrap.GGM.PCP + COStspall.repair.GGM + COStcap.wrap.GGM + COStpiles.GGM)- Contingent COStMiller.PCP (COStsuper.wrap.Miller.PCP + COStspall.repair.Miller + COStcap.wrap.Miller + COStpiles.Miller) *Contingent CostCGGM.PCP = 461294 $ COStwap pCp := COStGGM.PCP + COStMiller.PCP COStMiller.PCP = 225078 $ Packet Page -891- Cost , p.PCP = 686372 $ 1/24/2012 Item 10.D. Stanley Consultants INC. Golden Gate Blvd Project No. 22735.02 Y Bridge Assessment Computed by: Don Rainey Carbon Fiber Cost Estimate Comp Date: Feb 18, 2011 Print Date: 3/9/2011 Sheet 3 of 3 Filename: Carbon Fiber Estimate.xmcd Print Time: 12:59 PM FibrWrap Construction - FWC Cost estimate provided by FibrWrap Construction only includes cost to wrap superstructure pile caps. Cost of piles are not included. Use above estimate for piles. Estimate does not include spall repairs. Use spall repair estimate from above. COStsuper.wrap.GGM.FWC:= 225000$ COStspall.repair.GGM = 4080S COStpiles.GGM = 78000 $ COstsuper.wrap.Miller.FWC := 225000$ COStspall.repair.Miller = 4760 $ COStpiles.Miller = 34925 $ COStGGM.FWC (COStsuper.wrap.GGM.FWC + COStspall.repair.GGM + COStpiles.GGM)'COritingerit COStMiller.FWC (COStsuper.wrap.Miller.FWC + COStspall.repair.Miller + COStpiles.Miller) -Contingent CostcGM.FWC = 368496 $ COStMiller.FWC = 317622 $ COSt,rap FWC := COStGGM.FWC + COStMiller.FWC COS 686118 $ twrap.FWC = Summary Carbon Wrap Solutions CostGGM.CWS = 432494 $ CostMiller.CWS = 197478 $ Costwrap.CWS = 629972 $ Premier Corrosion Protection CostGGM.PCF = 461294S COStMiller.pCp = 225078 $ COStµrap.PCP = 686372$ FibrWrap Construction CostGGM.FWC = 368496 $ COStMiller.FWC = 317622 $ COS"p.FWC = 686118 $ Packet Page -892- 1/24/2012 Item 10.D. Rainey, Donald From: hamid @carbonwrapsolutions.com Sent: Thursday, February 17, 2011 5:02 PM To: Rainey, Donald Cc: patricia @carbonwrapsolutions.com; david @carbonwrapsolutions.com; faro @carbonwrapsolutions.com Subject: RE: CarbonWrap Technical Specification Sample Don, The estimated charge for instrumenting and testing of the first span is $18,500.00, for each additional span the charge is $12,500. The pile repair is at $750.00 per linear ft and super structure spall repair is $680.00 per cubic ft. CarbonWrap repair of super structure is $35 per square ft per layer of fabric. Thank you very much. Please let us know if we can provide additional information. Best regards, Hamid Hamid Saadatmanesh, Ph.D., P.E. President and Director of R &D CarbonWrap'" Solutions, LLC 2820 E. Ft Lowell Tucson, Arizona 85716 Tel:(520) 292 -3109 Toll Free: (866)380 -1269 Fax: (520) 408-5274 Cell: (520) 360 -0118 email: hamid@)carbonwrapsolutions.com This email and all attachments are for the sole use of the intended recipient(s) and it may contain confidential and /or privileged information. Any unauthorized review, use disclosure or distribution is strictly prohibited. If you are not the intended recipient of this email, please notify the sender by reply e-mail and delete /destroy the e-mail and all attachments. Unless expressly stated otherwise by a duly authorized officer of CarbonWrapTM Solutions, LLC, neither this e-mail nor any attachments hereto constitute a contractual offer or acceptance by CarbonWrapTM Solutions, LLC. -- - - - - -- Original Message -- - - - - -- Subject: RE: CarbonWrap Technical Specification Sample From: "Rainey, Donald" <RaineyDonald@stanle ygroup.com> Date: Thu, February 17, 2011 11:36 am To: < faro(a)carbonwrapsolutions.com> Cc: < patricia (a)carbonwrapsolutions.com >, < david (aacarbonwrapsolutions.com >, < hamid (a)carbonwrapsolutions.com> Packet Page -893- 1/24/2012 Item 10.D. �, PREMIER 9508 Merchants Center Drive CORROSION Tampa, FL 33624 --- Tel. (813) 569 -0412 PROTECTION Fax (813) 569 -0413 SERVICES (USA) www.Premier-Florida.com \ �� INC. 031 December 20, 2010 Mr. Don Rainey The Stanley Group Re: Collier County Bridge Repair & Reinforcement Proposal Number 10 -325 Via e-mail raineydonaid(a)stanieygroug.com Don, Please accept this letter as Premier Corrosion Protection Services, Inc. BUDGET proposal to repair and strengthen Bridges 034026 and 034028 using carbon fiber composite materials. The purpose is to increase the load capacity from the present posted amount of 29 tons for an SU4 vehicle to a new total of 35 tons. There are also some minor repairs that have to be addressed as well as reinforcing the pile caps. The total BUDGET pricing including Engineering, materials, labor, supervision and insurances is as follows; Bridge 034026 total budget price is $290,000.00 Bridge 034028 total budget price is $142,000.00 All work will be done from floating platforms and will not affect the use of the bridge while work is being preformed. Thank you for this opportunity, please feel free to contact us at any time should you have questions pertaining to the above or should you require any additional information. Sincerely, Paul R. Pinet Any delays of work or change in scope incurred by Premier Corrosion Protection Services, Inc. due to factors not controlled by Premier Corrosion Protection Services, Inc., other than environmental factors will be billed on a time and material basis. Project under $5,000.00 shall be payable UPON RECEIPT. Packet Page -894- 1/24/2012 Item 10.D. Rainey, Donald 10-111 From: Clint Loe [clint @fclp.com] Sent: Friday, February 18, 2011 2:47 PM To: Rainey, Donald Cc: Shaun Loeding PE; Michael McCullagh Subject: RE: Collier County Bridges Don, Based on some conservative assumptions I believe it is reasonable to expect a flexural /shear strengthening system (including cap repairs) to cost approximately $200k -$225k for both bridges. The assumptions we are making would require carbon fiber for shear and flexural strengthening of the channel beams. This budgetary number will include all costs associated with mobilization, labor, materials, and access to the underside of the bridges. It does NOT include general conditions, maintenance of traffic, necessary permits, or anything else that is not directly related to the installation of our fiber. These assumptions also apply: - No lead paint or harmful coatings existing on the beams - Beams /caps will be accessible by boats or barges from water below - Little or no concrete repair will be required - Work will require approximately 4 -6 weeks for completion - One mobilization to complete entire scope If you have any other questions, please feel free to contact me. If you stumble on some as- builts and /or can give us more clearly defined design criteria (actual moment and shear demand), this budget price could change. For instance there may not be the need for shear strengthening, or we may be able to get away with using our GFRP (a much more economical material) for the shear strengthening. In either case this would significantly reduce the above defined scope. Regards, Clint Loe FIBRWRAP CONSTRUCTION SE, LLC The FUTURE of Construction Technology P,O. Box 8-656 Atlanta, GA 31106 -0656 Cell: (248) 763 -0598 Phone: (404) 371 -4033 1--ax: (404) 371 -4032 www.fibrwraQconstruction.com From: Rainey, Donald [mailto:RaineyDonald @stanleygroup.com] Sent: Friday, February 11, 2011 11:23 AM To: Clint Loe Subject: Collier County Bridges Clint, We are preparing an assessment and evaluation study for two bridges in Collier County, Florida. Both bridges are load posted and we are evaluating options to remove the posting from the bridges. We are considering composite fiber wrap as a strengthening alternative. Packet Page -895- 1/24/2012 Item 10. D. Stanley Consultants INC. Golden Gate Blvd Project No. 22735.02 Y Bridge Assessment Computed by:Don Rainey Proof Load Test Comp Date: 18 Feb 2011 Print Date: 2/25/2011 Sheet 1 of 1 Filename: Proof Load Estimate.xmcd Print Time: 3:28 PM Proof Load Testing Description Summarize cost estimates to perform a proof load test to determine load rating after repairs. Estimates were received from 3 sources. References 1. Bridge Diagnostics Inc 2. Carbon Wrap Solutions 3. FDOT Structures Research Lab, Sam Fallaha Bridge Diagnostics Inc - DAI COStradar.DAI = 50000$ Determine concrete strength using non - destructive testing and rebar size and location using radar. COSttest.DAI = 30000$ Load test for two bridges. Costs ,ck.DAI 5000$ Truck rental. COStload.test.DAI COStradar.DAI + COSttest.DAI + COSttruck.DAI Carbon Wrap Solutions - CWS COStlst.span.CWS 18500$ COStaddl.span.CWS 12500$ COSttest.GGM.CWS CoStlst.span.CWS + 2•COStadd1.span.CWS COSttest.Miller.CWS COStlstspan.CWS + COStaddl.span.CWS COStload.test.CWS COShestGGM.CWS + COSttest.Miller.CWS COStload.test.DAI = 85000 $ 2 bridges COSttest.GGM.CWS = 43500 $ COSttest.Miller.CWS = 31000 $ COStload.test.CWS = 74500 $ FDOT Quick estimate for 1 bridge is $15,000 COStload.test.FDOT 2.15000$ COStload.test.FDOT = 30000 $ If cost for non - destructive testing is included, cost of load test & rating = $80,000 Packet Page -896- 1/24/2012 Item 10.D. Rainey, Donald From: St Fort, Patrick Sent: Thursday, February 17, 2011 2:47 PM To: Rainey, Donald Cc: Milosavljevic, Predrag Subject: Golden Gate Boulevard Bridge Assessment Don, I spoke with Scott Aschermann from Bridge Diagnostics Inc. in Colorado in regard to the Golden Gate Boulevard bridge assessment. Here is the brief estimate he came up with: 1. Instrumentation radar to determine the capacity of the bridges ($ 50,000.00) 2. Load testing and load rating ($ 30,000.00) 3. Trucks for load testing and traffic control ($ 5,000.00) This will result to a total of $ 85,000.00 for the two bridges. Regards, Patrick St. Fort, P.E. Structural Engineer Certified Bridge Inspector Stanley Consultants, Inc. Engineering, Environmental and Construction Services - Worldwide 1641 Worthington Road, Suite 400 West Palm Beach, Florida 33409 561.584.8752 direct 561.689.7444 office 561.689.3003 fax stfortoatrick(@stanleverouD.com www.StanleyConsultants.com Packet Page -897- 1/24/2012 Item 10.D. Rainey, Donald From: Fallaha, Sam [Sam. Fal laha@dot.state.fl.us] Sent: Monday, February 21, 20114:30 PM To: Rainey, Donald Cc: Potter, William Subject: FW: Bridge Proof Load Test Attachments: Channel Beam.pdf; 034026_Beams.jpg; 034028_Beams.JPG; 034028 _Damage.JPG; Bridge 034026.JPG; Bridge 034028.JPG Hi Don, A quick look at the bridge, I would estimate the actual coast to the DOT for load testing this bridge is about $15,000 plus the MOT costs. Sam ************************************************ * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Sam Fallaha, P.E. Assistant State Structures Design Engineer FDOT- Structures Research Center 2007 E. Paul Dirac Drive Tallahassee, FL 32310 (850)921 -7111 From: Rainey, Donald [mailto:RaineyDonaid @stanleygroup.com] Sent: Thursday, February 17, 2011 10:53 AM To: Fallaha, Sam Cc: Potter, William; Pouliotte, Jeffrey; Ducher, Jean Subject: RE: Bridge Proof Load Test Sa m, Thanks for your help. We are looking at 2 County owned bridges: Bridges # 034026 & 034028. Both were constructed in 1960 and are 2 -lane bridges approximately 28' wide. Bridge 034026 is 3 equal spans of 33.3' and Bridge 034028 is 2 equal spans of 25'. Pictures of both bridges are attached Both bridges are 15' deep channel beams. A sketch of the channel beam dimensions measured in the field is also attached. The 60% plans that we prepared are for the ultimate 4- laning of Golden Gate Blvd and include new 4 -lane bridges. In addition to strengthening options we are also evaluating the construction of a partial width replacement bridge that can be incorporated into the ultimate 4 -lane project. We want to compare the cost of new bridges against the cost of strengthening and load testing the existing bridges. Does FDOT normally conduct load tests on county bridges? If so, how is the cost passed on to the county? Thanks for your help. Give me a call if you need additional information. Packet Page -898- 1/24/2012 Item 10.D. Stanley Consultants INC. Golden Gate Blvd Project No. 22735.02 y Bridge Assessment Computed by: Don Rainey Maintenance Costs Comp Date: Feb 17, 2011 Print Date: 3/9/2011 Sheet 1 of 2 Filename: Maint Costs.xmcd Print Time: 1:07 PM Bridge Maintenance Cost Description Determine present value of bridge maintenance costs for bridges 034026 and 034028. Design Criteria Mainteost.2010 16000$ Yearly maintenance cost of bridges 034026 and 034028 in 2010 - estimated by Collier County Road & Bridge Maintenance. k1 := 0.10 Yearly increase in maintenance due to further deterioration of bridges. k2:= 0.08 Yearly increase of labor and material costs. k:= k1 + k2 = 0.18 Yearly increase in maintenance costs. i:= 0.05 Annual interest rate. Use to determine present value of yearly costs. n:= 10 Number of years considered Estimated Yearly Maintenance Costs Assume 10% increase in yearly costs. [Maintcost.2010*0 nyears 1 + k) 1 1 2 3 4 5 nyears 6 7 8 9 10. Maintcost = I nyears2 Maintcost.2010 - i 1 + k) nyears3 Maintcost.2010-i1 + k) nyears 4 Maintcost.2010-0 + k) nyearss Maintcost.2010-0 + k) nyears6 Maintcost.2010-0 + k) nyears 7 Maintcost.2010-0 + k) nyears8 Maintcost.2010-0 + k) nyears 9 Maintcost.2010-0 + k) nyearsl0 Maintcost.2010-0 + k) Packet Page -899- Maintcost = 18880 22278 26289 31020 36604 43193 50968 60142 70967 83741 1/24/2012 Item 10. D. Stanley Consultants INC. Golden Gate Blvd Project No. 22735.02 Y Bridge Assessment Computed by: Don Rainey Maintenance Costs Comp Date: Feb 17, 2011 Print Date: 3/9/2011 Sheet 2 of 2 Filename: Maint Costs.xmcd Print Time: 1:07 PM Determine Present Value of Future Maintenance Costs PVmaint.cost Maintcost) nyearsl Maintcost2 nyears2 (1 +i) Maintcost3 (1 +i) nyears 3 Maintcost4 nyears4 (1 +i) Maintcost5 nyears5 (1 +i) Maintcost6 nyears6 (1 + i) Maintcost ny (1 +i) ears7 Maintcost8 nyears$ (1 + 1) Maintcost9 ny� (1 +i) 9 Maintcost to nyears10 _(1 + i) _ PVmaint.cost = Packet Page -900- 17981 20207 22709 25521 28680 32231 36222 40706 45746 51410 1$ 10 Pumaint Y, PVmaint.costi i= 1 PVmaint = 321413 $ n 1/24/2012 Item 10.D. Stanley Consultants INC. Golden Gate Blvd Project No.22735.02 y Bridge Assessment Computed by: Don Rainey Comp Date: 1/18/2011 Bridge Replacement Costs Print Date: 3/9/2011 Sheet 1 of 3 Filename: Replacement Cost.xmcd Print Time: 1:22 PM Replacement Bridges Description Cost estimate for replacement bridges at Golden Gate Main Canal and Miller Canal. Provide estimates for partial width and full width replacements. References 1. Golden Gate Blvd 60% Plans. 2. Golden Gate Blvd 60% Construction Cost Estimate Design Criteria SF := ft Bridge_ESt60 %:= 5328545.5$ "Golden Gate Main Canal" 152ft + 2in 96ft + 8in Bridge60% := "Miller Canal" L60%:= 101 ft W60%:= 96ft + 8in "Faka Union Canal" 170ft + 2in 92ft + 2in 1'60 %1' W60 %1 14709.444 Area60% := L60 °i °Z' W60 °� °Z Area6O% = 9763.333 ft2 L609/63 W60 %3 15683.694 Areatotal.60% L60 %W60% Areatotal.60% = 40156.472 ft Bridge_Est6o °° COStSF.60% := COStSF.60% = 132.695 • $ Areatota1.60% SF CostSF replace— 145 $ Use for replacement alternative - Includes 10% increase for contingencies. SF Wreplace 43ft + 1 in Provides 8' shoulders L600,.1 x 950597.8471 COStreplace :_ 'Wreplace'COStSF.replace COStreplace = I ) $ Partial width bridge 1.60 %2 \630955.417 Packet Page -901- 1 /94/9x71 q Item in n Stanley Consultants INC. Golden Gate Blvd Project No.22735.02 y Bridge Assessment Computed by: Don Rainey Bridge Replacement Costs Comp Date: 1/18/2011 Print Date: 3/9/2011 Sheet 2 of 3 Filename: Replacement Cost.xmcd Print Time: 1:22 PM Throw -Away Construction Estimate cost of throw away construction when partial width bridge is widened. Overhang & barrier will be removed. CY := 27ft3 LF := ft "Golden Gate Main Canal" L60 %1 _ C152.167) ft Bridgewiden :_ ( "Miller Canal" ) Lbridge L601/62 Lbridge — 101 Overhang 2- WOHI'tOH' Lbridge I VoloH :° 2 - W OH2' tOH' Lbridge2 Barrier 4.0417ft WoH := (5.2083ft 34.167 V010H = •CY (29.224) tOH := 9in Do not consider reinforcement. Most will be used to splice into widening. 1- 2 • Lbridge I 1- 1 barrier := barrier = (304.333 I•LF 2•Lbridge2 202 J Unit Prices Item 400 -2-4 Class II Concrete CosteOne := 600 $ CY Item 521 -5 -1 Barrier 32" F shape COStbarrier := 70 F VOIOHI•COStconc + Lbarrier1 *COStbarrier Costthrow.away :_ V010H2•COstconc + Lbarrier,'COStbarrier 2 Totalcost.throw.away COStthrow.awayi i= 1 Packet Page -902- CCost�ow.away — 41804� 31675 $ Total cost.throw.away = 73478 $ Stanley Consultants INC. Computed by: Don Rainey Filename: Total Project Cost.xmcd Description Bridge Assessment Comp Date: 2/25/2011 Print Date: 3/9/2011 Print Time: 1:42 PM Overall Proiect Cost 1/24/2012 Item 10.D. No. 22735.02' Overall Project Cost Develop total cost of project if bridges are strengthened now and replaced in 10 years. Develop total cost of project if partial width bridges are constructed now and widened in 10 years. References 0 Reference: Q: \22735\2273 502\Active\06-Stud ies\02-Comps\07\Replacement Cost.xmcd(R) Estimated Proiect Costs Sheet 1 of 3 Cost 1091000$ Cost to strengthen bridge today. Includes proof load test and strengthen := present value of future maintenance. COStpartial.replace.now 2660000$ Cost to construct partial width replacement bridge today. COStfull.replace.now, 4670000$ Cost to construct full width replacement bridge today. Strengthening of the bridges is not a permanent solution. Replacement of the bridges will be necessary in the future. For the purpose of comparing alternatives, present value of replacement costs will be included in cost of strengthening alternative to reflect long -term project costs. Future Replacement and Widening Costs Noyeus := 10 Assume bridges will be replaced or widened in 10 years. icosc := 8% Assume construction costs will inrease 8% per year lreturn 5% Assume annual interest rate of 5 %. Use to determine present worth. Cost estimates for partial and full width replacement includes roadway approach work adjacent to bridges. When bridges are replaced in 10 years, roadway work will be full width of GGB. For comparison purposes, use only bridge costs for full replacement. Strengthen Now - Replace in 10 Years 2.133 x 106 COstfuil.replace = $ 1.416 x 106 COStfull.bridge.now = 3548553 $ 2 COStfull.bridge.now Y i= 1 COStfull.bridge.10yr = COStfull.bridge.now' (1 + icost) Noyears Packet Page -903- COStfull.replace. COStfuIl.bridge.10yr = 7661059 $ 1/24/2012 Item 10.D. Stanley Consultants INC. Golden Gate Blvd Project No. 22735.02 y Bridge Assessment Computed by: Don Rainey Overall Project Cost Comp Date: 2/25/2011 Print Date: 3/9/2011 Sheet 2 of 3 Filename: Total Project Cost.xmcd Print Time: 1:42 PM Partial Width Replacement Now - Widen in 10 Years When widened the partial width replacement bridges will be cut back to the existing fascia girders, then widened to ultimate width. Ultimate Width W60% = 96.667 ft L60% = 152.167 ft 1 t W60-X.2 = 96.667 ft L60 %2 = 101 ft Widening Width C1 NOgirder.partial := 5 SPagirders.partial 8ft + 9.5inJ 8ft + 2in W60 %1 — (NOgirdenpartial — 1)' SPagirders.partialI Wwiden W60 %, — (NOgirder.partial — 1)'SPagirders.partial2 COStSF.widen COStSF.replace Wwiden]' L60 %1 COStwiden Wwiden2' ' COStSF. Widen 1 -60 %2 2 COStwiden.now COStwiden. i= 1 Noy �� COStwiden.10yr := COStwiden.now'(1 + lcost) 61.5 Wwiden = 64 ft COStSF.Widen = 145• $ SF $ 6 1.357 x 10 COStN,iden = $ 937280 COStwiden.now = 2294226 $ COStwiden.10yr = 4953062 $ Present Value of Future Replacement and Widening Costs COStfull.bridge.10yr Pvfu11.rep1ace.10yr :° Noyears et (1 + Irum) COStK,iden. ] Oyr Pupartia1.widen.l 0yr Noyears (1 + iretum) Packet Page -904- Pufu11.rep1ace.10yr = 4703226 $ PVparial.widen.10yr = 3040751 $ A,-*N Stanley Consultants INC. Computed by: Don Rainey Filename: Total Project Cost.xmcd Comparison and Summary Bridge Assessment Comp Date: 2/25/2011 Print Date: 3/9/2011 Print Time: 1:42 PM Strengthen now, replace in 10 years PVstrengthen COStstrengthen .1" PVfull.replace.10yr Partial width replacement now, widen in 10 years PVpartiaLwidth COStpartial.replace.now + PVpar ial.widen.10yr Full width replacement now Packet Page -905- 1/24/2012 Item 10.D. Project No. 22735.02' Overall Project Cost Sheet 3 of 3 PVstrengthen = 5794226 $ PVpartiaLwidth = 5700751 $ COStfull.replace.now = 4670000 $ 1/24/2012 Item 10. D. Stanley Consultants INC. Golden Gate Blvd Project No.22735.02 y Bridge Assessment Computed by: Don Rainey Bridge Replacement Costs Comp Date: 1/18/2011 Print Date: 3/9/2011 Sheet 3 of 3 Filename: Replacement Cost.xmcd Print Time: 1:22 PM Full Width Replacement If sufficient ROW is purchased in the vicinity of the two bridges, full width replacement bridges can be constructed. This will simplify MOT when ultimate approach roadways are constructed. Area60% 6 COstf.lLreplace 1 •COStSF.replace COStfull.replace = 2'133 x 10 $ Full width bridge Area6O %2 1.416 x 106 Packet Page -906- N M� W CQ co O C E cu tnW.� 0 m _2 cu C •0 O U a) o �O 0 m cu (D O N -P N C) N CD 3 O a o O. a g' o 0 o g o -o o •' ev ao, c o- c .� o a n' o 00• =.co O a^• � � 69 � � xri � 95 x b9 X9 9• ' '� � v�'^i. � s r JO F. 'OOe P c`v ✓ a a o o :o. o o o �0 0 a vo O '#O vl a ,a'. O O• O in O !T - 'cJl cq , cC' n ': kO Ul 'O *1• �D '�l1,� 00 •�'� N N N' 7 6'9 I q� m C7 Y' N Af) o v � E, m o o+ 0 0 00 AA 't- � o, � o - ao h. C4 v� TA ch rn rn v� o • +• y N to is Y �. N b ✓Z to C• ` �p ?W to •� be 3 E " U v`• U W cL' V3 .A rn 7 3 y. p c oc O Z. Z. cn F� N -P N C) N CD 3 O a Cl) m LL O N c c0 O E N c W -E O co aU g O O 0 U a) L C O > O Fn U c0 C O O CD N N C] rQ CL 0 a 0 0 0• o :o r0 0 :o o eq xn a �zr,: v�, �l0 s. O h :l+ 6e 00 M AV ao" - '69 OG� LO Nt^r so h �; 'Oi- b9, 6R r'+ 69 ti9 69 �9; 39 69 w fA 'n Gn x O � W v i U1 O O O V1 O {" F -- a fl. O A= O: Cl O 'O O M m C, V 00 N O O -V9' O O', O O O sag r- [— a0 V 01 G9 69 Ya9 b9 : � c •'69 � b9 WF F- O O Q v CD .c o 00 o h w, Q O '(A 69 eOe}j N' 4n = o � to C c. y c 9 e ca ca F 0 to a Li] �• m p c .� feria c CN •4ti pC V] O O _Hi Fi 'z' a CJ cC Zi Cpl � � o O 7! E h y Q N M N N C] rQ CL 0 a 1/24/2012 Item 10. D. Appendix B Bridge Inspection Report - Bridge No. 034026 Inspection Date 2/26/2009 FINAL GGB Bridge Assessment Report B -1 Stanley Consultants Packet Page -909- 1/24/2012 Item 10-D. Bridge Inspection Report contains information relating to the physical security of a structure and depictions of the structure. This information is confidential and exempt from public inspection pursuant to Sections 119.071(3)(a) and 119.071(3)(b), Florida Statutes. Only the cover page of this report may be inspected and copied. Reports are available for inspection at Collier County. Packet Page -910- ' 1/24/2012 Item 10.D. BRIDGE INSPECTION REPORT PREPARED FOR: FLORIDA DEPARTMENT OF TRANSPORTATION INSPECTED BY: BRIDGE OWNER: COLLIER COUNTY BRIDGE NO. 034026 CONTENTS OF REPORT INSPECTION DATE: 02/2612009 Pontis Report UM Inspection Report CIDR Fracture Critical Data Scour Elevation (Profile) Load Rating Analysis Summary ' Addendum (Element Notes & PhotostSketches) 'This section is not included in this report. --- 11 lyf v� Golden Gate Blvd over Golden Gate Main Canal 6.2 Miles East of CR 951 i (WipBN G�+Ctl�E 061�B�1I gvDE. } yQ 3 i e i f iw ro dawn + +.a soad4w.. m,..,,r..uwaac. .nr.rr r Packet Page -911- 1/24/2012 Item 10. D. Appendix C Bridge Inspection Report - Bridge No. 034026 Inspection Date 2/10/2010 FINAL GGB Bridge Assessment Report C -1 Packet Page -912- Stanley Consultants 1/24/2012 Item 10.D. ^ Bridge Inspection Report contains information relating to the physical security of a structure and depictions of the structure. This information is confidential and exempt from public inspection pursuant to Sections 119.071(3)(a) and 119.071(3)(b), Florida Statutes. Only the cover page of this report may be inspected and copied. Reports are available for inspection at Collier County. Packet Page -913- 1/24/2012 Item 10.D. BRIDGE INSPECTION REPORT ICA� PREPARED FOR: FLORIDA DEPARTMENT OF TRANSPORTATION INSPECTED BY: BRIDGE OWNER: COLLIER COUNTY BRIDGE NO. 034026 CONTENTS OF REPORT INSPECTION DATE: 02/10110 Pontis Report U/W Inspection Report CIDR Fracture Critical Data • Scour Elevation (Profile) Load Rating Analysis Summary • Addendum (Element Notes & PhotostSketches) `This section is not included In this report. d 0 C Golden Gate Blvd over Golden Gate Main Cartel 6.2 Miles East of CR -951 1/24/2012 Item 10.D. Appendix D Bridge Inspection Report - Bridge No. 034028 Inspection Date 4/23/2009 FINAL GGB Bridge Assessment Report D -1 Stanley Consultants Packet Page -915- 1/24/2012 Item 10.D. Bridge Inspection Report contains information relating to the physical security of a structure and depictions of the structure. This information is confidential and exempt from public inspection pursuant to Sections 119.071(3)(a) and 119.071(3)(b), Florida Statutes. Only the cover page of this report may be inspected and copied. Reports are available for inspection at Collier County. Packet Page -916- 1/24/2012 Item 10.D. BRIDGE INSPECTION REPORT I ' PREPARED FOR: FLORIDA DEPARTMENT OF TRANSPORTATION INSPECTED BY: BRIDGE OWNER: COLLIER COUNTY BRIDGE NO. 034028 CONTENTS OF REPORT INSPECTION DATE:. 04123/09 Pontis Report UAW Inspection Report CIDR • Fracture Critical Data Scour Elevation (Profile) ' Load Rating Analysis Summary Addendum (Element Notes & Photos /Sketches) "This section is not included in this report r c d� 3„ I rry�t d MONFAM Golden Gate Blvd. over Miller Canal 8.0 Miles East of CR -951 CAM CRW s lain A"2w o g G a r G Packet Page -917- rtn 0 % i tX L". z— —4 1/24/2012 Item 10. D. Appendix E Bridge Inspection Report - Bridge No. 034028 Inspection Date 4/16/2010 FINAL GGB Bridge Assessment Report E -1 Stanley Consultants Packet Page -918- 1/24/2012 Item 10.D. Bridge Inspection Report contains information relating to the physical security of a structure and depictions of the structure. This information is confidential and exempt from public inspection pursuant to Sections 119.071(3)(a) and 119.071(3)(b), Florida Statutes. Only the cover page of this report may be inspected and copied. Reports are available for inspection at Collier County. Packet Page -919- 1/24/2012 Item 10.D. BRIDGE INSPECTION REPORT PREPARED FOR: FLORIDA DEPARTMENT OF TRANSPORTATION BRIDGE OWNER: COLLIER COUNTY INSPECTED BY: BRIDGE NO. 034028 CONTENTS OF REPORT INSPECTION DATE: 04/16/10 Pontis Report U/W Inspection Report CIDR Fracture Critical Data Scour Elevation (Profile) Load Rating Analysis Summary Addendum (Element Notes & Photos/Sketches) 'This section is not included in this report. b �7 /"'IN, 1/24/2012 Item 10.D. REQUEST FOR PROPOSAL c1pler coup Ad€dni Ser\nc es Dviston € urcha:sing. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS RFP 11 -5722 Design Build Golden Gate Blvd. Bridge Replacements: 1) Golden Gate Canal # 034026 and 2) Miller Canal #034028 Brenda Brilhart, Procurement Strategist (239) 252 -8446 (Telephone) (239) 252 -6697 (Fax) BrendaBrilhart@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Puidiasi g Dep;3rnwi- 3327 Tam ami Trai East • Naples. Flerida 341124901 - wwa.raliieran�.ceUpu chasing Packet Page -921- RFP 1/24/2012 Item 10.D. Table of Contents LEGALNOTICE ................................................................................................................................... ............................... 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ............................................ ............................... 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS ............................................................................................ .............................12 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS ....................................... .............................15 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP .............................................................. .............................18 ATTACHMENT 1: VENDOR'S NON - RESPONSE STATEMENT .................................................................. .............................25 ATTACHMENT 2: VENDOR CHECK LIST ................................................................................................ .............................26 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT ........................................................................... .............................27 ATTACHMENT 4: VENDOR DECLARATION STATEMENT ....................................................................... .............................28 ATTACHMENTS: AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS ....................................... .............................30 ATTACHMENT 6: IMMIGRATION AFFIDAVIT CERTIFICATION .............................................................. .............................31 ATTACHMENT 7: VENDOR SUBSTITUTE W — 9 .................................................................................... .............................32 ATTACHMENT 8: INSURANCE AND BONDING REQUIREMENTS ........................................................... .............................33 ATTACHMENT 9: REFERENCE QUESTIONNAIRE ................................................................................... .............................35 Exhibit A - Design Criteria Package Exhibit B - Proposal Bond Exhibit C - Price Proposal Form 10-111, 2 Packet Page -922- ^' c le�r Cunt Administrate Semoes Division Purchasing Legal Notice RFP 1/24/2012 Item 10.D. Sealed Proposals to provide Design Build of the Golden Gate Boulevard Bridge Replacement will be received until 3:00 pm Naples local time, on August 25, 2011 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. RFP 11 -5722 Design Build Golden Gate Blvd. Bridge Replacements: 1) Golden Gate Canal # 034026 and 2) Miller Canal # 034028 Services to be provided shall include, but not be limited to the following: Design -Build (DB) firm to provide the design and preparation of a complete set of construction plans and special provisions for: • Bridge /structural improvements for the structures identified herein, and the • Roadway improvements to the transportation facility described herein. This is a two -step solicitation: the first step is to receive Letters of Interest (LOI) and shortlist to a maximum of three (3) firms by Committee; and then request that those short- listed firms will be invited to submit full -blown technical and price proposals. n All statements shall be made upon the official proposal form which may be obtained on the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Stephen Y. Carnell, C.P.M. Purchasing & General Services Director This Public Notice was posted on the Collier County Purchasing Department website: www,colliergov.net/purchasing and in the Lobby of Purchasing Building "G ", Collier County Government Center on August 1, 2011. ?crwusang 1 336= "aruani bail East • Naples. Florida 34112 • u�sta:co3izFOV.ne arc ring Packet Page -923- RFP 1/24/2012 Item 10.D. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Growth Management Division, Transportation Engineering Department (hereinafter, the "Division or Department "), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County ") has issued this Request for Proposal (hereinafter, "RFP ") with the intent of obtaining proposals from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Detailed Scope of Work - See Exhibit A — Design Criteria Package South Florida Water Management District ( SFWMD)- currently the County has an approved Environmental Resource Permit (ERP) from SFWMD for the widening of Golden Gate Boulevard to four lanes. These bridges are part of that permit., This permit may need to be modified by the Design Builder (DB) if the final design deviates from the current ERP permit. Big Cypress Basin (BCB)- currently the County has approved right -of -way (ROW) permits from BCB for the bridges across the BCB canals. These ROW permits may need to be modified by the DB if the final design deviates from the current ROW permit. US Army Corps of Engineers (USACoE)- currently the County has a completed ERP permit with the USACoE . The only remaining issue with this permit is full payment for the mitigation credits for the project, which the County plans to pay for by November, 2011. Once the mitigation credits are paid for, this permit can be issued. This permit may need to be modified by the DB if the final design deviates from the current ERP application. An award, if made, will be made to the best overall proposer(s) whose proposal is most advantageous to the County, taking into consideration the evaluation factors set forth in this solicitation. The County will not use any other factors or criteria in the evaluation of the proposals received. The Firm(s) submitting at the Prime Contractor at a minimum must be pre qualified through FDOT in the following Work Classes: Minor Bridges Minor Grading The firm(s) submitting as a subcontractor must be qualified in the work classes they are to perform or fall under the Prime Contractor's qualifications for FDOT Work Classes. The following Work Classes are anticipated: Drainage Flexible Paving Grading Grassing. Seeding and Sodding Guardrail Pavement Marking Portland Cement Concrete Roadway Signing The firm(s) submitting as a subcontractor to the Prime for Design at a minimum must be prequalified through FDOT for the following work groups: Packet Page -924- RFP 1/24/2012 Item 10.D. 3.1 Minor Highway Design 4.1.2 Minor Bridge Design 8.1 Control Survey 8.2 Design, Right of Way, & Const. Survey 8.4 Right of Way Mapping 9.1 Soil Exploration 9.2 Geotechnical Classification Lab Testing 9.4.1 Standard Foundation Studies 9.4.2 Non - Redundant Drilled Shaft Bridge Foundation Studies 10.1 Roadway Construction Engineering Inspection 10.4 Minor Bridge & Miscellaneous Structures CEI Term of Contract The contract term, if an award is made is intended be confirmed in the negotiation process. Prices shall remain firm for the term of this contract. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. This solicitation will be a two step process: Step I: Letter of Interest, shortlist and Step II: Technical Proposals. Event Date STEP 1— Letter of Interest (LOI) Issue Solicitation Notice 8/1/11 Last Date for Receipt of Written Questions 5:00 pm 8/15111 Addendum Issued By 8/22/11 Solicitation Deadline Date and Time 3:00 pm 8/25/11 Anticipated Evaluation of Submittals Week of 8/26/11 Issue Solicitation Notice for Technical Proposals 8/29/11 Last Date for Receipt of Written Questions 5:00 pm 9112/11 Addendum Issued By 9/14/11 Solicitation Deadline Date and Time (Include Price Proposal in 3:00 pm 9/19/11 Separate Sealed Envelop) Selection Committee Meeting to Rank Firms 9/23111 Complete Contract Negotiation By 9130/11 Board of County Commissioners Board Award By 10/25/11 Response Format The Vendor understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if it is awarded a contract, the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non - responsive. Packet Page -925- RFP 1/24/2012 Item 10.D. STEP L• LETTER OF INTEREST (LOI) Maximum 4 Pages 10_1�1 LOI. shall include the requirements listed below in the order in which they appear and shall be clearly marked for reference. LOls submitted without meeting ALL the requirements may be considered non- responsive. In a maximum of four (4) pages express your interest in the project, state qualifications to do the work, identify the Project Manager, the lead structural design engineer and other specific team members, and recount any information on the project team that may be useful of informative to the County. Letters of Interests cannot exceed four (4) pages in length and must, at a minimum, should include the following: • Project Name and Solicitation Number. • Proposer's' name and address. • Proposed responsible office. • Contact person, phone number and Internet E -Mail Address. • Project Team Staffing and relevant experience to this type of project for both the prime and any proposed sub- consultant(s). • Experience of proposed staff. • Related Services and Experience (last ten years). • Describe Florida Area Offices /Staff /Equipment (including computer hardware and software). • Similar Project — List five and provide descriptions of current projects (Florida projects if available) having similar or greater relative size, scope, cost and complexity as the proposed project. Where similarity is not readily apparent, include logic used in listing project as similar. • Describe projects that have been constructed by the proposed DB Team; or • Describe projects constructed by the proposed Construction Team member and designed by a Design Team other than the proposed. • Describe the in -house capabilities of your firm to provide: design, construction, quality control, scheduling, cost control, value engineering, change order negotiations, construction management control system operation, or other related capabilities. • Attached Exhibits should be limited to a maximum of two (2) 8" x 11" pages (This is separate from the four (4) page limitation). LETTER OF INTEREST LOI GRADING CRITERIA POINTS 1. Project Understanding 20 2. Experience of Firm 30 3. Expertise of Designated Staff 25 4. Previous Performance on Similar Jobs 15 5. Local Vendor Preference 10 TOTAL POSSIBLE PONTS 100 Packet Page -926- RFP 1/24/2012 Item 10. D. STEP II (Only the Shortlisted Firms Resulting From Step One Will Be Invited to Provide Technical & Price Proposals) Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. If outlined in this RFP, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and when required, separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Step II includes both Technical and Price Proposals. Final scoring is as follows: Technical has a maximum 40% of total score and the Price Proposal is valued at a maximum of 60% of total score (see section III for more details). The items listed below shall be the evaluation criteria for the Technical proposals and must be reflected in each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a proposer to include all listed items may result in the rejection of its proposal. Tab I: Project Approach. (40 points, 10 pages maximum; note: Only 2 pages can be 11 X 17 formats) The proposal will be assessed -1 point for each additional page over the described limit. Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s), and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is certification that the Proposer will accept any awards made as a result of said submission of the terms contained therein. The Proposer shall include a description of how the design of the project will be approached. The proposal will include options to be considered and the issues to be resolved in the preparation of project specific standard drawings to be used by the precaster for development of shop drawings and erection drawings. Present alternative design solutions for the construction of new bridges using precast/prestressed components. Specifically address how the design team will approach permitting and right of way plans to comply with the project requirements. Provide the methods to be used in selection of precast fabricators, avoiding construction conflicts. It will present concepts in their ability to develop cost effective solutions through innovative design and contracting methods to speed up the construction. In this tab, include a detailed plan of approach (including major tasks and sub - tasks). Construction staging will be highly critical to this approach. Address the following: • Describe understanding of project scope; • Describe project approach including any innovative or alternative design evaluation; • Describe proposed design concept for the 2 -lane bridges construction (exhibits required); • Describe proposed Traffic Control concept for the 2 -lane bridges construction (exhibits required); • Describe proposed Public Information elements and implementation schedule; • Describe project cost controls, scheduling methods. Quality Assurance procedures; • Describe potential Special Considerations; if any. Tab II: Project Schedule and Quali Control. (20 points, 5 pages maximum; note: Only 2 pages can be 11" X 17" formats) The proposal will be assessed -1 point for each additional page Packet Page -927- RFP 1/24/2012 Item 10. D. over the described limit. The Proposer shall include a project schedule to demonstrate their ability to deliver this fast track project. The schedule will show the Design Build Team that is proposed for assignment to this project. It will provide the names of key team members and the strength of the Design Build Team can be analyzed. The schedule will provide for 30 %, 60% and 100% phases. The ERP permit and all required permits must be demonstrated by 100% plan submittal. The schedule will also provide for submittal of final right of way plans in at the 60% Design Phase. The schedule must also demonstrate how the construction of the two bridges will be staged to eliminate incidences of crashes /issues during construction. Include a schedule for design, permitting the bridge projects and design, permitting and construction of the project improvements. Tab III: Staffing Quantity and Availability. (15 points, 3 pages maximum) The proposal will be assessed -1 point for each additional page over the described limit. The Proposer shall have a minimum of five (5) years acceptable Design Build experience with projects of similar size and scope. The Proposer shall describe experience, including tasks performed, and furnish at least five (5) project references with contacts, title, telephone numbers and mailing addresses. Provide information that document's your firm's qualification to produce the required deliverables, including abilities, capacity, skill and financial strength in response to the items 1 — 5 below. 1. Identify the number of staff presently employed at the firm within the State of Florida. 2. Number of roadway design build construction projects in Florida from 1/1/06 — 12/31/10. • Attach a summary of 10 %, or five (5) of the company's projects identified in #2 as back-up. 3. Number of bridge design /construction projects in Florida from 1/1/06 —12/31/10. • Attach a summary of 10 %, or five (5) of the company's projects identified in #3 as back -up. 4. Identify the number of technical staff assigned to this project (including, but not limited to engineers, supervisors, estimators, inspectors) if awarded a contract for this RFP. 1. Is assigned project manager FDOT certified? If yes, place ten (10) points on the line in the adjacent entry field, If no, place 0. TOTAL (add 1 +2 +3 +4 +5) Include resumes of proposed technical staff identified in item number 5 above. • Name and title • Job assignment for other projects • Percentage of time to be assigned full time to this project • How many years with this firm • How many years with other firms • Experience — Types of projects, size of projects (dollar value and SF of project), describe specifics of project involvement • Education Packet Page -928- RFP 1/24/2012 Item 10.D. • Active registration (P.E., etc.) Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area in the requested information 1 — 5 above: • The County shall list the TOTAL Firm Profile and Assigned Staff Experience Profile by firm from highest TOTAL to lowest TOTAL. • The highest number of points (15) will be awarded to the firm who has the greatest TOTAL. • The next highest firm's TOTAL will be divided by the highest firm's TOTAL which will then be multiplied by 15 points to determine the next firm's Points Awarded. Each subsequent firm's TOTAL will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the three proposers. Firm Name Firm's TOTAL Points Awarded Vendor123 375 15 Vendor 456 350 14 Vendor789 225 9 The Points Awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency and completeness of all responses in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, adjust the points awarded after a thorough review of the proposal and prior to final ranking by the Selection Committee. Tab IV: Staffing Quality. (15 points, 10 pages maximum) The proposal will be assessed -1 point for each additional page over the described limit. Provide a narrative describing the role of and introducing key individuals in your firm's organization who will be assigned to the County Project. The Proposer shall demonstrate working relationships among key personnel on the proposed team. Resumes of proposed staff; each resume cannot exceed one (1) page in length. Furthermore, all individuals identified as Key Personnel in the LOI shall remain on the DB's Team for the Technical Proposal and for the duration of the procurement process and the contract. If extraordinary circumstances require a personnel change, it must be submitted in writing to the County's Project Manager, who will determine whether to authorize the change. Unauthorized changes to the Consultant's Team at any time during the procurement process may result in elimination of the Consultant's Team from further consideration. The Proposer shall show the capability to provide all the necessary equipment and material for project support and execution. Attach resumes of all managers, supervisors, and other contract team members who will be involved in the management of the total package of services, as well as the delivery of specific services. The same should be done for any sub - consultants. If sub - consultants are being utilized, letters of intent from stated sub - consultants must be included with proposal submission. TAB V: References (Maximum10 points) - See Attachment 9. In order for the vendor to be awarded any points for this tab, the County requests that the vendor submits five (5) completed reference forms from clients whose projects are of a similar nature to this Packet Page -929- RFP 1/24/2012 Item 10.D. solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the vendor in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: • The County shall total each of the vendor's five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Vendors who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the vendor who has the highest score. • The next highest vendor's number of points will be divided by the highest vendor's points which will then be multiplied by criteria points to determine the vendor's points awarded. Each subsequent vendor's point score will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the three proposers. Vendor Name Vendor Total Reference Score Points Awarded Vendor ABC 445 10 Vendor DEF 435 9.8 Vendor GHI 425 9.6 Note: Sample chart reflects a 10 point reference criterion. The points awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, €on4aet references, and /or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. TECHNICAL PROPOSAL GRADING CRITERIA (Maximum 40% of overall score) 1. Approach to Project 40 2. Project Delivery Schedule 20 3. Staffing Quantity and Availability 15 4. Staffing Quality Resumes 15 5. References 10 TOTAL POSSIBLE POINTS 100 STEP III: EVALUATION AND SELECTION OF DESIGN - BUILDER The evaluation and selection of a Design -Build team will be a two -step process. LOI's shall be reviewed by a Selection Committee. The selection committee members shall review the submittals and provide a numerical ranking for all the firms. The Committee shall shortlist from the LOI the three top ranked firms deemed to be most highly qualified to perform the required services. All expenses, including travel expenses, incurred in the preparation of the LOI shall be borne by the proposer. 10 Packet Page -930- RFP 1/24/2012 Item 10.D. n The scores from the LOI will be used to determine the three top ranked firms. The qualification scores will not be carried forward. The top three firms will submit technical and price proposals which will be ranked according to the Step II. FINAL RANKING: The technical proposal score will be a maximum of 40 points out of 100 and the price proposal will be a maximum of 60 points out of 100. Highest overall score ranks as number one firm, etc. Example scoring as follows: Vendor Price Price Score Technical Tech Score Total Price + Tech Final Rank A $ 2,400,000 60.0 93 40.0 100 1 B $ 2,600,000 55.4 65 28.0 83 3 C $ 2,900,000 49.7 88 37.8 88 2 1. The final shortlist and recommendation for award shall be sent to the Board of County Commissioners for approval. 2. An award, if made, will be made to the best overall proposer(s) whose proposal is most advantageous to the County, taking into consideration the evaluation factors set forth in this solicitation. The County will not use any other factors or criteria in the evaluation of the proposals received. The County will compensate the Firm in accordance with the following method (s): Lump Sum. Prices shall remain firm for the duration of this contract. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in this RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and /or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. Tab VII, Required Form Submittals • Attachment 2: Vendor Check List • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Statement • Attachment 5: Affidavit for Claiming Status as a Local Business • Attachment 6: Immigration Affidavit Certification • Attachment 7: Vendor Substitute W -9 • Attachment 8: Insurance and Bonding Requirements • Attachment 9: Reference Questionnaire • Other. FDOT Prequalification Work Classes (submit certifications) • =Pace Prinar l -eriEt�velc�'PIP 11 Packet Page -931- Exhibit II: General RFP Instructions 1. Questions RFP 1/24/2012 Item 10.D. Direct questions related to this RFP to the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department E- Procurement website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 3. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 4. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and /or participation in any discussions, negotiations, or, if applicable, any protest procedures. 5. Delivery of Proposals Step I: All Letters of Interest (LOIs) are to be delivered before 3:00 pm, Naples local time, on or before August 25, 2011 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist The County shall not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and /or time indicated, or to an incorrect address by Vendor's personnel or by the Vendor's outside carrier. However, the Purchasing /General Services Director, or designee, shall reserve the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which shall include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. 11'1 12 Packet Page -932- RFP 1/24/2012 Item 10.D. Vendors must submit five (5) paper copies with one copy clearly labeled "Master," and two (2) /00"N compact disks (CD's) with one' copy of the proposal on each CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 6. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 7. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 87 -25, and Collier County Resolution Number 2006 -268 establishing and adopting the Collier County Purchasing Policy. The County may, as it deems necessary, conduct discussions with qualified Vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 8. Evaluation of Proposals The County's procedure for selecting is as follows: a) The County Manager shall appoint a Selection Committee to review all proposals submitted. n b) Request for Proposals issued. c) Subsequent to the closing of proposals, the Procurement Strategist and Project Manager shall review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. d) Meetings shall be open to the public and the Procurement Strategist shall publicly post prior notice of such meeting in the lobby of the Purchasing Building at least one (1) day in advance of all such meetings. e) The committee members shall review each Proposal individually and score each proposal based on the evaluation criteria stated herein. f) Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice shall be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist shall also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings. g) The committee will compile individual rankings, based on the evaluation criteria as stated herein, for each proposal to determine committee recommendations. The committee may at their discretion, schedule presentations or demonstrations from the top - ranked firm(s), make site visits, and obtain guidance from third party subject matter experts. The final recommendation will be decided based on review of scores and consensus of committee. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, and /or amendments as it may deem appropriate. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances shall not be considered. 13 Packet Page -933- RFP 1/24/2012 Item 10. D. 9. References The County reserves the right to contact any and all references pertaining to this solicitation and related proposal. 10. Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are included. Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 11. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re- solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re- advertise using the same or revised documentation, at its sole discretion. 13. Qualifications of Proposers: Before the award of any contract, each Proposer may be required to show (to the complete satisfaction of the County Manager, or his designee), that he has the necessary facilities, ability, and financial resources, to furnish the service as specified herein in a satisfactory manner, and he may also be required to show past history and references which will enable the County Manager, or his designee, to satisfy himself as to the qualifications. Failure to qualify according to the foregoing requirements will justify the County in rejecting a Proposal. n 14 Packet Page -934- 3. 4 RFP 1/24/2012 Item 10.D. Exhibit III: Collier County Purchase Order Terms and Conditions Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. Acceptance and Confirmation 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. 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. Inspection 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. 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. Shipping and Invoices 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. 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 amount of invoice. 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 container 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 such shipment. 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. 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and /or services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and Packet Page -935- 15 A a 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. Warranties VENDOR expressly warrants that the goods and /or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. Statutory Conformity Goods and services provided pursuant 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. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and /or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including 1/24/2012 Item 10.D. property of the COUNTY or other persons), which arise out of or are incident to the goods and /or services to be provided hereunder. 11. Warranty of Non - Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are:. a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and /or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non - infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non - exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and 16 Packet Page -936- i"11\ 10-•, Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the- laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and /or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may 1/24/2012 Item 10.D. be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of 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. 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. d) The Vendor agrees to reimbursement 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. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and /or Conditions that are most favorable to the County and /or provide the greatest protection to the County shall govern. Packet Page -937- 17 RFP 1/24/2012 Item 10.D. Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests' provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self- insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self- insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and /or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non - renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County n may terminate the Agreement or at its sole discretion shall be authorized to purchase such 18 Packet Page -938- RFP 1/24/2012 Item 10.D. coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these n costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 3. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and /or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 4. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 30% or more of the solicitation amount for said work. 5. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor's facilities /project site during and after each work assignment the Vendor is performing. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts /agreements, approved by.the Board of County Commissioners (BCC). The selected Vendor shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract.is available upon request. The County will not be obligated to sign any contracts, maintenance and /or service agreements or other documents provided by the Vendor. 7. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's. invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. 19 Packet Page -939- RFP 1/24/2012 Item 10.D. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Collier County, in its sole discretion, will determine the method of payment for goods and /or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. Collier County cautions vendors to consider both methods of payment when determining pricing as no, additional surcharges or fees will be considered (per Rules for VISA Merchants and MasterCard Merchant Rules). The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests shall be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices must be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. n 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 1aches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218, Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and /or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 8. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that n may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has 20 Packet Page -940- RFP 1/24/2012 Item 10.D. authorized OSHA representatives to enter any Collier County facility, property and /or right -of -way for the purpose of inspection of any Vendor's work operations. This provision is non- negotiable by any ^, department and /or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 9. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non - responsive. A Vendor, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license /registration will need to be renewed thereafter to remain "active" in Collier County. If you have questions regarding professional licenses contact the Contractor Licensing, Growth Management Division at (239) 252 -2431, 252 -2432 or 252 -2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252 -2477. 10. Principals /Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is /are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 11. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 12. Termination Should the Vendor be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non - performance. 13. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as 21 Packet Page -941- RFP 1/24/2012 Item 10.D. meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 14. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.ora /search.html). A copy of the document shall be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 15. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub - consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub - consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non - responsive and rejected from further consideration. In addition, consultants that have participated and /or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 16. Protest Procedures Any actual or prospective Vendor to a Request for Proposal, who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director prior to the due date for acceptance of proposals. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the final published date for the acceptance of the Request for Proposals. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 17. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or 22 Packet Page -942- RFP 1/24/2012 Item 10.D. replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 18. Security and Background Checks If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 19. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 20. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. 21. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E- Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet - based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they 23 Packet Page -943- RFP 1/24/2012 Item 10.D. shall comply with the E- Verify Program. The affidavit is attached to the solicitation documents. If the Vendor does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the vendor's proposal may be deemed non - responsive. Additionally, vendors shall require all subcontracted vendors to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http: / /www.dhs.gov /E- Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et sea. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 22. Collier County Local Preference Policy Collier County provides an incentive to local business to enhance the opportunities of local businesses in the award of County contracts. In the evaluation of proposals, the County rewards Vendors for being a local business by granting a ten (10) points incentive in the evaluation criterion points. A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. The vendor must complete and submit with their proposal response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a vendor to submit this Affidavit with their proposal response will preclude said Vendor from being considered for local preference under this solicitation. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. 24 Packet Page -944- n RFP 1/24/2012 Item 10. D. tC "Mmty Admstafive Sewes Dmsm Purchasing Attachment 1: Vendor's Non - Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to RFP 11 -5722 - Design Build Golden Gate Blvd. Bridge Replacement: 1) Golden Gate Canal # 034026 and 2) Miller Canal # 034028 for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications /scope of work. ❑ Specifications /scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date 25 Packet Page -945- RFP 1/24/2012 Item 10.D. C:o ier County Adn tis tine Services DMsK)n Purchasing Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist ❑ The mailing envelope must be sealed and marked with Solicitation Number and Title and due date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER- DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date n 26 Packet Page -946- RFP 1/24/2012 Item 10.D. Adrrk ista'tive Setvioes Division Purchasing Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and /or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and /or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and /or agents) agrees to immediately notify in writing the Purchasing /General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and /or project duration. Firm: Signature and Date: Print Name Title of Signatory State of County of SUBSCRIBED AND SWORN to before me this identification Notary Public My Commission Expires day of , 2011, by , who is personally known to me to be the for the Firm, OR who produced the following 27 Packet Page -947- RFP 1/24/2012 Item 10.D. Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: RFP 11 -5722 Design Build Golden Gate Blvd. Bridge Replacement: 1) Golden Gate Canal # 034026 and 2) Miller Canal # 034028 Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed by Solicitation: RFP 11 -5722 Design Build Golden Gate Blvd. Bridge Replacement: 1) Golden Gate Canal # 034026 and 2) Miller Canal # 034028. (Proposal Continued on Next Page) 28 Packet Page -948- RFP 1/24/2012 Item 10.D. 29 Packet Page -949- PROPOSAL CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 2011 in the County of , in the State of Firm's Legal Name: Address: 'City, State, Zip Code: Florida Certificate of Authority Document Number: Federal Tax Identification Number Telephone: FAX: Signature by: (Typed and written) Title: Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email 29 Packet Page -949- RFP 1/24/2012 Item 10. D. ! 4 Attachment 5: Affidavit for Claiming Status as a Local Business RFP 11 -5722 Design Build Golden Gate Blvd. Bridge Replacement: 1) Golden Gate Canal # 034026 and 2) Miller Canal # 034028 (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ❑ Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in ❑ Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: Collier or Lee County Address: Signature: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Title: Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of .2011. Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) 30 Packet Page -950- ra—MO RFP 1/24/2012 Item 10. D. ler county Ad"%W&W Services Orion ram Attachment 6: Immigration Affidavit Certification RFP 11 -5722 Design Build Golden Gate Blvd. Bridge Replacement: 1) Golden Gate Canal # 034026 and 2) Miller Canal # 034028 This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify program, may deem the Vendor / Bidder's proposal as non - responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of 2011, by (Print or Type Name) Notary Public Signature Printed Name of Notary Public Notary Commission Number /Expiration who has produced as identification. (Type of Identification and Number) The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 31 Packet Page -951- 1/24/2012 Item 10. D. `• � Fri _.��..._ c, • >_ i� Attachment 7: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address State Telephone FAX Order Information Address City State FAX Email Zip 2. Company Status (check only one) City Zip, Email Remit / Payment Information Address City State FAX Email Zip Individual/ Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax - exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number 32 Packet Page -952- 1/24/2012 Item 10.D. er Coin Adn*ni SeMoes Purchasing' Attachment 8: Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000.000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $2,000.000 single limit per occurrence ISO form 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor /Consultant or anyone employed or utilized by the ContractorNendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 2,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ® Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $1,000,000 Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence Packet Page -953- F 1/24/2012 Item 10.D. 6. ® Bid /Proposal Bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County.. 11. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name Packet Page -954- Date Telephone Number 34 »►- County Admnivahe Semm Orvwn Purchawg. Attachment 9: Reference Questionnaire Solicitation: RFP 11 -5722 - Design Build Golden Gate Blvd. Bridge Replacements: 1) Golden Gate Canal and 2) Miller Canal Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: Email: (Evaluator completing reference questionnaire) 11M F 1/24/2012 Item 10.D. (Evaluator's Company completing reference) Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm /individual again) and 1 representing that you were very unsatisfied (and would never hire the firm /indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Change Orders - Dollars Added : Completion Date: Project Number of Days: Change Orders - Days Added: Item Crteria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Close out project process (final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow County policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: By 35 Packet Page -955- F 1/24/2012 Item 10.D. EXHIBIT A n DESIGN & CONSTRUCTION CRITERIA PACKAGE REQUEST FOR PROPOSALS DESIGN -BUILD SERVICES FOR GOLDEN GATE BOULEVARD (CR 876) BRIDGE REPLACEMENTS: 1) Golden Gate Canal and 2) Miller Canal (BRIDGE NO. 034026 & BRIDGE NO. 034028) PROJECT INFORMATION A. Introduction The purpose of this Exhibit is to describe the scope of work and the responsibilities of the Design - Build (DB) firm in connection with the preparation of a Request for Proposal package for the design and preparation of a complete set of construction plans and special provisions, if necessary, for: • Bridge /structural improvements for the structures identified herein, and the • Roadway improvements to the transportation facility described herein. In December of 2008, a design was completed for the 6 -lane widening of Golden Gate Boulevard (CR 876) from Wilson Boulevard to Desoto Boulevard. Due to budget constraints and long range transportation needs projections, the County decided that Golden Gate Boulevard would only need four lanes. It was further decided that Transportation Engineering (TE) department would pursue a redesign of the project to four lanes in a four -lane right -of -way section. The redesign would be taken to 60% plans and all permits so that the County may, at a future date, pursue final design plans, or construct the project as a Design /Build, when construction funding becomes available. By March 2010, the 60% redesign was completed; however, the environmental resource permit for the project is still pending. The original design and subsequent 60% re- designed included the replacement of three bridges: 1) the Golden Gate Main Canal (Bridge #034026), 2) Miller Canal (Bridge #034028), and 3) the Faka Union Canal (Bridge #034030). Bridges No. 034026 and 034028 are currently posted for a 29 Ton - load limit. Although the roadway widening project is unfunded in the current 5 -year work program; there is an immediate need to correct the load capacity and other physical elements on these bridges that cannot wait. The County performed a detailed condition assessment of Bridges #034026 and #034028 to investigate repair or replacement alternatives that would allow the load restrictions to be removed. The final Condition Assessment Report (dated March 2011) preferred recommendation is to replace the existing two -lane bridges with two lane- structures within the existing rights -of -way footprint with minimal roadway reconstruction. B. Purpose The County is requesting Letters of Interest (LOI) and Technical & Price Proposals from interested firms for Design -Build services to include the final design, permitting and construction of Bridges No. 034026 and No. 034028. It is the intent of the County to select and contract with one firm to perform all aspects of the design, permitting and construction of this project. The County reserves the right to stop work before, during or after this project and is not obligated to the DB to continue the project. This solicitation is intended to comply with Chapter 287.055, Florida Statute. C. DB Responsibilities The DB will be expected to work in cooperation with the County and its designees, including private /public utilities and stormwater systems that will be affected by the work and must be considered with the services provided. The DB shall provide design services to accomplish the work 36 Packet Page -956- F 1/24/2012 Item 10.D. contained in this solicitation. The DB may retain subconsultants for various design tasks; however, the DB will be solely responsible for all coordination and interface with the County. The DB shall be 11-IN the single point of contract for all design services. The DB shall obtain such additional geotechnical and surveying related information that it deems necessary for the performance of the work. The DB will be expected to provide the following tasks: 1. Design Services for Final Design of 4 -lane Bridges The DB shall complete the 4 -lane design of bridges #034026 and #034028 utilizing the 60% design documents that will be provided by the County and shall provide signed and sealed plans, calculations, and technical specifications. The DB shall familiarize itself thoroughly with these 60% design documents and follow the development of design to produce the final structures plans for these two bridges. The DB shall provide progress review sets of design documents at 90% and 100 %. The design shall conform to design criteria already established within the 60% design package. 2. Design Services for Final Design, Permitting and Construction of 2 -lane Bridges a. The DB shall provide final 2 -lane design and construction services for bridges #034026 and #034028 utilizing the previous 4 -lane design documents that were completed in Task 1. All work shall be accomplished within the existing rights -of -way easement for the final construction of these two bridges. The DB shall provide progress review sets at 30 %, 60 %, 90% and 100% before initiating construction of that phase. The DB shall ensure the constructability of the project during the design and review process. b. The 2 -lane roadway section shall include sidewalks meeting AASHTO standards and bike lanes meeting the Collier County Land Development Code. c. Upon completion of the construction documents for each phase, the DB shall perform a specific review thereof and shall include a complete cost estimate and critical path method schedule. The DB shall submit to the County a written review covering alternative analyses, suggestions and recommendations. The design may be subject to an independent analysis as determined by the County. The DB shall specifically address long lead procurement items and conditions characteristic of the County that may impede construction and take appropriate action. Historically, it has been the experience of the County with projects constructed within this general geographic area, that rock will be encountered during underground installations. Therefore the DB should consider the increased cost of all underground work activities while preparing this bid. Further, no extra compensation or time extension will be allowed for additional work directly associated with the pile driving, piling drilling, splitting, excavation, crushing and disposal, replacement of displaced volume of extracted rock with fill material or special handling of rock. 3. 'Property Acquisition The County may request the DB to assist with providing legal sketches and descriptions for temporary construction easement acquisition for the 2 -lane Bridge project. 4. Permitting The DB shall prepare all applications, data, and drawings required by permitting agencies and shall be responsible for obtaining all necessary permits, including required fees. The current Environmental Resource Permit application for the 4 -lane design project may need to be completed in order to permit the construction of the 2 -lane Bridges. The DB may also elect to pursue an alternate permitting concept to expedite and fast -track the project delivery 37 Packet Page -957- F 1/24/2012 Item 10. D. schedule. 5. Construction The DB shall be responsible for performing the traditional duties of a General Contractor throughout the performance of the work and warranty periods. The DB shall coordinate and ensure all work is in accordance with the design documents provided by the designer and as approved by the County. The DB will resolve and be responsible for conflicts between the design and actual on -site conditions. The DB is to ensure that the project is completed in accordance with the plans and specifications and requirements of the Florida Department of Transportation (FDOT) and Collier County. The DB will be responsible to the County Transportation Engineering Director or his designee for all aspects of the project. 6. Quality Control /Quality Assurance /Inspections The DB will solely be responsible for daily inspections of the project. The DB is to develop a quality control /quality assurance program. Final acceptance of each project and quality assurance will be provided by the County and based on the DB's certifications, environmental permit close -out requirements, as- builts documentation and all other required close out documents. 7. Project Management Information The DB shall establish, with the full concurrence of the County, procedures for organizing and accomplishing the management control of the project including safety and traffic control. � The DB shall design, implement and utilize a Project Management Information System (PMTS) to facilitate the rapid and accurate exchange and monitoring of information between all parties. The PMIS shall include as a minimum the following: • Narrative reporting, on a monthly basis • Schedule control, on a monthly basis • Cost Control, and estimating • Project accounting • Action reports • Complaint Log • Daily Quality Control /Inspection Reports • Change Order Log All reports, documents and data to be provided shall represent an accurate assessment of the current status of the project and of the work remaining to be accomplished. The information provided shall provide a sound basis for identifying variances and problems and shall include recommendations for making management decisions. It shall be prepared and furnished to the County monthly throughout the contract period. 8. Warranty Where any work is performed by the DB's own forces or by subcontractors under contract with the DB, the DB shall warrant that all materials and equipment included in such work will be of good quality, free from improper workmanship and defective materials and in conformance with 38 Packet Page -958- F 1/24/2012 Item 10. D. the drawings and specifications. In general, the warranty shall be a one -year period from acceptance by the County (unless superseded in the scope of work). With respect to the same work, the DB further agrees to correct all work found by the County to be defective in material or workmanship or not in conformance with the drawings or specifications at no expense to the County. 9. Investigations and Litigations If the DB, the Preliminary Design Professional, or any other member of the DB Team with more than a 20% share of the Contract has ever been the subject of an investigation conducted by a regulatory or professional licensing board, give the details of such action. If the same parties outlined above have ever been sued or debarred from working for a public authority as a result of their actions or inaction in the course of the practice of their business or profession, give the details of such a suit or debarment. 10. Public Information Program The DB shall undertake a Public Information Program. The minimum requirements to complete this task and any information assembled shall include the following and must be approved by the County. • Maintain mailing lists of elected and appointed officials in the project area, permit and review agencies, property owners adjacent to or within the three hundred (300) feet of the project, and other interested parties that may be designated by the County. • Provide notification to residents in affected construction area in advance of proceeding with work in that area. DB shall keep residents informed of changes, delays, or other inconveniences until work in that area is complete. • Prepare exhibits, attend and participate in Public Information Meetings, which shall be conducted by the DB. The DB shall prepare and send notification of all meetings to all parties on the appropriate mailing lists. • Prepare presentation exhibits for use as visual aids during public meetings. • Erect project signs throughout the project area indicating the name of the project, project descriptions, and contact information. The DB shall also be responsible for establishing a construction inquiry phone line to manage complaints, questions and concerns. The phone number of this line will be prominently displayed on all communications with the public. All complaints will be researched and a response will be provided. Action on all complaints should be taken within twenty -four (24) hours from the time the complaint is registered. This information will be recorded and tracked in a computer database that may be reviewed by the County on a daily basis. In addition, a County representative will be identified to hear claims. County Responsibilities County's Information Upon request, the County shall provide all known available information regarding the requirements for the project design. 2. County's Representative The County shall designate a representative who shall be fully acquainted with the project. The representative shall render decisions promptly and furnish information expeditiously. 39 Packet Page -959- F 1/24/2012 Item 10.D. 3. Availability of Lands The County shall furnish, as indicated in the Contract Documents, the lands upon which the construction is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of the DB. The County may request the DB to assist with this effort. The DB shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. This document is signed and sealed as described in Florida Department of Business and Professional Regulation, Board of Professional Engineers. Najeh S. Ahmad, License No: PE633O0 Date 40 Packet Page -960- EXHIBIT B PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, that we chartered and existing under the laws of the the city of are held and firmly bound (hereinafter called _ and authorized unto the the Owner), in the full and just sum of dollars ($ ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the. Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. F 1/24/2012 Item 10.D. (herein after called the Principal) and , (herein called the Surety), a corporation State of with its principal offices in to do business in the State of Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as L01/RFP 11- 5722 — Design Build Golden Gate Boulevard Bridge Replacements: 1) Golden Gate Canal and 2) Wilson Canal. NOW, THEREFORE, if the Owner shall accept the RFP of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such RFP, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Proposal Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $ noted above as liquidated damages, and not as a penalty, as provided in the RFP Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this day of , 2011. I --VJ Countersigned Local Resident Producing Agent for Packet Page -961- Principal (Seal) Surety (Seal) 41 F 1/24/2012 Item 10.D. EXHBIT C — Price Proposal Page Include in Separate Sealed Envelopew ith:Techn cal Proposal PackAge ; COLLIER COUNTY PRICE PROPOSAL FORM SOLICITATION: RFP 11 -5722 PROJECT DESCRIPTION: Design Build Golden Gate Bridge Improvements: 1) Golden Gate Canal and 2) Miller Canal. PROPOSED CONTRACT TIME: Days Substantial Total Days Item Description Design Build TOTAL LUMP SUM PRICE Unit LS Quantity 1 Price TOTAL LUMP SUM PRICE INCLUDING PARTNERING and DISPUTES REVIEW WRITTEN OUT: DESIGN BUILD FIRM NAME: DESIGN BUILD FIRM ADDRESS: DESIGN BUILD FIRM SIGNATURE: PRINTED NAME: TITLE: Provide Dun & Bradstreet Rating: Include in- Separate Sealed Envelopewith Technical Proposal Package "�1 42 Packet Page -962- 0 Z U 2 Q C: J Q a W H N � d w d s EN E = V Y C = r+ � V d � y C Co U- lE C t4 U m N !a C V di 1p C d O r N r+ C d E d V l6 d1 N CM .O m .O m d r.. to C d .O O 0 v 3 m CM C C-4 L? Q T a m U. H 0 N T- r as c� 0 cc C N N Q N rn .N s .1 Packet Page -963- 1/24/2012 Item 10.D. — NCMd'Cn Cfl N Of _ C X' O C ` C N t0 m C E " _'` OQCO N i E 0 .0 .0 O Z 0 U Q 7 V N y CL M a? � W ei O a op co CL d E u CL Z w Z to � N � ir LL C CL w W 9 h 3 m c m 0 O 0 5 8 8 8 n � N W N Lt v tn -V� 4^ III r-� : ?S *. ` F Packet Page -964- 1/24/2012 Item 10.D. O O 8 °8 0 a 00 Oi N rl. N a V) 1, 8 88 � O 000 LO d m W a V^ '^ '^ W N $80 Q N M Ln LG a �1 Fw- 0 O� 0 h E m � 3 d � E a m` c c c m` z N L 0 C v N > R W L L p� 3 r O d V C T . N y U a y � N U � N a a0 a d a �o N`o C d N 'p 0 C 9 C p O t0 D1 N C L C m R c o L 0 C v y ��Q N C y � c F ao 1^ ,*�\ r",*N O o0 01 O n b to M f .n 0 ✓:. M .-1 .+ c et M III r-� : ?S *. ` F Packet Page -964- 1/24/2012 Item 10.D. O O 8 °8 0 a 00 Oi N rl. N a V) 1, 8 88 � O 000 LO d m W a V^ '^ '^ W N $80 Q N M Ln LG a �1 Fw- 0 O� 0 h E m � 3 d � E a m` c c c m` z N L 0 C v N > R W L L p� 3 r O d V C T . N y U a y � N U � N a a0 a d a �o N`o C d N 'p 0 C 9 C p O t0 D1 N C L C m R c o L 0 C v y ��Q N C y � c F ao 1^ ,*�\ r",*N 1/ 1/24/2012 Item 10. D. R_ Price Proposal Page Include In Separate Sealed Envelope with Technical Proposal Package COLLIER COUNTY PRICE PROPOSAL FORM SOLICITATION: RFP 11 -5722 PROJECT DESCRIPTION: Design Build Golden Gate Bridge Improvements: 1) Golden Gate Canal and 2) Miller Canal PROPOSED CONTRACT TIME: 540 Days Substantial 570 Total Days Item Description Unit Quantity Price Design Build LS 1 $3,447,794.00 36" water main relocation LS 1 $601,150.00 TOTAL LUMP SUM PRICE $4,048,944.00 TOTAL LUMP SUM PRICE INCLUDING PARTNERING and DISPUTES REVIEW WRITTEN OUT: $ Four million, forty eight thousand nine hundred forty four dollars and zero cents DESIGN BUILD FIRM NAME: Thomas Marine Construction Inc DESIGN BUILD FIRM ADDRESS: 8999 High Cotton Lane Fort Myers FL 33905 DESIGN BUILD FIRM SIGNATURE: PRINTED NAME: TITLE: Provide Dun & Bradstreet Rating: IR2 with a Paydex of 65 President Include In Separate Sealed Envelope with Technical Proposal Package Packet Page -965- 1 DESIGN -BUILD AGREEMENT between Collier County Florida and Thomas Marine Construction, Inc. dated 1/24/2012 Item 10. D. 2012 Contract 11 -5722 "Design -Build Golden Gate Bridge Improvements: 1) Golden Gate Canal and 2) Miller Canal (Project # 66066)" Packet Page -966- 1 1/24/2012 Item 10.D. DESIGN -BUILD AGREEMENT n This Agreement is made this _ day of , 2012 between Thomas Marine Construction, Inc., a Florida corporation, authorized to do business in the State of Florida (hereinafter called "CONTRACTOR "), whose business address is 8999 High Cotton Lane, Fort Myers, Florida 33905 and the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter called the "OWNER. ") 1. CONTRACTOR'S SERVICES AND RESPONSIBILITIES 1.1 CONTRACTOR shall perform, or arrange for the performance of those architectural, engineering, surveying, hydrogeological, soils testing, procurement and construction, start-up, testing, training and warranty services ( "the Work ") necessary in connection with the design and construction of the OWNER's project (the "Project "). These services shall be as described in Exhibit A — "Project Scope and Services ", and this Article 1, including but not limited to, all labor, services, materials and equipment as may be required to complete the Work * in compliance with the Contract Documents. . 1.2 Design Professional Services 1.2.1 CONTRACTOR shall, consistent with applicable state licensing requirements, provide through qualified, licensed design professionals employed by CONTRACTOR, or procured from qualified, independent licensed design consultants, the necessary design services, including architectural, engineering surveying, hydrogeological and other design professional services, for the preparation of the required drawings, specifications and other design submittals to permit CONTRACTOR to complete the Work as described in Exhibit A- Project Scope and Services, and this Article 1. The design for the Project shall be set forth in the Construction Documents. All changes, supplements and additions to the Construction Documents shall be subject to OWNER's review and written approval, such approval to be obtained prior to the commencement of any portion of the Work relating thereto. 1.2.2 The standard of care for all design professional services performed by or arranged by CONTRACTOR shall be consistent with that degree of skill and care ordinarily exercised by members of the design profession practicing under similar circumstances and in the same or similar locality. CONTRACTOR shall use the services of those persons identified in the attached Exhibit M to provide all required professional design services for the Project ( "Design Professionals "). All changes to the list of Design Professionals set forth in attached Exhibit M must be approved in advance and in writing by OWNER. 1.2.3 CONTRACTOR and OWNER shall agree upon any interim design submissions that OWNER may wish to review, including design criteria, preliminary design reports, drawings, diagrams and specifications as set forth in the Project requirements. CONTRACTOR and OWNER shall meet and confer about the submissions and, following the meeting, OWNER shall review and approve the interim design submissions. 1.2.4 On the basis of the approved interim design submissions, CONTRACTOR shall prepare Contract Documents showing the scope, extent and character of the construction to be performed by CONTRACTOR. Packet Page -967- 2 1/24/2012 Item 10.D. 1.2.5 CONTRACTOR shall provide such descriptions and data as are required for obtaining approvals, permits, licenses, etc., of such governmental authorities having jurisdiction to review or approve the final design of the Project, as noted in the Scope of Work. 1.3 Construction Services 1.3.1 After the Construction Documents have been sufficiently completed by the CONTRACTOR and approved by OWNER in writing for the Project (or such portions thereof as may be designated by OWNER in writing), OWNER shall authorize CONTRACTOR in writing to proceed with the Construction Phase Services. CONTRACTOR shall provide to itself or duly licensed and qualified subcontractors the necessary management, supervision, financing, labor, inspection, testing, start-up, materials, equipment, machinery, tools, fuel, temporary utilities, construction offices and /or other temporary facilities of every kind and type necessary to diligently, timely and fully perform and complete in a good and workmanlike manner the construction of the Project (or designated portions thereof) to permit CONTRACTOR to complete construction of the Project in accordance with all of the terms and conditions of the Contract Documents and as described in Exhibit A- Project Scope and Services, and this Article 1. 1.3.2 CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures employed for the provision of the Work. CONTRACTOR shall be responsible for the completion of the Work in compliance with the Contract Documents and shall keep OWNER advised as to the progress of the Work by regular weekly written reports. 1.3.3 CONTRACTOR shall coordinate the activities of all Subcontractors. If OWNER n performs other work on the Project or at the site with separate CONTRACTORs under OWNER's control, CONTRACTOR agrees to reasonably cooperate and coordinate its activities with those of such separate CONTRACTORs so that the Project can be completed in an orderly and coordinated manner without unreasonable disruption. 1.3.4 CONTRACTOR shall keep the site reasonably free from debris, trash and construction waste to permit CONTRACTOR to perform its construction services efficiently, safely and without interfering with the use of adjacent land areas. Upon Substantial Completion of the Work, or a portion of the Work, CONTRACTOR shall remove all debris, trash, construction wastes, materials, equipment, machinery and tools arising from the Work or applicable portions thereof to permit OWNER to occupy the Project or a portion of the Project for its intended use. 1.3.5 CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall be fully and solely responsible for safety and take all reasonable precautions for the safety of, and shall provide the reasonable protection to prevent damage, injury or loss to: a. All persons on the site or who may be affected by the Work; b. All Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and C. Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and underground facilities not designated for removal, relocation or replacement in the course of construction. Packet Page -968- 1/24/2012 Item 10.D. 1.3.6 CONTRACTOR shall comply with applicable laws and regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall hold regular weekly safety meetings with their staff and shall issue meeting minutes of same. CONTRACTOR's duties and responsibilities for safety and for protection of the construction shall continue until such time as all the Work is completed. 2. OWNER'S RESPONSIBILITIES 2.1 OWNER shall provide CONTRACTOR with an accurate description of the site where the Work is to be performed and will furnish CONTRACTOR with all available information, i.e., record as -built drawings and legal site descriptions if they are available, the physical characteristics, legal limitations and utility limitations at the site. OWNER will assist in establishing test or boring locations in cooperation with the design professional. 2.2 OWNER will provide for or arrange for a right of entry to CONTRACTOR, its agents, staff, or subcontractors, for the purpose of performing and with the right to perform all acts, studies, and research including, without limitation, the making of tests and evaluations, pursuant to the agreed Work. Subject to applicable law, OWNER will provide CONTRACTOR, its employees and subcontractors, reasonable access to the site. 2.3 OWNER shall designate in writing to CONTRACTOR, prior to the commencement of the Work, a representative who shall be fully acquainted with the Work and who has authority on behalf of OWNER to approve changes in the scope of the Work, approve any daily reports submitted by CONTRACTOR, render decisions promptly, and furnish information expeditiously and in time to meet the time schedule for completion of the Work. 2.4 OWNER recognizes that CONTRACTOR's Services may unavoidably alter the existing site conditions and affect the environment in the work area. 2.5 OWNER shall notify CONTRACTOR of any known health or safety hazard existing on or near the site where Work is to be or is being performed by CONTRACTOR or its subcontractors, with particular reference to utilities and hazardous substances or conditions. 2.6 OWNER shall provide CONTRACTOR with all relevant data and information in its possession relating to the site, the Work and the environmental, geologic and geotechnical conditions of the site and surrounding area and the location of subsurface structures, such as pipes, tanks, cables and utilities as known to OWNER. 2.7 OWNER shall, within seven (7) days of occurrence of any event hereinafter described, give CONTRACTOR written notice of any suspected failure of CONTRACTOR to adhere to either the contract terms or the standard of care described herein. 2.8 CONTRACTOR shall be responsible for acquiring all permits that are part of the Work, as noted in the Scope of Work, Exhibit A. OWNER will pay for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). CONTRACTOR shall be responsible for the costs of obtaining all other required permits.'OWNER will apply for permits that the CONTRACTOR can not obtain. 3. INSURANCE REQUIREMENTS 3.1 CONTRACTOR shall at its own expense, cant' and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as follows: Packet Page -969- 1/24/2012 Item 10.D. 3.1.1 Workers' Compensation as required by the state where the Work is to be performed including Employer's Liability; Commercial General Liability including Contractual Liability and Explosion, Collapse and Underground, Comprehensive Automobile Liability, including Owned, Non -owned and Hired Vehicles. 3.1.2 Limits of Liability Provided: (a) Workers' Compensation in the statutory limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements. Policy must include Employers Liability with a limit of $1,000,000 each accident. b) Commercial General Liability: Bodily injury/Property damage $2,000,000 single limit per occurrence. C) Automobile Liability - Combined Single Limit $2,000,000 all autos. d) Professional Errors and Omissions - $1,000,000 per claim 3.2 OWNER and CONTRACTOR waive against each other and OWNER's separate 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. CONTRACTOR and OWNER shall, where appropriate, require similar waivers of subrogation from OWNER's separate CONTRACTORs, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. 3.4 CONTRACTOR shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in this Article 3, and Exhibit B (if required), with certificates attached as Exhibit B to this Agreement. Certificates must identify the specific Project name, as well as the site location and address (if any). 3.5 All insurance policies, other than the Business Automobile and Workers Compensation policies, provided by CONTRACTOR to meet the requirements of this Agreement shall name Collier County, Florida, as an additional insured as to the operations of CONTRACTOR under this Agreement and shall contain a severability of interests provisions. 3.6 Collier County Board of County Commissioners shall be named as the Certificate Holder. NOTE - -The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 3.7.1 The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONTRACTOR has any self- insured retentions or deductibles under any of the below listed minimum required coverages, CONTRACTOR 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 CONTRACTOR's sole responsibility. 3.8 Coverage's shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the Project by the OWNER or as specified in this Agreement, whichever is longer. Packet Page -970- 1/24/2012 Item 10.D. 3.9 The CONTRACTOR and /or its insurance carrier shall provide 30 days written notice to the � OWNER of policy cancellation or non - renewal on the part of the insurance carrier or the CONTRACTOR. CONTRACTOR shall also notify OWNER, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverages or limits received by CONTRACTOR from its insurer and nothing contained herein shall relieve CONTRACTOR of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONTRACTOR hereunder, CONTRACTOR shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 3.10 Should at any time the CONTRACTOR not maintain the insurance coverage's required herein, the OWNER may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage's and charge the CONTRACTOR for such coverage's purchased. If CONTRACTOR fails to reimburse OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due CONTRACTOR under this Agreement or any other agreement between OWNER and CONTRACTOR. The OWNER 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 OWNER to purchase such insurance coverage's shall in no way be construed to be a waiver of any of its rights under the Contract Documents. 3.12 If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the Work or termination of the Agreement, the CONTRACTOR shall furnish to the OWNER, renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after to the date of their expiration. Failure of the CONTRACTOR to provide the OWNER with such renewal certificate(s) shall be considered justification for the OWNER to terminate the Agreement. 4. INDEMNIFICATION 4.1 To the maximum extent permitted by Florida law, CONTRACTOR shall indemnify and hold harmless OWNER and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by CONTRACTOR or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of CONTRACTOR, its Design Consultants, and its Subcontractors, anyone employed directly or indirectly by any of them or anyone employed or utilized by the CONTRACTOR in the performance of this Agreement. 4.2 The duty to defend under this Article 4 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the CONTRACTOR, OWNER and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to CONTRACTOR. CONTRACTOR's obligation to indemnify and defend under this Article 4 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the OWNER or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 5. CONSEQUENTIAL DAMAGES Neither CONTRACTOR nor the OWNER shall be liable to the other for incidental or consequential damages, whether arising in contract, tort (including negligence), statute or strict liability. Packet Page -971- 1/24/2012 Item 10.D. 6. LAWS AND REGULATIONS 6.1 CONTRACTOR will comply with applicable federal, state and local laws and regulations. 6.2 This Agreement shall be governed by the laws, rules, and regulations of the State of Florida. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 7. INDEPENDENT CONTRACTOR CONTRACTOR is an independent CONTRACTOR and the detailed means, manner and method of performing the Work are under the sole control of CONTRACTOR or its subcontractor(s). 8. CONTRACT AMOUNT In consideration of the faithful performance by CONTRACTOR of the covenants in this Agreement to the full satisfaction and acceptance of OWNER, OWNER agrees to pay, or cause to be paid, to CONTRACTOR the following amount (herein "Contract Amount "), in accordance with the terms of this Agreement: Design & Construction Phases. With respect to the Design and Construction Services to be provided by CONTRACTOR hereunder, OWNER shall pay CONTRACTOR for the Cost of the Work (as that term is defined hereafter), a total lump sum fee of the Base price of three million four hundred forty seven thousand seven hundred ninety four dollars ($3,447,794). The add alternate for the water main is dependent upon funding from the City of Naples of six hundred and one thousand one hundred fifty dollars ($601,150) for a total of four million forty eight thousand nine hundred ninety four dollars ($4,048,994). ( "CONTRACTOR'S Fee) for the entire Project. Payment terms for this sum are described in 8.1 below. 8.1 Monthly Progress Payments — Construction Phase Services 8.1.1 The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Prior to submitting its first monthly Application for Payment, CONTRACTOR shall submit to OWNER, for review and approval, a Risk Management Plan, Quality Assurance /Quality Control Plan, a Critical Path Method Schedule showing critical path, interdependencies and slack or float, a Hurricane Plan, and a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the OWNER, this schedule of values shall be used as the basis for the CONTRACTOR's monthly Applications for Payment. This schedule shall be updated and submitted each month to the OWNER along with a completed copy of the Application for Payment form as prescribed in Exhibit D, signed by the CONTRACTOR's authorized representative and attached to the Agreement as Exhibit I. 8.1.2 If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location agreed to by the OWNER in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that the OWNER has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's Packet Page -972- 1/24/2012 Item 10.D. interest therein, all of which shall be subject to the OWNER's satisfaction. Thereafter, n with each subsequent Application for Payment, CONTRACTOR also shall complete and submit to OWNER as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit N. 8.1.3 CONTRACTOR shall submit four (4) copies of its monthly Application for Payment to the OWNER or his designee. The OWNER or his designee shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its contractual basis therefore; or (3) return the Application for Payment to the CONTRACTOR indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices shall be processed in accordance with Section 218.70, F.S. and the administrative procedures established by the County's Purchasing and Finance Departments respectively. In the event of a total denial and return of the Application'for Payment by the OWNER or his designee, the CONTRACTOR may make the necessary corrections and re- submit the Application for Payment. 8.1.4 OWNER shall retain ten percent (10 %) of the gross amount of each monthly payment request or ten percent (10 %) of the portion thereof approved for payment, whichever is less. Such sum shall be accumulated and not released to CONTRACTOR until final payment is due unless otherwise agreed to by the OWNER in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. At the point at which the OWNER has expended fifty percent (50 %) of the total cost of construction services as defined by OWNER, OWNER shall reduce the amount of the retainage withheld on each subsequent payment request to five percent (5 %) subject to the guidelines set forth in Florida Statute 255.078. 8.1.5 Monthly payments to the CONTRACTOR shall in no way imply approval or acceptance of CONTRACTOR's work. 8.1.6 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit E, showing that all materials, labor, equipment and other bills associated with that portion of the Work payment is being requested on have been paid in full. For all payments subsequent to the first payment, the OWNER shall not be required to make payment until and unless these affidavits are furnished by the CONTRACTOR. 8.1.7 CONTRACTOR agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, CONTRACTOR shall prepare and submit for OWNER's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by OWNER to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to the CONTRACTOR as set forth in the approved Project Funding Schedule. 8.1.8 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non - payment under the legal doctrine of "laches" as Packet Page -973- 1/24/2012 Item 10.D. untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 8.2 Payments Withheld 8.2.1 The OWNER may decline to approve any Application for Payment, or portions thereof, because of evidence or inspections that reveal non - compliance with the contract documents. The OWNER. may nullify the whole or any part of any approval for payment previously issued and OWNER may withhold any payments otherwise due CONTRACTOR under this Agreement, to such extent as may be necessary in the OWNER's reasonable opinion to protect it from loss because of any of the following: (a) defective Work not remedied; (b) third party claims actually filed for which CONTRACTOR is required to indemnify OWNER; (c) failure of CONTRACTOR to make payment properly to subcontractors or for labor, materials or equipment not caused by the failure of the OWNER to make payments to the CONTRACTOR in a timely manner as provided herein; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time, except as provided in Article 15 of this Agreement; (f) unsatisfactory prosecution of the Work by the CONTRACTOR; or (g) any other material breach of the Contract Documents. 8.2.2 If the CONTRACTOR has not remedied or cured or commenced reasonable actions to remedy or cure the conditions described in 8.2.1. not later than receipt of seven (7) calendar days prior written notice OWNER may rectify the same at CONTRACTOR's expense. OWNER also may offset against any sums due CONTRACTOR the amount of any liquidated or non - liquidated obligations of CONTRACTOR to OWNER, whether /0-*N relating to or arising out of this Agreement. 8.3 Final Payment 8.3.1 OWNER shall make final payment to CONTRACTOR within thirty (30) calendar days after the Work is finally inspected and accepted by the OWNER in accordance with Article 8.4 herein. Neither the final payment nor the retainage shall become due and payable until CONTRACTOR submits: (1) Receipt of CONTRACTOR's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit E. (3) Consent of surety to final payment. (4) Receipt of the final payment check list in the form attached as Exhibit H. (5) If required by OWNER, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by OWNER. (6) OWNER reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the OWNER is completely satisfied, neither the final payment nor the retainage shall become due and payable. 8.3.2 CONTRACTOR's acceptance of final payment shall constitute a full waiver of any and all claims for payment of compensation hereunder by CONTRACTOR against OWNER ,except those previously made in writing and identified by CONTRACTOR as unsettled at the time of the final Application for Payment. Neither the acceptance of the Work nor payment by OWNER shall be deemed to be a waiver of OWNER's right to enforce Packet Page -974- 1/24/2012 Item 10.D. any obligations of CONTRACTOR hereunder or to the recovery of damages for defective Work not discovered by the OWNER at the time of final inspection. 8.4 Substantial Completion 8.4.1 CONTRACTOR shall notify OWNER or his designee, when it believes the Work, or to the extent permitted in the Contract Documents, a portion of the Work, is substantially complete. Within five (5) days of OWNER's receipt of CONTRACTOR's notice, OWNER and CONTRACTOR will jointly inspect such Work to verify that it is substantially complete in accordance with the requirements of the Contract Documents. If OWNER agrees in its reasonable discretion that such Work is substantially complete, OWNER shall prepare and issue a Certificate of Substantial Completion attached as Exhibit G. that will set forth (i) the date of Substantial Completion of the Work or portion thereof, (ii) the remaining items of Work that have to be completed before final payment, (iii) provisions (to the extent not already provided in the Contract Documents) establishing OWNER's and CONTRACTOR's responsibility for the Project's security, maintenance, utilities and insurance pending final payment and (iv) an acknowledgment that warranties commence to run on the date of Substantial Completion, except as may otherwise be noted in the Certificate of Substantial Completion. 8.4.2 Upon Substantial Completion of the entire Work or, if applicable, any portion of the Work, OWNER shall release to CONTRACTOR any retained amounts relating, as applicable, to the entire Work or completed portion of the Work, less an amount equal to the reasonable value of all remaining or incomplete items of Work as noted in the Certificate of Substantial Completion. 8.4.3 OWNER, at its option, may use a portion of the Work which has been determined to be substantially complete, provided, however, that (i) a Certificate of Substantial Completion has been issued for the portion of Work addressing the items set forth in Section 8.4.1 above, and (ii) OWNER and CONTRACTOR agree that OWNER's use or occupancy will not interfere with CONTRACTOR's completion of the remaining Work. 8.5 Contract Time and Liquidated Damages 8.5.1 Time is of the essence in the performance of the Work under this Agreement. Because the Work is to be completed in two phases (i.e. Design Phase and Construction Phase), the timely completion of the first phase is critical to the timely completion of the second' phase and, therefore, completion of the entire Project. Accordingly, CONTRACTOR agrees to provide the Design Phase Services in accordance with the design schedule attached hereto as Exhibit I. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the OWNER. CONTRACTOR shall commence the Design Phase of the Work within five (5) calendar days from receipt of the notice of the Design Phase Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by CONTRACTOR prior to the Design Phase Commencement Date shall be at the sole risk of CONTRACTOR. 8.5.2 With respect to the Construction Phase Services, Exhibit I shall include the date that portion of the Work associated with the Construction Phase Services must be substantially completed by CONTRACTOR. The "Commencement Date" shall be ^ established in the written Notice to Proceed to be issued by the OWNER. CONTRACTOR shall commence the Construction Phase of the Work within five (5) calendar days from receipt of the notice of the Construction Phase Commencement Packet Page -975- 10 1/24/2012 Item 10.D. Date. That Substantial Completion date shall be established in terms of calendar days after the Construction Phase Commencement Date. 8.5.3 The Work shall be substantially completed within five hundred and forty (540) calendar days from the Construction Phase Commencement Date. The date of substantial completion of the Work (or designated portions thereof) shall be the date certified by the OWNER, in its reasonable discretion, that construction is sufficiently complete and in accordance with the Contract Documents, so that OWNER can occupy or utilize the Work (or designated portions thereof) for the use(s) for which it is intended. 8.5.4 The work shall reach final completion and be ready for final acceptance by OWNER within five hundred and seventy (570) calendar days from the Construction Phase Commencement Date (herein "Contract Time "). 8.5.5 OWNER and CONTRACTOR recognize that, since time is of the essence for this Agreement, OWNER will suffer financial loss if the Work is not substantially completed within the time specified above, as said time may be adjusted as provided for herein. Should CONTRACTOR fail to substantially complete the Work within the time period noted above, OWNER shall be entitled to assess, as liquidated damages, but not as a penalty, one thousand nine hundred and fourteen dollars ($1,914.00) for each calendar day thereafter until substantial completion is achieved. Further, in the event Substantial Completion is reached, but the CONTRACTOR fails to reach Final Completion within the required time period, OWNER shall also be entitled to assess and CONTRACTOR shall be liable for all actual damages incurred by OWNER as a result of CONTRACTOR failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the OWNER's Project Manager or his designee issues a Certificate of Substantial Completion pursuant to the terms hereof. CONTRACTOR hereby expressly waives and relinquishes all rights which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents fair and reasonable estimates of the OWNER's actual damages at the time of contracting if CONTRACTOR fails to substantially complete or finally complete the Work as scheduled. 8.5.6 CONTRACTOR agrees to promptly pay any and all fines and /or penalties that may be imposed upon Collier County by the State of Florida and /or any agency (or agencies) of the State of Florida arising as a result of CONTRACTOR's failure to substantially complete the scope of work within the time limits specified in this Agreement. CONTRACTOR is hereby authorized on behalf of Collier County to contest and /or otherwise dispute any and all such fines and /or penalties should any be threatened to be imposed 8.5.7 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which OWNER may be responsible, in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR expressly acknowledges and agrees that it shall receive no damages for delay. CONTRACTOR's sole remedy, if any, against OWNER will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 8.5.8 The OWNER shall have the power to suspend all or any portions of the services to be provided by CONTRACTOR hereunder upon giving CONTRACTOR two (2) calendar Packet Page -976- 11 1/24/2012 Item 10. D. days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONTRACTOR'S sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Eight herein. 8.5.9 When any period of time is referenced herein by "days ", the days shall be computed to exclude the first day and to include the last day of such time period. If the last day of any such period falls on a Saturday or Sunday or on a legal holiday in Collier County by Federal or Florida Law, each such day shall be omitted from the computation, and the last day shall become the next succeeding business day which is not a Saturday, Sunday or legal holiday in Collier County, Florida. A day shall be a legal holiday in Collier County only if the government of Collier County recognizes that holiday by giving that day off from work by most of its employees or the CONTRACTOR recognizes that day as a legal holiday and thereby gives the majority of its workers the day off from work. 8.5.10 For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the OWNER will count default days as "calendar days." 8.5.11 In the event CONTRACTOR defaults on any of its obligations under the Agreement and OWNER elects to complete the Work, in whole or in part, through another contractor or its own forces, the CONTRACTOR and /or its surety shall continue to be liable for the liquidated damages under the Agreement until OWNER achieves Substantial and Final Completion of the Work. OWNER will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the OWNER. n 8.5.12 The OWNER has the right to apply any amounts due CONTRACTOR under this Agreement or any other agreement between OWNER and CONTRACTOR, as payment on such damages due under this Agreement in OWNER's sole discretion. 8.5.13 Notwithstanding anything herein to the contrary, The OWNER does not waive its right to damages due under the Contract by allowing the CONTRACTOR to continue and to finish the work, or any part of it, after the expiration of the Contract Time including granted time extensions. 8.5.14 In the case of a default of the Contract by the CONTRACTOR and the completion of the work by the OWNER, the CONTRACTOR and his surety are liable for the damages under the Contract, but the OWNER will not charge damages for any delay in the Final Completion of the OWNER's performance of the work due to any unreasonable action or delay on the part of the OWNER. 8.5.15 The OWNER considers the Contract complete when the CONTRACTOR has completed in its entirety all of the work and the OWNER, in its reasonable discretion, has accepted all of the work and notified the CONTRACTOR in writing that the work is complete. The OWNER will then release the CONTRACTOR from further obligation except as set forth in his bond and except as provided in the Contract. 8.5.16 Recovery of Damages Suffered by Third Parties: CONTRACTOR shall be liable to OWNER to the extent OWNER incurs damages from a third party as a result of CONTRACTOR'S failure to fulfill all of its obligations under the Contract Documents. OWNER's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude OWNER from recovering from CONTRACTOR any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. Packet Page -977- 12 1/24/2012 Item 10.D. 9. CHANGES IN THE WORK. 9.1. OWNER shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, CONTRACTOR shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon mutual written agreement of the parties, and OWNER shall not be liable to the CONTRACTOR for any increased compensation without such written order. No officer, employee or agent of OWNER is authorized to direct any extra or changed work orally. OWNER will not be responsible for the costs of any changes commenced without OWNER's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Design Builder for such items and (ii) an admission by CONTRACTOR that such items are in fact not a change but rather are part of the Work required of CONTRACTOR hereunder. 9.2. A Change Order, in the form attached as Exhibit F to this Agreement, shall be issued and executed promptly after an agreement is reached between CONTRACTOR and OWNER concerning the requested changes. CONTRACTOR shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as OWNER and CONTRACTOR shall mutually agree. 9.3. If OWNER and CONTRACTOR are unable to agree on a Change Order for the requested change, CONTRACTOR shall nevertheless promptly perform the change as directed by OWNER in a written Work Directive Change in the forms attached as Exhibit F -1. In that event, the Contract Amount and Contract Time shall be adjusted as directed by OWNER. If n CONTRACTOR disagrees with the OWNER's adjustment determination, CONTRACTOR must make a claim pursuant to and in strict compliance with Section 10 of these General Conditions or else be deemed to have waived any claims with regard to that adjustment or those adjustments. 9.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the CONTRACTOR's reasonable labor and material costs and reasonable actual equipment costs as a direct result of the change (including allowance for labor overhead costs) plus a maximum ten percent (10 %) markup for profit, provided also that the respective increase(s) (including those below as to Subcontractors, etc.,) would not have been incurred but for those specific change(s). In the event such change Work is performed by a Subcontractor, a maximum ten percent (10 %) markup for all overhead and profit for all Subcontractors' and sub - subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5 %) markup thereon by the CONTRACTOR for all of its overhead and profit, for a total maximum markup of fifteen percent (15 %). No markup shall be placed on sales tax, shipping or subcontractor markup. All compensation due CONTRACTOR and any Subcontractor or sub subcontractor for field and home office overhead is included in the markups noted above. CONTRACTOR's and Subcontractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. 9.5 OWNER shall have the right to conduct an audit of CONTRACTOR's books and records to verify the accuracy of the CONTRACTOR's claim(s) with respect to CONTRACTOR's costs associated with any Change Order. The OWNER shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time that is not inconsistent with the intent of the Contract Documents. Such Packet Page -978- 13 1/24/2012 Item 10.D. changes may be effected by Field Order or by other written order. Such changes shall be i-� binding on the CONTRACTOR. 9.6 Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 10. DISPUTE RESOLUTION 10.1 A claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and CONTRACTOR arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 10.2 Claims by the CONTRACTOR shall be made in writing to the Project Manager within forty -eight (48) hours from when the Design Builder knew or should have known of the event giving rise to such Claim or else the Design Builder shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the CONTRACTOR shall be deemed to have waived the Claim. 10.3 The CONTRACTOR shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents pending resolution of any Claim. 10.4 Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONTRACTOR with full decision - making authority and by OWNER's staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONTRACTOR with full decision - making authority and by OWNER's staff person who would make the presentation of any settlement reached at mediation to OWNER's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 11. ASSIGNMENT CONTRACTOR shall not assign this Agreement or any part thereof without prior expressed written consent of OWNER, which shall not be unreasonably withheld. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without such OWNER's consent, shall be void. If CONTRACTOR does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward CONTRACTOR all of the obligations and responsibilities that CONTRACTOR has assumed toward OWNER. 12. HAZARDOUS CONDITIONS 12.1 Unless otherwise expressly provided in the Contract Documents to be part of the Work, CONTRACTOR is not responsible for any Hazardous Conditions encountered at the site. Packet Page -979- 14 1/24/2012 Item 10.D. Upon encountering any Hazardous Conditions, CONTRACTOR will stop Work immediately in the affected area and duly notify OWNER. 12.2 Upon receiving notice of the presence of suspected Hazardous Conditions, OWNER shall take the necessary measures required to ensure that the Hazardous Conditions are remedied or rendered harmless. Such necessary measures shall include OWNER retaining qualified independent experts to (i) ascertain whether Hazardous Conditions have actually been encountered, and, if they have been encountered, (ii) prescribe the remedial measures that OWNER must take either to remove the Hazardous Conditions or render the Hazardous Conditions harmless. 12.3 CONTRACTOR shall be obligated to resume Work at the affected area of the Project only after OWNER's expert provides it with written certification that (i) the Hazardous Conditions have been removed or rendered harmless and (ii) all necessary approvals have been obtained from all government and quasi - government entities having jurisdiction over the Project or site. 12.4 CONTRACTOR will be entitled, in accordance with these General Conditions of Contract, to an adjustment in its Contract Price and /or Contract Time(s) to the extent CONTRACTOR's cost and /or time of performance have been adversely impacted by the presence of Hazardous Conditions. 13.13IFFERING SITE CONDITIONS 13.1 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by CONTRACTOR as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then CONTRACTOR shall provide OWNER with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. OWNER and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for, performance of any part of the Work, OWNER will acknowledge and agree to an equitable adjustment to CONTRACTOR's compensation or time for performance, or both, for such Work. If OWNER determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by CONTRACTOR as part of its investigative services, and that no change in the terms of the Agreement is justified, OWNER shall so notify CONTRACTOR in writing, stating its reasons. Claims by CONTRACTOR in opposition to such determination by OWNER must be made within seven (7) calendar days after CONTRACTOR's receipt of OWNER's written determination notice. If OWNER and CONTRACTOR cannot agree on an adjustment to CONTRACTOR's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 14. PERFORMANCE OF WORK AND REMEDY 14.1 CONTRACTOR shall obtain and assign to OWNER all express warranties given to CONTRACTOR or any subcontractor(s) by any material men supplying materials, equipment or fixtures to be incorporated into the Project. CONTRACTOR warrants to OWNER that any materials and equipment furnished under the Contract Documents shall be new except to the extent, if any, expressly specified otherwise, and that all Work shall be of good quality, free from all material defects and in conformance with the Contract Documents. CONTRACTOR Packet Page -980- 15 1/24/2012 Item 10. D. further warrant to OWNER that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after substantial completion, any Work is found to be defective or not in conformance with the Contract Documents, CONTRACTOR shall correct it promptly after receipt of written notice from OWNER. CONTRACTOR shall also be responsible for and pay for replacement or repair of adjacent materials or Work, which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which OWNER is entitled as a matter of law. 14.2. No later than thirty (30) days prior to expiration of the warranty, the Project Manager, or any other representative of the OWNER, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The CONTRACTOR's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the CONTRACTOR to correct the cited deficiencies shall be grounds for the County to disqualify the CONTRACTOR from future County bid opportunities. 15. FORCE MAJEURE 15.1 Not withstanding anything to the contrary contained herein, if CONTRACTOR is delayed at any time in the progress of the Work contemplated hereunder by any act of the OWNER, by act of force majeure, by any act of CONTRACTOR, of OWNER or a third party, by adverse weather conditions not reasonably anticipated, or by unavoidable casualties, or by any other cause beyond CONTRACTOR's control, or by delay authorized by OWNER, the time for completion of the Work shall be extended for a time equal to the time of such delay, and CONTRACTOR shall be compensated for changes in the Work necessitated by such force majeure event provided, however, that the delay would not have occurred but for the act or the force majeure. 15.2 In the event either party to this agreement is rendered unable, either wholly or in part, by an act or force majeure as described hereinabove, to carry out its obligation under this Agreement, other than its obligations to make payments when due, then the party affected by such act or force majeure, as described hereinabove, shall give written notice with clear explanation to the other party within five (5) business days of discovery of the act or force majeure. Following such notice, the effective obligations of the party giving notice shall be suspended only during the continuance of the act or force majeure, provided good faith due diligence is demonstrated in seeking remedy to the cause. 15.3 The term "force majeure" as employed herein shall mean acts of Nature, acts of public enemy, war, blockade, insurrection, riot, act of terrorism, epidemic, landslide, lightning, earthquake, fire, storm, flood, washout, civil disturbance, explosion, labor dispute, inability with reasonable diligence to obtain material(s) and /or any other substantially similar cause(s) not within the reasonable control of the parry claiming a suspension despite that party's due diligence. 16. CHANGE IN LAW CONTRACTOR shall be compensated for changes in the Work and the time for completion of the Work shall be extended as necessitated by the occurrence of any of the following on or subsequent to the Agreement Date: (a) the enactment, adoption, promulgation, modification, repeal, or formal change in interpretation of any federal, state or local law or regulation having the force of law; (b) the issuance or modification of an order, decree, or judgment of any federal, state or local court, administrative agency or governmental officer or body, acting in a judicial or quasi-judicial capacity, if the issuance or modification of any such order, decree, or Packet Page -981- 16 1/24/2012 Item 10.D. judgment is not also the result of CONTRACTOR's negligent or willful action or failure to act.; or (c) the delay in the review, issuance or renewal of or suspension, termination, interruption, denial, failure to issue or failure to renew any legal requirement, permit or approval, or the imposition of a term, condition or requirement which is more stringent or burdensome than that required by the Project Scope, if such act is not also the result of CONTRACTOR's negligent or willful action or failure to act. 17.TERMINATION FOR CAUSE 17.1. CONTRACTOR shall be considered in material default of the Agreement and such default shall be considered cause for OWNER to terminate the Agreement, in whole or in part, as further set forth in this Section, if CONTRACTOR: either fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager, or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably, or neglects or refuses to remove materials, or fails to correct or replace such Work as may be rejected by OWNER (or OWNER's representative) as being unacceptable or unsuitable; or (4) discontinues prosecution of the Work; or (5) fails to resume Work that has been suspended within a reasonable time after being notified to resume the Work, or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) makes an assignment for the benefit of creditors; or (8) fails to obey any then applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (9) materially breaches any other provision of the Contract Documents. Termination of the Agreement pursuant to subparagraphs (6) and (7) herein is allowed to the extent not prohibited by then applicable law. 17.2. OWNER shall notify CONTRACTOR in writing of CONTRACTOR's default(s). If OWNER determines that CONTRACTOR has not remedied and cured the default(s) or commenced r'1 reasonable actions to effect a remedy or cure, within seven (7) calendar days following receipt by CONTRACTOR of said written notice, then OWNER, at its option, without releasing or waiving any of its rights and remedies against CONTRACTOR's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate CONTRACTOR's right to proceed under the Agreement, in whole or in part, and may take possession of all or any portion of the Work, may take assignments of any of CONTRACTOR's subcontracts and purchase orders, and may complete all or any portion of CONTRACTOR's Work by whatever lawful means, method or agency which OWNER, in its sole discretion, may choose. 17.3. If OWNER deems any of the foregoing remedies necessary; CONTRACTOR agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all- of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and reasonable attorneys' fees, including appeals) or damages incurred by OWNER incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, CONTRACTOR agrees to pay promptly to OWNER on demand the full amount of such excess, including costs of collection, reasonable attorneys' fees (including appeals) with interest thereon (compounded monthly until paid in full) at the Prime Rate as published daily in the Wall Street Journal. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the OWNER to complete the Work, such excess with such interest shall be paid to the CONTRACTOR. The amount to be paid to the CONTRACTOR or OWNER, as the case may be, shall be approved by the OWNER, upon application, and this obligation for payment shall survive termination of the Agreement. Packet Page -982- 17 1/24/2012 Item 10.D. 17.4. The liability of CONTRACTOR hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by OWNER in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re- letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 17.5. If, after notice of termination of CONTRACTOR's right to proceed pursuant to this Section, it is determined for any reason that CONTRACTOR was not in default, or that its default was excusable, or that OWNER is not entitled to the remedies against CONTRACTOR provided herein, then CONTRACTOR's remedies against OWNER shall include all costs and expenses incurred by the CONTRACTOR as a result of the OWNER's actions, including reasonable attorney's fees. 17.6. The OWNER shall use all reasonable and diligent, good faith efforts to mitigate any of its damages against the CONTRACTOR. 18.TERMINATION FOR CONVENIENCE 18.1. OWNER shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to CONTRACTOR. In the event of such termination for convenience, CONTRACTOR's recovery against OWNER shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but CONTRACTOR shall not be entitled to any other or further recovery against OWNER, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 18.2 OWNER shall have the right to suspend all or any portions of the Work upon giving CONTRACTOR not less than five (5) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended for an aggregate of thirty (30) calendar days or less, CONTRACTOR's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. If the aggregate suspension is more than thirty (30) calendar days, the CONTRACTOR be entitled to a reasonable extension of time and additional compensation. Provided, however, if the ordered suspension exceeds six (6) months, the CONTRACTOR shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 19.PERFORMANCE BOND AND PAYMENT BOND 19.1 CONTRACTOR shall provide Performance and Payment Bonds, in the forms prescribed in Exhibit J, in the amount of 100% of the Contract Amount, the costs of which to be paid by CONTRACTOR. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to OWNER, provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www .fms.treas.gov /c570 /c570.html #certified. Moreover, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. Should the contract Packet Page -983- 18 1/24/2012 Item 10.D. amount be less than $500,000, the requirements of Section 287.0935, Florida Statutes shall govern the. rating and classification of the surety. 19.2 If the surety for any bond furnished by CONTRACTOR is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the CONTRACTOR shall, within fourteen (14) calendar days thereafter, substitute another bond and surety, both of which shall be subject to the OWNER's approval. 19.3 At the time CONTRACTOR executes this Agreement, CONTRACTOR shall deliver to OWNER proof, reasonably acceptable to OWNER, of CONTRACTOR'S ability to deliver the Performance and Payment bonds required hereunder 20. TITLE TO WASTE At no time will CONTRACTOR take title, constructive or express, to any hazardous or toxic substance or constituent, to any waste, or to any asbestos or asbestos containing - materials. 21. SAMPLES Test specimens or samples generally are consumed or substantially altered during testing and are disposed of immediately upon completion of tests. Drilling samples and other specimens are disposed of thirty (30) days after CONTRACTOR's submission of its report. NON - HAZARDOUS SAMPLES. At OWNER's written request, CONTRACTOR will retain preservable test specimens or the residue there from for thirty (30) days after submission of CONTRACTOR's report free of storage charges. HAZARDOUS OR POTENTIALLY HAZARDOUS SAMPLES. In the event that samples contain hazardous constituents, CONTRACTOR will return such samples to OWNER, or using a manifest signed by OWNER as generator, CONTRACTOR will have such samples transported to a location selected by OWNER for final disposal. OWNER agrees to pay all costs associated with the storage, transport, and disposal of samples. OWNER recognizes and agrees that CONTRACTOR acts as a bailee and at no time assumes title to said materials. 22. DOCUMENTS 22.1 All documents, including but not limited to, drawings, specifications, reports, boring logs, field notes, laboratory test data, calculations and estimates, prepared by CONTRACTOR as instruments of service pursuant to this Agreement, shall be OWNER's sole property, upon payment of all compensation due to the CONTRACTOR hereunder. OWNER agrees that all documents of any nature furnished to OWNER or OWNER's agents or designees, if not paid for, will be returned upon demand and will not be used by OWNER for any purpose whatsoever. 22.2 Upon the completion or termination of this Agreement, as directed by OWNER, CONTRACTOR shall deliver to OWNER copies or originals of all records, documents, drawings, notes, tracings, plans, Auto CADD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONTRACTOR under this Agreement ( "Project Documents "). OWNER shall specify whether the originals or copies of such Project Documents are to be delivered by CONTRACTOR. CONTRACTOR shall be solely responsible for all costs associated with delivering to OWNER Packet Page -984- 19 1/24/2012 Item 10. D. the Project Documents. CONTRACTOR, at its own expense, may retain copies of the Project Documents for its files and internal use. 22.3 CONTRACTOR shall keep such full and detailed records as may be reasonably necessary to reflect:, a) proper financial management under this Agreement; and b) the Services performed, including, when applicable, testing, sampling and investigatory services performed by CONTRACTOR. Such records will be subject to review by OWNER on the condition that OWNER identifies, in writing, those documents requested. Documents will be available for inspection at mutually agreeable times for a period of two (2) years after the Services have been completed, or longer where required by law. 22.4 Notwithstanding anything in this Agreement to the contrary and without requiring OWNER to pay any additional compensation, CONTRACTOR hereby grants to OWNER a nonexclusive, irrevocable license in all of the Project Documents for OWNER's use on this Project. CONTRACTOR warrants to OWNER that it has full right and authority to grant this license to OWNER. Further, CONTRACTOR consents to OWNER's use of the Project Documents to complete the Project following CONTRACTOR'S termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONTRACTOR also acknowledges OWNER may be making Project Documents available for review and information to various third parties and hereby consents to such use by OWNER. 23. CONFIDENTIALITY 23.1 CONTRACTOR shall treat as confidential property and not disclose to others, any information (including any technical information, experience or date) regarding OWNER's plans, programs, plants, processes, products, costs, equipment, operations or customers which may come within the knowledge of CONTRACTOR, its officers or employees, agents or consultants in the performance of this Agreement, including any data gathered and reports prepared by CONTRACTOR, without in each instance securing the prior written consent of OWNER. 23.2 Nothing contained herein, shall prevent CONTRACTOR from disclosing to others or using in any manner information which it can show: a. Has been published and has become part of the public domain other than by the acts, omissions or fault of CONTRACTOR its employees, agents or consultants; b. Has been furnished or made known to CONTRACTOR by third parties (other than those acting directly or indirectly for or on behalf of CONTRACTOR or OWNER) as a matter of legal right without restrictions on its disclosure; c. Was in CONTRACTOR's possession prior to the disclosure thereof by OWNER to CONTRACTOR; d. Was independently developed by CONTRACTOR; or e. Was required to be disclosed by law. Provided, however, CONTRACTOR shall not release, or cause or allow the release of, information to the communications media, except as required by law, concerning the existence or terms of this Agreement. The foregoing obligations shall survive the termination or expiration of this Agreement for a period of two (2) years from the completion of Services. 24.SEVERABILITY In the event any provision or part herein shall be deemed invalid or unenforceable, the other provisions or parts hereof shall remain in full force and effect, and binding upon the parties hereto. Packet Page -985- 20 1/24/2012 Item 10.D. 25. SURVIVAL All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating responsibility or liability between OWNER and CONTRACTOR shall survive the completion of the Services and the termination of this Agreement. 26. EXHIBITS INCORPORATED The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement. Exhibit A: Project Scope and Services Exhibit B: Insurance Requirements Exhibit C: Schedule of Values Exhibit D: Application for Payment Form Exhibit E: Release and Affidavit Form Exhibit F -1: Change Order Form Exhibit F -2: Work Directive Change Exhibit G: Certificate of Substantial Completion Form Exhibit H: Final Payment Checklist Exhibit I: Schedule Exhibit J -1: Performance Bond Form Exhibit J -2: Payment Bond Form Exhibit K: Permits Exhibit L: Truth in Negotiation Certificate Exhibit M: Staffing Exhibit N: Stored Materials Record 27. NOTICES Any notices required to be given under the terms of this agreement shall be provided in writing and posted in regular mail, postage prepaid, to the following addresses: CONTRACTOR Thomas Marine Construction 8999 High Cotton Lane Fort Myers, FL 33905 (239) 337 -0008 OWNER Collier County Purchasing Department 3327 Tamiami Trail East Naples, Florida 34112 ATTN: Stephen Y. Carnell, Purchasing & General Services Director (239) 252 -8371 For the purposes of this Agreement, notices shall be deemed to have been received upon three (3) days time after posting of the written notice in the U.S. Mail. 28. DIRECT PURCHASE 28.1 The OWNER reserves the right to require CONTRACTOR to assign some or all of its agreements with material suppliers directly to the OWNER. Any such goods and /or materials purchased by the OWNER pursuant to such an assignment of a material supply agreement shall be referred to as "OWNER Furnished Materials" and the responsibilities of both the OWNER and the CONTRACTOR relating to said materials shall be governed by the terms and conditions of this Agreement which shall take precedence over other conditions and terms of this Agreement where inconsistencies or conflicts exist. Packet Page -986- 21 r7 1/24/2012 Item 10.D. Additionally, the OWNER; at its sole option; may choose to purchase some or all of the goods and /or materials from other suppliers. In either instance the OWNER may require the following information from the CONTRACTOR: 1. Required quantities of material. 2. Specifications relating to goods and /or materials required for job including brand and /or model number or type if applicable 3. Pricing and availability of goods and /or materials provided under CONTRACTOR's agreements with material suppliers 28.2 Purchasing Upon receipt of a proper requisition (including appropriate backup material(s), the Purchasing Department shall issue a Purchase Order for the material required. Each Purchase Order shall contain the OWNER's certificate of exemption number. The Purchase order shall be given to the Project Manager for completion of the ordering process. Unless the following items were included in the quote provided by the vendor to the Project Manager, the Purchase Order shall also provide for reimbursement of the cost to the supplier for: A. Shipping and handling B. Insurance costs C. Performance Bond 28.3 General Terms and Conditions A. CONTRACTOR shall be required to maintain records of all OWNER- furnished materials that it incorporates into the project from the stock of OWNER- furnished materials in its possession. Such records shall be furnished monthly to the Project Manager or their designee and shall include information on materials that have 1.) Been delivered into the CONTRACTOR's possession and /or 2.) been incorporated into the project. B. Notwithstanding the transfer of OWNER- furnished materials by the OWNER to the CONTRACTOR's possession, the OWNER shall retain legal and equitable title to any and all OWNER- furnished materials. C. The transfer of possession of OWNER- furnished materials from the OWNER to the CONTRACTOR shall constitute a bailment for the mutual benefit of the OWNER and the CONTRACTOR. The OWNER shall be considered the bailor, and the CONTRACTOR the bailee for the OWNER- furnished materials. OWNER- furnished materials shall be considered returned to the OWNER for purposes of their bailment at such time as they are incorporated into the Project. D. The OWNER shall purchase and maintain insurance sufficient to protect against any loss or damage to OWNER - furnished materials. Such insurance shall cover the replacement cost of any OWNER- furnished materials not yet incorporated into the Project during the period between the time the OWNER first takes title to any such materials and the time when the last of said materials are incorporated into the project. E. The OWNER shall be liable for any interruption or delays in the project, for any defects or other problems with the project, or for any additional costs resulting from any delay in the delivery of, or defects in, OWNER- furnished materials. F. Nothing herein contained shall create or be construed as creating a partnership between the OWNER and the CONTRACTOR or to constitute the CONTRACTOR as an agent of the OWNER. Packet Page -987- 22 1/24/2012 Item 10.D. 29. CAPTIONS AND HEADINGS The captions and headings throughout this Agreement are for convenience and reference only, and the words contained therein shall in no way be held or deemed to define, limit, describe, explain, modify, amplify, or add to the interpretation, construction or meaning of any provision of, or scope of intent of, this Agreement nor in any way affect this Agreement. 30. VENDOR PERFORMANCE EVALUATION Collier 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 agreement. 31. TRUTH IN NEGOTIATION CERTIFICATE In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONTRACTOR agrees to execute the required Truth -In- Negotiation Certificate, attached hereto and incorporated herein as Schedule L, certifying that wage rates and other factual unit costs supporting the compensation for CONTRACTOR'S Design Professional services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONTRACTOR agrees that the original Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the OWNER determines the Agreement price was increased due to inaccurate, incomplete, or non - current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. 32. ENTIRE AGREEMENT 32.1 This Agreement, and any attachments or other documents incorporated by reference herein, supersede any previous written or oral contracts or negotiations and this Agreement shall constitute the complete Agreement between the parties hereto and is subject to change only by an instrument in writing and signed by OWNER and CONTRACTOR. No third party beneficiary is anticipated or intended by this Agreement. 32.2 The Parties agree that the provisions of these terms and conditions shall control over and govern as to any form writings signed by the Parties, such as Purchase Orders, Work Orders, or other Order, and that such forms may be issued by OWNER to CONTRACTOR as a matter of convenience to the Parties without altering any of the terms or provisions hereof, regardless of the language appearing on such Order which may be contrary. In case of conflict, the terms of this Agreement shall govern. 33. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. n Packet Page -988- 23 1/24/2012 Item 10.D. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first written above and continuing for one year from that date unless terminated earlier by mutual agreement or as described herein: ATTEST: Corporate Secretary/Witness Printed Name Second Witness Printed Name Date: Thomas Marine Construction, Inc. "CONTRACTOR" By: Title Date: OWNER: ATTEST: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA Dwight E. Brock, Clerk BY: BY: Deputy Clerk , Chairman Approved As To Form and Legal Sufficiency: 1� olleen M. Greene Assistant County Attorney Packet Page -989- 24 1/24/2012 Item 10.D. EXHIBIT A PROJECT SCOPE AND SERVICES PROJECT INFORMATION A. Introduction The purpose of this Exhibit is to describe the scope of work and the responsibilities of the Design -Build (DB) firm in connection with the preparation of a Request for Proposal package for the design and preparation of a complete set of construction plans and special provisions, if necessary, for: • Bridge /structural improvements for the structures identified herein, and the • Roadway improvements to the transportation facility described herein. In December of 2008, a design was completed for the 6 -lane widening of Golden Gate Boulevard (CR 876) from Wilson Boulevard to DeSoto Boulevard. Due to budget constraints and long range transportation needs projections, the County decided that Golden Gate Boulevard would only need four lanes. It was further decided that Transportation Engineering (TE) department would pursue a redesign of the project to four lanes in a four -lane right -of- way section. The redesign would be taken to 60% plans and all permits so that the County may, at a future date, pursue final design plans, or construct the project as a Design /Build, when construction funding becomes available. By March 2010, the 60% redesign was completed; however, the environmental resource permit for the project is still pending. The original design and subsequent 60% re- designed included the replacement of three bridges: 1) the Golden Gate Main Canal (Bridge #034026), 2) Miller Canal (Bridge #034028), � and 3) the Faka Union Canal (Bridge #034030). Bridges No. 034026 and 034028 are currently posted for a 29 Ton -load limit. Although the roadway widening project is unfunded in the current 5 -year work program; there is an immediate need to correct the load capacity and other physical elements on these bridges that cannot wait. The County performed a detailed condition assessment of Bridges #034026 and #034028 to investigate repair or replacement alternatives that would allow the load restrictions to be removed. The final Condition Assessment Report (dated March 2011) preferred recommendation is to replace the existing two -lane bridges with two lane- structures within the existing rights -of -way footprint with minimal roadway reconstruction. B. DB Responsibilities The DB will be expected to work in cooperation with the County and its designees, including private /public utilities and stormwater systems that will be affected by the work and must be considered with the services provided. The DB shall provide design services to accomplish the work contained in this solicitation. The DB may retain subconsultants for various design tasks; however, the DB will be solely responsible for all coordination and interface with the County. The DB shall be the single point of contract for all design services. The DB shall obtain such additional geotechnical and surveying related information that it deems necessary for the performance of the work. The DB will be expected to provide the following tasks: 1. Design Services for Final Design of 4 -lane Bridges The DB shall complete the 4 -lane design of bridges #034026 and #034028 utilizing the n 60% design documents that will be provided by the County and shall provide signed and sealed plans, calculations, and technical specifications. The DB shall familiarize itself Packet Page -990- 25 1/24/2012 Item 10.D. thoroughly with these 60% design documents and follow the development of design to produce the final structures plans for these two bridges. The DB shall provide progress review sets of design documents at 90% and 100 %. The design shall conform to design criteria already established within the 60% design package. 2. Design Services for Final Design, Permitting and Construction of 2 -lane Bridges a. The DB shall provide final 2 -lane design and construction services for bridges #034026 and #034028 utilizing the previous 4 -lane design documents that were completed in Task 1. All work shall be accomplished within the existing rights -of- way easement for the final construction of these two bridges. The DB shall provide progress review sets at 30 %, 60 %, 90% and 100% before initiating construction of that phase. The DB shall ensure the constructability of the project during the design and review process. b. The 2 -lane roadway section shall include sidewalks meeting AASHTO standards and bike lanes meeting the Collier County Land Development Code. c. Upon completion of the construction documents for each phase, the DB shall perform a specific review thereof and shall include a complete cost estimate and critical path method schedule. The DB shall submit to the County a written review covering alternative analyses, suggestions and recommendations. The design may be subject to an independent analysis as determined by the County. The DB shall specifically address long lead procurement items and conditions characteristic of the County that may impede construction and take appropriate action. Historically, it has been the experience of the County with projects constructed within this general geographic area, that rock will - be encountered during underground installations. "Therefore the DB should consider the increased cost of all underground work ' activities while preparing this bid. Further, no extra compensation or time extension will be allowed for additional work directly associated with the pile driving, piling drilling, splitting, excavation, crushing and disposal, replacement of displaced volume of extracted rock with fill material or special handling of rock. 3. Property Acquisition The County may request the DB to assist with providing legal sketches and descriptions for temporary construction easement acquisition for the 2 -lane Bridge project. 4. Permitting The DB shall prepare all applications, data, and drawings required by permitting agencies and shall be responsible for obtaining all necessary permits, including required fees. The current Environmental Resource Permit application for the 4 -lane design project may need to be completed in order to permit the construction of the 2- lane Bridges. The DB may also elect to pursue an alternate permitting concept to expedite and fast -track the project delivery schedule. 5. Construction 1—N The DB shall be responsible for performing the traditional duties of a General Contractor throughout the performance of the work and warranty periods. Packet Page -991- 26 1/24/2012 Item 10.D. The DB shall coordinate and ensure all work is in accordance with the design documents provided by the designer and as approved by the County. The DB will resolve and be responsible for conflicts between the design and actual on -site conditions. The DB is to ensure that the project is completed in accordance with the plans and specifications and requirements of the Florida Department of Transportation (FDOT) and Collier County. The DB will be responsible to the County Transportation Engineering Director or his designee for all aspects of the project. 6. Quality Control /Quality Assurance /Inspections The DB will solely be responsible for daily inspections of the project. The DB is to develop a quality control /quality assurance program. Final acceptance of each project and quality assurance will be provided by the County and based on the DB's certifications, environmental permit close -out requirements, as- builts documentation and all other required close out documents. 7. Project Management Information The DB shall establish, with the full concurrence of the County, procedures for organizing and accomplishing the management control of the project including safety and traffic control. The DB shall design, implement and utilize a Project Management Information System (PMTS) to facilitate the rapid and accurate exchange and monitoring of information between all parties. The PMIS shall include as a minimum the following: • Narrative reporting, on a monthly basis • Schedule control, on a monthly basis • Cost Control, and estimating • Project accounting • Action reports • Complaint Log • Daily Quality Control /Inspection Reports • Change Order Log All reports, documents and data to be provided shall represent an accurate assessment of the current status of the project and of the work remaining to be accomplished. The information provided shall provide a sound basis for identifying variances and problems and shall include recommendations for making management decisions. It shall be prepared and furnished to the County monthly throughout the contract period. 8. Warranty Where any work is performed by the DB's own forces or by subcontractors under contract with the DB, the DB shall warrant that all materials and equipment included in such work will be of good quality, free from improper workmanship and defective materials and in conformance with the drawings and specifications. In general, the warranty shall be a one - year period from acceptance by the County (unless superseded in the scope of work). With respect to the same work, the DB further agrees to correct all work found by the County to be defective in material or workmanship or not in conformance with the drawings or specifications at no expense to the County. Packet Page -992- 27 1/24/2012 Item 10. D. 9. Public Information Program The DB shall undertake a Public Information Program. The minimum requirements to complete this task and any information assembled shall include the following and must be approved by the County. • Maintain mailing lists of elected and appointed officials in the project area, permit and review agencies, property owners adjacent to or within the three hundred (300) feet of the project, and other interested parties that may be designated by the County. • Provide notification to residents in affected construction area in advance of proceeding with work in that area. DB shall keep residents informed of changes, delays, or other inconveniences until work in that area is complete. • Prepare exhibits, attend and participate in Public Information Meetings, which shall be conducted by the DB. The DB shall prepare and send notification of all meetings to all parties on the appropriate mailing lists. • Prepare presentation exhibits for use as visual aids during public meetings. • Erect project signs throughout the project area indicating the name of the project, project descriptions, and contact information. The DB shall also be responsible for establishing a construction inquiry phone line to manage complaints, questions and concerns. The phone number of this line will be prominently displayed on all communications with the public. All complaints will be researched and a response will be provided. Action on all complaints should be taken within twenty -four (24) hours from the time the complaint is registered. This information will be recorded and tracked in a computer database that may be reviewed by the County on a daily basis. In addition, a County representative will be identified to hear claims. County Responsibilities 1. County's Information Upon request, the County shall provide all known available information regarding the requirements for the project design. 2. County's Representative The County shall designate project. The representative expeditiously. 3. Availability of Lands a representative who shall be fully acquainted with the shall render decisions promptly and furnish information The County shall furnish, as indicated in the Contract Documents, the lands upon which the construction is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of the DB. The County may request the DB to assist with this effort. The DB shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Packet Page -993- 28 1/24/2012 Item 10. D. EXHIBIT B INSURANCE / BONDING REQUIREMENTS Insurance !>'Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Compensation Government Statutory Limits and Requirements 2. ® Employer's Liability $1,000.000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after $2.000.000 single limit per occurrence the current ISO form 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor /Consultant or anyone employed or utilized by the ContractorNendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 2,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ® Other insurance as ❑ Watercraft $ Per noted: Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence Packet Page -994- 29 1/24/2012 Item 10.D. ® Professional Liability $1,000,000 Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 6. ® Bid /Proposal Bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County.. 11. ® Thirty (30) Days Cancellation Notice required. Packet Page -995- 30 EXHIBIT C SCHEDULE OF VALUES Design and Preconstruction Services Summary- Proiect Phase 1 30% Design and Plans 60% Design and Plans 90% Design and Plans Final Design Permitting Utility Coordination & Design Design Services During Construction Subtotal: 'Design and Preconstruction Services 1/24/2012 Item 10. D. Total Project $ 180,750.00 $ 180,750.00 $ 180,750.00 $ 61,250.00 $ 11,600.00 $ 17,900.00 $ 34,000.00 $ 667,000.00. Construction Services Summary- Project Phase II Mobilization $ 202.414.00 Subtotal $ 202,414.00 Golden Gate Main Canal Bridge and Roadway Maintenance of Traffic $ 19,000.00 Erosion Control and Turbidity Compliance $ 5,000.00 Temporary Roadway Construction $ 62,000.00 Temporary Bridge Construction $ 120,000.00 Removal of Existing Structure $ 50,200.00 Bridge Piling Foundation Complete $ 172,800.00 Channel Excavation $ 18,950.00 Bridge Substructure $ 93,670.00 Rip Rap Slope Protection $ 76,940.00 Florida I Beams $ 169,500.00 Bridge Superstructure $ 255,330.00 Bridge Approach Slabs $ 81,400.00 Bridge Rail $ 70,250.00 Earthwork and Embankment $ 145,000.00 Roadwork including Paving $ 105,000.00 Guardrail $ 20,000.00 Striping and Signs $ 12,000.00 Sodding /Restoration $ 5.000.00 Subtotal $ 1`,482,040.00 Miller Canal Bridge and Roadway Maintenance of Traffic $ 17,000.00 Erosion Control and Turbidity Compliance $ 5,000.00 Temporary Roadway Construction $ 54,000.00 Temporary Bridge Construction $ 80,000.00 Packet Page -996- 31 Removal of Existing Structure n Bridge Piling Foundation Complete Channel Excavation Bridge Substructure Rip Rap Slope Protection Bridge Superstructure Bridge Approach Slabs Bridge Rail Earthwork and Embankment Roadwork including Paving Guardrail Striping and Signs Sodding /Restoration Subtotal TOTAL BASE BID Add Alternate: City of Naples Water Line Work (Includes Both Sites) TOTAL PROJECT 1/24/2012 Item 10. D. $ 39,000.00 $ 149,400.00 $ 17,300.00 $ 83,180.00 $ 76,900.00 $ 205,160.00 $ 81,400.00 $ 58,000.00 $ 55,000.00 $ 140,000.00 $ 18,000.00 $ 12,000.00 $ 5.000.00 $ 1,096,340.00 $ 3,447,794.00 $ 601,150.00 $ 4,048,944.00 Packet Page -997- 32 1/24/2012 Item 10.D. EXHIBIT D APPLICATION FOR PAYMENT (County Project Manager) Contract No. (County Department) Project No. Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) Application Date FROM: ( CONTRACTOR' Representative) Payment Application For (CONTRACTOR's Name) Work accomplished through Date: ( CONTRACTORS Address) RE: (Project Name) Original Contract Time: Revised Contract Time: Percent Work completed to Date: % Percent Contract Time completed to Date % Original Contract Amount: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less Retainage $ Total earned Less Retainage $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (CONTRACTOR's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional: (Signature) DATE: (DP's Name) (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: _ (Type Name and Title) Packet Page -998- 33 1/24/2012 Item 10.D. EXHIBIT E RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER STATE OF FLORIDA Before me, the undersigned authority, personally appeared , , who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, "Contractor" hereby releases and waives for itself and its subcontractors at every tier, material men, suppliers, successors and /or assigns, all claims for payments due under this Agreement, against the Board of County Commissioners of Collier County, Florida, ( "OWNER ") relating in any way to the performance of the Agreement between Contractor and OWNER, dated , 20_, for the period from 'to (2) CONTRACTOR hereby certifies for itself and its subcontractors at every tier, material men, suppliers, successors and /or assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which OWNER might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) This Release and Affidavit is given in connection with CONTRACTOR's [monthly /final] Application for Payment No. Date:_ ATTEST: First Witness Printed Name Second Witness Printed Name STATE OF By: Thomas Marine Construction, Inc. "CONTRACTOR" Title of individual signing COUNTY OF The foregoing instrument was acknowledged before me this day of , 20_, by , as of a corporation, on behalf of the corporation. He /she is personally known to me or produced as identification, and did not take an oath. My Commission Expires: Name: (Signature of Notary) (AFFIX OFFICIAL SEAL) Notary Public, State of Packet Page -999- (Legibly Printed) 34 EXHIBIT F -1 CHANGE ORDER CHANGE ORDER NO. 1� DATE: PROJECT NAME: PROJECT NO.: Under our AGREEMENT dated 20 CONTRACT NO. BCC Date: Agenda Item: _ 1/24/2012 Item 10. D. You hereby are authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: (Type in clearly identified change here if short, otherwise use attachment and identify. Example: See attached Exhibit "A ") FOR THE (Additive) (Deductive) Sum of: (write out in words) Original Agreement Amount Sum of Previous Changes This Change Order (Add) (Deduct) Present Agreement Amount The time for completion shall be (increased /decreased) by calendar days due to this Change Order. Accordingly, the Contract Time is now () calendar days. The substantial completion date is and the final completion date is . Your acceptance of this Change Order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in our Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the CONTRACTOR arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted: CONTRACTOR: (type in CONTRACTOR name) M ,20— By: (type name of authorized firm signatory) OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (Type name) Project Manager Packet Page -1000- 35 n EXHIBIT F -2 WORK DIRECTIVE CHANGE PROJECT NAME: DATE OF ISSUANCE: OWNER: Collier County Board of Commissioners 1/24/2012 Item 10.D. DESIGN PROFESSIONAL Bv: (may not apply) CHANGE # EFFECTIVE DATE: PROJECT #: CONTRACTOR: ENGINEER: You are directed to proceed promptly with the following change(s): Description: Purpose of Work Directive Change: Attachments: If a claim is made that the above change(s) have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract Price: Method of determining change in Contract Times: ❑ Unit Prices ❑ CONTRACTOR's records ❑ Lump Sum ❑ Engineer's record ❑ Other ❑ Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: $ Increase or decrease by calendar days. RECOMMENDED: AUTHORIZED: By: By: Engineer OWNER's Representative Packet Page -1001- 36 EXHIBIT G CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. PROJECT: Contract For Contract Date 1/24/2012 Item 10.D. ENGINEER'S Project This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: To_[insert correct information] OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR, AND DESIGN PROFESSIONAL, and that such Work is hereby declared to be substantially complete in accordance with the contract documents on the following effective date: THE DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all - inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. Packet Page -1002- 37 1/24/2012 Item 10.D. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on 20 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on ,20_ CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on 20 OWNER By: Type Name and Title Packet Page -1003- EXHIBIT H FINAL PAYMENT CHECKLIST Bid No.: Project No.: CONTRACTOR: The following items have been secured by the for the Project known as 1/24/2012 Item 10.D. Date: , 20_ and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Commencement Date: Final Contract Amount: Substantial Completion Time as $et forth in the Agreement: Actual Date of Substantial Completion: Calendar Days. Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to OWNER (attach to this form). 3. Effective date of General one year warranty from CONTRACTOR is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As -Built drawings obtained and dated: 6. OWNER personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from CONTRACTOR on 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to OWNER: 13. Finished Floor Elevation Certificate provided to OWNER: 14. Other: If any of the above is not applicable, indicate by N /A. If NO is checked for any of the above, attach explanation. Acknowledgments: By CONTRACTOR: By Design Professional: By OWNER: Packet Page -1004- Company Name) (Signature) (Typed Name & Title) (Firm Name) (Signature) (Typed Name & Title) (Department Name) (Signature) (Name & Title) ugel....._. _.. -_.. ..... - ........ . _. -_. _. ................. ......... ...._._. ._ ......................... -...._ ..1 a m E U m 6 m L 07 G W V p V V D 5 ll�� ,*—�N EXHIBIT J -1 PUBLIC PAYMENT BOND CONTRACT NO. 11 -5722 BOND No. 1/24/2012 Item 10.D. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of , 20_, with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then is bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. Packet Page -1007- 1/24/2012 Item 10. D. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20_, the name of each party being affixed and these presents duly signed by its under - signed representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: Witnesses as to Principal By: Name: Its: PRINCIPAL: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this _ day of , 20_, by , as of a corporation, on behalf of the corporation. He /she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) ATTEST: Witness as to Surety ME (Signature of Notary) NAME: (Legibly Printed) Notary Public, State of Commission No. SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) As Attorney in Fact (Attach Power of Attorney) Packet Page -1008- Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this _day of _ as . Surety, on behalf of Surety known to me OR has produced who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) Name: (Signature of Notary) (Legibly Printed) Notary Public, State of Commission No.: Packet Page -1009- 1/24/2012 Item 10.D. 20_, by of He /She is personally as identification and 1/24/2012 Item 10. D. EXHIBIT J -2 PUBLIC PERFORMANCE BOND BOND NO. CONTRACT NO. 11 -5722 KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Surety, located at (Business Address) are bound to as Obligee in the sum of ($ ) for the payment whereof we bond heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 20_, with Obligee for held and firmly ourselves, our day of , in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, ^ whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. Packet Page -1010- 1/24/2012 Item 10. D. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed thereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20_, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL: Witnesses as to Principal n STATE OF COUNTY OF Name: M Its: The foregoing instrument was acknowledged before me this day of , 20_, by , as of ,a corporation. He /she is personally known to me OR has produced identification and did take an oath. Packet Page -1011- corporation, on behalf of the as My Commission Expires: (AFFIX OFFICIAL SEAL) ATTEST: Witness as to Surety OR Witnesses (Printed Name) 1/24/2012 Item 10.D. (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No. SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) As Attorney in Fact (Attach Power of Attorney) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20_, by , as of Surety, on behalf of Surety. He /She is personally known to me OR has produced as identification and who did take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No.: Packet Page -1012- 110� 1/24/2012 Item 10.D. EXHIBIT K PERMITS Complete Documents Provided in Solicitation Package for the Following: • Collier County Excavation Permit No 60.058/PL20100001178 • Collier County Utility Deviation Form • SFWMD Environmental Resource • City of Naples Potable Water Services • DEP Permit No 52258 - 373 -DWC • Collier County Final Site Plan Approval (SDPA) Packet Page -1013- 1/24/2012 Item 10.D. EXHIBIT L TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Thomas Marine Construction, Inc. hereby certifies that wages, rates and other factual unit costs supporting the compensation for the Design Professional services to be provided under this Agreement, concerning Contract 11 -5722 "Design -Build Golden Gate Bridge Improvements: 1) Golden Gate Canal and 2) Miller Canal (Project # 66066)" are accurate, complete and current as of the time of contracting. Thomas Marine Construction, Inc. AW TITLE: DATE: Packet Page -1014- 1/24/2012 Item 10.D. ORGANIZATIONAL CHART re" American INFAM- Q _NS U L T' 1 N G v Thomas gwg Marsha Coon �onstrn ez Thomas Marine, Inc. Quality Assurance / Construction Project Manager I I Quality Control 0 Mark Mabee Allied Engineering & Testing, I Project Superintendent Darren Watkins Earthwork Safety Manager Mark Mabee Paving AJAX Paving Industries Mitchell & Stark Construction Co.. Inc. Traffic Control Traffic Control Products of Florida, Inc. An important factor in the successful completion of this project is the quality and commitment of our staff. The Thomas Marine / American Team have identified this project as a Top Priority in order to continue our strong relationship with Collier County. Our identified resources are available to successfully complete the requirements of this project. We have assembled an outstanding team of construction and design professionals who's individual and collective abilities, as well as their past experiences with similar projects and achievements, ensure success on this project. With built -in replication in all areas of expertise necessary, our Team has the resources and capabilities to undertake this important assignment. Our team includes individuals that have specialized in all disciplines required for this project including bridge and road design, public involvement, environmental permitting and mitigation, utility design, as well as all elements of bridge and road construction required to complete the construction of the entire project. . `Thomas � H . urine ;on /.� mo truct iF-r erica n 5 U L T I N G Packet Page -1015- Page 1 Survey Geotechnical Testing Pamela Hyatt. PSM Russell Hyatt, PSM Robert Khaled Hussein, Gomez PE ME, PE Thomas gwg Marsha Coon �onstrn ez Thomas Marine, Inc. Quality Assurance / Construction Project Manager I I Quality Control 0 Mark Mabee Allied Engineering & Testing, I Project Superintendent Darren Watkins Earthwork Safety Manager Mark Mabee Paving AJAX Paving Industries Mitchell & Stark Construction Co.. Inc. Traffic Control Traffic Control Products of Florida, Inc. An important factor in the successful completion of this project is the quality and commitment of our staff. The Thomas Marine / American Team have identified this project as a Top Priority in order to continue our strong relationship with Collier County. Our identified resources are available to successfully complete the requirements of this project. We have assembled an outstanding team of construction and design professionals who's individual and collective abilities, as well as their past experiences with similar projects and achievements, ensure success on this project. With built -in replication in all areas of expertise necessary, our Team has the resources and capabilities to undertake this important assignment. Our team includes individuals that have specialized in all disciplines required for this project including bridge and road design, public involvement, environmental permitting and mitigation, utility design, as well as all elements of bridge and road construction required to complete the construction of the entire project. . `Thomas � H . urine ;on /.� mo truct iF-r erica n 5 U L T I N G Packet Page -1015- Page 1 1/24/2012 Item 10.D. Key personnel that will accomplish the management, design, construction and administrative services required for this project include: Kevin Shimp, PE - Project Director: Kevin joined Thomas Marine Construction in 1998 as an estimator and project manager. He has estimated and managed various heavy civil structure projects with a focus on marine construction for the past 14 years. Kevin is now president of Thomas Marine. He is responsible for all daily business operations and field construction from estimating through project close out on projects large and small. He has successfully managed several design -build projects starting with SR 80, one of FDOT's pilot design -build projects. Kevin is familiar with all aspects of heavy civil construction including permitting and design. With a master's degree in Civil Engineering from the University of Florida and a specialty in construction management, Kevin's education has ideally suited him for design -build work. 2885 S Horseshoe Drive Kevin Dugan, PM Collier County Transp. Engineering Naples FL 34104 (239) 252 -8192 OIL WELL ROAD PHASE 2 AND PHASE 4 BRIDGES This Collier County project included two bridges each three spans on beams that are very similar to the proposed Golden Gate Blvd Bridges. Thomas Marine will complete the bridges on time this fall under contract with Mitchell and Stark Construction. We highlight this project as the Oil Well Road Bridge over the Golden Gate Main Canal is exactly 4 miles north of the western proposed bridge for this project. The work has given TMC /American a unique perspective on this project as soil conditions are similar, TMC has worked with Big Cypress Basin directly, permit conditions are the same, and the owner is the same. Both phase one and phase two for a total of six lanes with bike lanes and sidewalks are complete just as this project includes two phases that will include four lanes in the future. '( 001BS Marine ©n Con American O N S U L T I N G Packet Page -1016- Page 2 1/24/2012 Item 10. D. Mark Mabee - Construction Project Manager: Mark, an Auburn Civil Engineer, joined TMC as an estimator and project manager in 2008. Mark came to TMC from Kiewit Construction, one of the largest heavy civil contractors in the world. Mark adds very specialized experience to the team as he has managed the construction of civil projects of astounding complexity in urban centers. His most recent project included a new bascule -span bridge in downtown Miami over the Miami River. In addition to the typical management responsibilities on the project, maintenance of inner city traffic, maintenance of nautical traffic for the most congested river in Florida, existing structural preservation including extensive vibration monitoring, strict US Coast Guard permitting, and security /crime prevention were all major issues. Since joining TMC, he has estimated and managed projects side -by -side with Kevin Shimp. In just three years in the SW Florida engineering /construction community, Mark has already forged solid relationships with his peers. Darren Watkins - Project Superintendent: Darren Watkins has spent the last 13 years with TMC. He has run a wide variety of projects inclusive of FDOT bridge projects where his crew self performed 95% of the total work. A notable recent project he completed early was the construction of Golden Gate Canal Water Control Structure # 3. TMC's contracted directly to SFWMD and worked with the personnel at Big Cypress Basin daily. While completing the exceeding complex $3.85 million project, Darren spent much of his time in a dewatered cofferdam in the middle of the canal. Darren's local knowledge from this project and others nearby is exceptional. Also notable, Darren is four months away from completing a Civil Engineering degree at Florida Gulf Coast University, making him the company's third construction civil engineer. M°mes n E%A rites e � ,�.,,,, G°s Gtt° " a c c erican U L I 1 N G Packet Page -1017- Page 3 1/24/2012 Item 10.D. Scott Korpi, SE, PE - Design Project Manager and Principal -in- Charge: With Scott's 22 years of experience managing and leading the design of complex replacement bridges in challenging coastal environments with maintenance of traffic requirements, he is ideally suited to lead this team for Collier County. In fact, this same team led by Scott recently completed the replacement of the Michael Kosinski Bridge over an OFW with serious environmental challenges by using a temporary detour bridge to maintain traffic.. His experience on over 100 bridges ranges from rehabilitation of minor structures to the design of complex bridges. He has managed more than 20 major projects that have included all of the tasks anticipated for these replacement bridges including environmental & permitting, public involvement, surveying, geotechnical, design, hydraulics, and utilities. Since leading the design build team for the design and construction of the SW 13th Street Bridge over the Golden Gate Canal for Collier County about a decade ago, he has since completed no fewer than fifteen replacement bridges over similar canals in SW Florida. Because of his. experience, he is ideally suited to manage this project from inception through design and completion of construction. Reference Name &Title: Project Owner: Contact Information: Ewing "Skip" McMichael 4303 Vineland Road, Suite F -3 (formerly with Collier County) Collier County, Florida Orlando, FL 32811 407 - 447 -5610 13TH STREET SW OVER THE GOLDEN GATE CANAL American was the lead engineering firm for this joint venture design -build project which included the design, plans preparation, specifications, construction management, community involvement, permitting and construction of a new bridge over the Golden Gate Canal at 13th Street SW. The project included the reconstruction of approximately 800 feet of approach roadway with the vertical grade increasing by up to six feet to provide adequate clearance over the canal. Richard Hunter, PE - Structural Design: Richard has over 20 years experience in bridge design and structural engineering. He has been the lead structural design engineer and engineer of record on more than fifteen bridges in the past 10 years. Leahann Powell, PE - Structural Design: Leahann will assist Scott and Richard with the structural design. Ms. Powell has over eight years of structural and other design experience and has played a leading role on the engineering for the design of more than ten bridge replacements in Florida. •.(somas S. Marine lion Gonstr American C O N S U L T I N G Packet Page -1018- Page 4 1/24/2012 Item 10.D. Donald Keenan, PE - QA/QC - Structures: Don has over 43 years of structural design experience serving as a Senior Engineer with the FDOT Central Office and with American. His responsibilities included the approval of structures, as well as consultant plans review, bridge development report reviews, review of all phases of plans development, and coordination of reviews with the Federal Highway Administration. Having reviewed thousands of consultant bridge replacement plans, he is perfectly suited to lead the QA/QC effort for the project. Erik Leschak, PE — Roadway and MOT: Erik Leschak has more than 13 years experience in roadway, utility, traffic and transportation projects. Experience includes use of GEOPAK and Microstation for roadway and utility design, traffic operations, and signing /pavement marking. Other duties include computation booklet preparation, typical section packages, pavement design, and GUIDSIGN design. He is also trained in Advanced MOT and LRE / TRNS *PORT. Ryan Forrestel, PE - QA/QC — Roadway: Ryan has over 35 years of diverse highway design, site design and traffic engineering experience. Ryan has designed well over 100 miles of highway improvements ranging from local and rural roadways to interstates. Ryan's design experience includes serving as Engineer of Record for several projects for Collier County including most recently the County Barn and Goodlette Frank Roads capacity improvement projects. He was also the Project Manager for the Park Shore and Harbor Drive Bridge Rehab and widening projects for the City of Naples. Anna Peterfreund - Environmental & Permitting: Anna has 13 years experience in permitting and environmental - related work. She specializes in wetland and wildlife assessments and permitting relating to bridge, roadway, and land development projects and other related environmental consulting services. She has managed and permitted many projects on the state, federal, and local levels, including all water management districts, the FDEP, SHPO, FFWCC, USCG, USACE, and many others. Vester "Butch" McDaniel - Senior Construction Inspector: Butch has over 48 years of construction experience. For the first 21 years, Butch worked for contractors as a tradesman, foreman and superintendent. In the last 27 years, Butch has worked as a chief inspector and project engineer on various highway and bridge construction projects including the SW 13th Street Bridge Construction Project for Collier County. SUBCONSULTANTS AJAX Paving Industries is one of the largest FDOT roadway asphalt companies in SW Florida. Their capabilities are on display in the recently completed 1 -75 IROX project inclusive of Collier and Lee Counties. Thomas Marine and Ajax have a worked on each other's jobs for more than 20 years with much of our combined work being for FDOT. Traffic Control Products of Florida, Inc, a well established FDOT signing, striping, and MOT firm. Traffic Control Products of FL. Inc. (TCP) has been one of the premier road maintenance companies in Florida for the past 20 years. TCP serves the Florida Road and Bridge Construction industry , Signing, Striping & Maintenance of Traffic. Traffic Control Products provides servicers for the entire state of Florida .%0- Thomas eg urine 50stru American Page i= U N S U L T 1 N G Packet Page -1019- 1/24/2012 Item 10. D. '" Universal Engineering Sciences, Inc., Robert Gomez, PE Geotechnical �j Engineering Support: As a branch manager and geotechnical engineering with Universal Engineering Sciences, Inc., Mr. Gomez's responsibilities include project management, interpretation and analysis of field and laboratory data, engineering analysis and evaluation of foundation design, pavement design and evaluation, ground water modeling, client communication and report and proposal preparation. Mr. Gomez also has extensive experience in laboratory material testing, field inspection and quality assurance of earthwork and concrete construction. Hyatt Survey Services, Inc., Pamela Hyatt, PSM — Survey and Mapping Support: As ., Hyatt President of Hyatt Survey Services, Inc., Pamela's duties include the direction of quality (:nn.+p.�o control and technical procedures as well as client relations and marketing. In addition to- her Ux�a q��idwu administrative duties, Mrs. Hyatt is also responsible for the production of boundary, right -of -way and topographic surveys. Mrs. Hyatt couples over nineteen years of surveying experience with a four -year degree in Surveying and Mapping. Her project experience has included residential, commercial and municipal development surveys. PROPOSED MANAGEMENT STRUCTURE Kevin Shimp, being both a "hands on" builder and a professional engineer with a comprehensive understanding of both the design and the construction side is an ideal choice to lead this design build team. Kevin will be involved from the beginning of the design phase, reviewing and overseeing the design details to ensure they are fully constructible and provide the County with the greatest value for the costs invested. After the design is complete, Kevin will shift to his traditional construction roll to ensure that the design is accurately and professionally constructed with the least possible impacts to the environment and the public, and in the least amount of time feasible. Kevin will be supported by a seasoned team of designers who have extensive experience in the design of transportation projects for Collier County. Scott Korpi will serve as the lead from American. With his extensive experience on design -build projects throughout the state, including the SW 13th Street Bridge over the Golden Gate Main Canal for the County, as well as his recent experience working closely with Thomas Marine and Kevin Shimp & Mark Mabee on three recent bridge replacement projects, will ensure no disconnect between the builder, the design and most importantly, the County. In 2011 alone, the same TMC /American Team proposed for the replacement of the Golden over the Golden Gate Main and Miller Canals worked together on thrE- $10M combined approach we toc team members optimum perforr able to match members best ensure the ow possible. We plE Gate Blvd. Bridg remains intact close working project between can work togetV on this project. ..�.homas arine . OStrtJC" an Gate Blvd bridges r43t-MUL ragc -.ww- 1/24/2012 Item 10.D. EQUIPMENT AND MATERIAL Thomas Marine Construction owns all the equipment needed to construct the work for which it is prequalified. The list of equipment on our job sites every day include five friction cranes, two pile hammers, two sheet pile hammers, two bridge deck screed machines, four excavators, a long stick excavator, a demolition hammer, a demolition pulverizer, five front end loaders, compaction equipment, specialized steel and modular forms, sectional barges, trucks, welders, and generators. Each crew is a self sufficient entity which could be working miles from the nearest power source or in the middle of town. American works exclusively on transportation projects for State and County Governments. This specialization has allowed us to continually maintain the stare of the art in all computer hardware and software. We prepare plans in both AutoCAD and MicroStation formats depending on the requirements and desires of our clients. For this project we would continue the use of MicroStation with Geopak as the underlying design tool since that is the basis of the 60% plans the County's consultant has already prepared. Every designer and engineer employed by American has both of these software packages and they serve as our primary vehicle in project delivery. We also routinely use all of the latest roadway and structural design software ranging from LEAP for prestressed concrete design to STAAD when finite element analysis is required. We also require the same software packages from our subconsultants to maintain consistency throughout the development of the project. domes .% Merin GOO n - c c erica n �Mmel Packet Page -1021- Page 7 1/24/2012 Item 10. D. ral.ncL ragc -ivcc m M x i. 0 0 a 3 d d� N CD n O a v d v 0 0 Ch FD' 9 z� _ < 3 o M� CD 0 < (D p D CD y a� U ID O' W <D CD O a CL _ T 7 � ql O n �D = a y co W M .9 lD F a CL W d 5 � U) C m 0 ral.ncL ragc -ivcc m M x i. 0 0 a 3 d d� N CD n O a