Loading...
Agenda 04/10/2012 Item #11B4/10/2012 Item 11.8. EXECUTIVE SUMMARY Recommendation to approve shortlist of firms for contract negotiations for RFP No. 11 -5772 "Beach Renourishment Engineering Services ". OBJECTIVE: To provide permitting, project design, specifications, bid documentation and construction engineering services for the FY 2013/2014 beach renourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore, and Naples beaches and provide project design, specifications, bid documentation and construction engineering services for the FY2012/2013 beach renourishment and structures rebuild for the Marco South project. CONSIDERATIONS: The RFP was issued in accordance with Florida Statute 287.055, Consultant Competitive Negotiation Act, and publicly advertised on September 14, 2011. Notices were sent to 1155 firms with 960 vendors requesting full packages. Eight responses were received by the due date of November 15, 2011. A Selection Committee Meeting was held on December 16, 2011 and after review and discussion and by consensus of the members, the firms were shortlisted for each project. • Barefoot, Vanderbilt, Clam Pass, Park Shore and Naples Beach Renourishment Project 1. Coastal Planning and Engineering, Inc. 2. Coastal Engineering Consultants, Inc. 3. Atkins North America 4. Humiston & Moore 5. Coastal Tech Corporation 6. Gahagan & Bryant Associates, Inc. 6. Taylor Engineering, Inc. 7. Coastal System • Marco South Renourishment and Structure Rebuild Project 1. Coastal Engineering Consultants, Inc. 2. Coastal Planning and Engineering, Inc. 3. Atkins North America 4. Humiston & Moore 5. Coastal Tech Corporation 6. Gahagan & Bryant Associates, Inc. 6. Taylor Engineering, Inc. 7. Coastal System A detailed scope write -up and estimated costs for the Barefoot, Vanderbilt, Clam Pass, Park Shore and Naples Beach Renourishment Project as well as the Marco South Renourishment and Structure Rebuild Project is attached. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this these projects. FISCAL IMPACT: Funding for these two projects will be from Tourist Development Tax, Fund 195. Packet Page -344- 4/10/2012 Item 11.13. It is estimated that the construction costs for Barefoot, Vanderbilt, Clam Pass, Park Shore and Naples Beaches will be between $16,000,000 - $30,000,000 depending on the project approach, scope and funds available. It is also estimated that the permit design, plans and specifications for this project will cost $400,000 to $600,000. Pre - construction, during construction and post - construction activities are estimated to cost an additional $800,000 and $1,000,000. A preliminary/partial funding request of $600,000 was approved in Fiscal Year 11/12 to begin the permit design and detailed project definition. Additional funding requests will be forthcoming as phased project definition is completed. The estimated construction cost to renourish the South Marco Island Beach and repair the five existing erosion control structures is expected to be $3,000,000. A preliminary/partial funding request of $300,000 was approved in Fiscal Year 11/12 to begin the permit, design and project definition. No additional carrying costs, operating or maintenance costs are expected with approval of the Engineering Services contract. No additional carrying costs, operating or maintenance costs are currently anticipated as a result of the Beach Renourishment project itself. As the design and permitting process advances, the maintenance and lifecycle costs will continue to be evaluated. Using today's dollars, the total cost to replace the asset is $16,000,000 to $30,000,000. The project has an expected life expectancy of 10 years generating a hypothetical annual depreciation cost of $2 to $3 million. ADVISORY COMMITTEE RECOMMENDATION: At the January 12, 2012 CAC meeting the CAC recommended approval of the shortlist recommendations from the selection committee and authorized staff to begin contract negotiations with the top listed firms for RFP No. 11 -5772 "Beach Renourishment Engineering Services" recommendation was approved 5 to 2. At the January 23, 2012 TDC meeting this item failed by a 4 to 4 vote and will be reviewed again on February 27, 2012 when the Collier County Beach Renourishment Conceptual Plan is presented. At the February 27, 2012 TDC meeting this item passed unanimously by a 7 to 0 vote. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney's Office, requires majority vote, and is legally sufficient for Board action. — CMG RECOMMENDATION: To approve the shortlist of firms for Contract RFP No. 11 -5772 and authorize staff to begin contract negotiations with the number one shortlisted firm for the Barefoot, Vanderbilt, Clam Pass, Park Shore and Naples beach renourishment, Coastal Planning and Engineering, Inc. and also authorize staff to begin contract negotiations with the number one shortlisted firm for the Marco South Beach Renourishment and Structure Rebuild project, Coastal Engineering Consultants, Inc. PREPARED BY: J. Gary McAlpin, P.E., Director, Coastal Zone Management Department Packet Page -345- 4/10/2012 Item 11.13. COLLIER COUNTY Board of County Commissioners Item Number: 11.B. Item Summary: Recommendation to approve shortlist of firms for contract negotiations for RFP No. 11 -5772 "Beach Renourishment Engineering Services ". Meeting Date: 4/10/2012 Prepared By Name: HambrightGail Title: Accountant,Coastal Zone Management 1/ 17/2012 9:12:24 AM Submitted by Title: Accountant,Coastal Zone Management Name: HambrightGail 1/17/2012 9:12:25 AM Approved By Name: McAlpinGary Title: Director - Coastal Management Programs,Coastal Zon Date: 1/18/2012 8:32:14 AM Name: JohnsonScott Title: Purchasing Agent,Purchasing & General Services Date: 1/18/2012 2:57:25 PM Name: CarnellSteve Title: Director - Purchasing /General Services,Purchasing Date: 1/19/2012 10:02:52 AM Name: AlonsoHailey Title: Administrative Assistant,Domestic Animal Services Date: 1/19/2012 1:36:13 PM Name: GreeneColleen Packet Page -346- Title: Assistant County Attorney,County Attorney Date: 3/9/2012 11:45:06 AM Name: RamseyMarla Title: Administrator, Public Services Date: 3/21/2012 9:34:29 AM Name: KlatzkowJeff Title: County Attorney Date: 3/29/2012 4:17:09 PM Name: FinnEd Title: Senior Budget Analyst, OMB Date: 4/2/2012 12:15:54 PM Name: OchsLeo Title: County Manager Date: 4/3/2012 12:50:18 PM Packet Page -347- 4/10/2012 Item 11.B. 4/10/2012 Item 11.13. Anticipated Design Services and Estimated Costs for the Barefoot Vanderbilt Clam Pass Park Shore and Naples Beach Renourishment Proiect and the Marco South Renourishment and Structure Rebuild Proiect It is estimated that the construction costs for Barefoot, Vanderbilt, Clam Pass, Park Shore and Naples Beaches will be between $20,000,000 - $30,000,000 depending on the project approach, project scope and availability of funds. It is also estimated that this permit design, the plans and specifications for this project will cost $400,000 to $600,000 and consist of the following elements: • Pre - Application Meeting FDEP • Pipeline Corridor Mapping -3 New Ones with Operational Areas • Special Design Survey for Structures, ECL & 3D Design • Process ECL • Survey Structural Areas • Survey Intermediate lines at hardbottom inflection points for 3D design • 3 -D Design Update (around hardbottom) with larger fill section and new reaches • Add Clam Pass park and Barefoot Beach • Address Hot Spots and Hardbottom Avoidance with intermediate profile line • Run mode with refinements and to revalidate design and Spreading magnitude • Design structure modifications and removals • Prepare BOEMRE Environmental Assessment • Prepare & submit permit modification to 2005 Permit with new Permit Sketches • RAI Cycle with Meetings • Update Biological and physical monitoring plans • Develop Hardbottom Impact Assessment • Develop Plans and Specifications • Bidding and Award Additionally, there are pre - construction tasks, during construction activities and post - construction tasks that are required but not included in the design activities listed above. These tasks have traditionally been performed by the engineering consultant but are not necessarily required of them. These tasks are: • Pre- Construction Survey • Pre- Construction Biological Monitoring • Hardbottom mapping using side scan • Construction Assistance Services • Pipeline Corridors Monitoring • Shore Bird Sea Turtle Monitoring • Post - Construction Survey, Report and Certification • Post - Construction Biological Monitoring and Report Regardless of how these tasks are performed, the estimated cost for budgeting is between $800,000 and $1,000,000. A preliminary /partial funding request of $600,000 was approved in Fiscal Year 11/12 to begin the permit design and detailed project definition. Additional funding requests will be forthcoming as phased project definition is completed. The estimated construction cost to renourish the South Marco Island Beach and repair the five existing erosion control structures is expected to be $3,000,000. A work order for $89,000 has been awarded to Coastal Engineering Consultants to permit the beach renourishment project only. The detailed design and construction services for the beach renourishment along with the permitting, design and construction services for the structure rebuild is estimated at $120,000. A preliminary /partial funding request of $300,000 was approved in Fiscal Year 11/12 to begin the permit, design and project definition. Packet Page -348- 4/10/2012 Item 113. n- iG-)nxannv+ n- +can =ann(A n-i m o c D o o m -^ K ° T o v� C� n, o o, c^ X, 0 0 0 o d < d o c �* 0 0 0 o a w cCi ,-�: s a a(D 0 w or N 03 '^ 3 o, N of N (—D w' � S v N ?r v N v N c, ,-' N v .N. C) o w C7 O N C1 Cu n ^! Cl 0 "+ W d4 C� to O N y n M y d 04 y to 7 N y y (D n c-`i O_ "*, O (D (D (n -<N„ -V m 3 N m 3 m-0 M N a?. 90 n �_ v °_°. go ni °O. 20 a T n Cu f D ui (D W ¢° �' Q° g° oco oNLA. ° Q 0 (D (D n K c c fO1 (D W n 7 O [O'f fD (D w n O �• 3 n V ° O �' N O N .� o (D 5 O (D O (D to C7 c m N aQ -S '6 o 0 D7 1 �, C� o (D 1 OA �, 3 C� 1 O ° (D .1 00 o = °A K Q° °q 13'F 0° Q° P•' 1"F Dq D o (D A D O m M M o (D D s O (^ "• 7 vD+ d �� M (D W N (D O p 00 O CL n '� 0 04 O. (� ON '"'. O OL T! N O M N O 7 O O 0 7 �. _^ w o _. Cl o CD C S. ID C �. C (D C� 3. M K rD �• (D v ; N S C 1 N d Vl O N 7 N N O O CO n o d (D n 3 n n O S Z(D _ O O K fD N 00 O r_r S 3 o (�D N d < n (D N � � Z � � 3 Pr n O O 1 1 00 M M Cn A W N M 00 0) 0) Ln A W N F-' (ap Co 0) V W A In N K 00 W In 0) V Irt V 00 01 In W A N K 3 d fD N In CO M V A W N Y-+ I� A 00 01 V N A tf1 W N O d W W W N N N 01 N N W N F-� N Ln G fD d V 91 Q1 A R A N N N N 01 A N N N T 7 CI M 1 Cl 7 00 M M Ln A W N I-+ 7C Packet Page -349- 4/10/2012 Item 11.13. REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. Cooler County AdnInstrahve Services Dvision Purchaaft COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation 11 -5772 Design, Engineering and Permitting Services Re- nourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore, Naples, and Marco Island South Beaches Scott Johnson 2391252 -8995 (Telephone) 2391252 -6588 (Fax) ScottJohnson @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. CCNA (Revision 6/11) Pu! ,ngCepa,unent•332;TainamiTr East • N3 ,- Ies. Ronda 341`2•490i�tivar_c�l: erga�_nab't�urchasing Packet Page -350- 4/10/2012 Item 11.6. Table of Contents LEGALNOTICE ................................................................................ ..............................3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ......... 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS ................................ .............................11 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS.. 15 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP .............................19 ATTACHMENT 1: VENDOR'S NON - RESPONSE STATEMENT .. ............................... 26 ATTACHMENT 2: VENDOR CHECK LIST ................................... ............................... 27 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT ........... ............................... 28 ATTACHMENT 4: VENDOR DECLARATION STATEMENT ........ ............................... 29 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION ............................... 31 ATTACHMENT 6: VENDOR SUBSTITUTE W - 9 ........................ ............................... 32 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS ........................... 33 ATTACHMENT 8: REFERENCE QUESTIONNAIRE .................... ............................... 35 G /Current- Solicitation Template \RFP_CCNATemplate_06012011 RFP_CCNATemplate 2 Packet Page -351- 4/10/2012 Item 11.B. Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide 11 -5772 Design, Engineering and Permitting Services for the Re- nourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore, Naples, and Marco Island South Beaches will be received until 3:00 pm, Naples local time, on October 13, 2011 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation 11 -5772 Design, Engineering and Permitting Services for the Re- nourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore, Naples, and Marco Island South Beaches Services to be provided shall include, but not be limited to the following: Design, Engineering and Permitting Services for Beach Re- Nourishment A non - mandatory pre - proposal conference will be held on September 28, 2011, commencing promptly at 10:00 am., and will be held in the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 If this pre - proposal conference is denoted at "mandatory", prospective proposers must be present in order to submit a proposal response. All statements shall be made upon the official proposal form which must be obtained only 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 September 14, 2011. G /Current- Solicitation Template \RFP_CCNATemplate_06012011 RFP_CCNATemplate Packet Page -352- 4/10/2012 Item 11.13. Exhibit 1: Scope of Work, Specifications and Response Format As requested by the Collier County Coastal Zone Management Department (hereinafter, the "Division or Department "), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County ") has issued this Request for Proposal (hereinafter, "RFP ") with the intent of obtaining proposals from interested and qualified 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. Brief Description of Purchase The County will be re- nourishing beaches in FY 2013/14. The required services will be Design, Engineering and Permitting services for the re- nourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore, Naples, and Marco Island South beaches. The County reserves the right to award this contract to two (2) different firms. Detailed Scope of Work Proiect # 1 Renourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore and Naples beaches Coastal Planning and Engineering has completed the conceptual design for the Barefoot, Vanderbilt, Clam Pass, Park Shore and Naples beaches. A draft of the conceptual design report will be issued by 9/16/2011. Construction of the Barefoot, Vanderbilt, Clam Pass, Park Shore and Naples beaches is expected to begin 11/1/2013 and be completed by 5/1/2014. This project is expected to be coordinated and bid with the Captiva Erosion Control District project that is being developed in conjunction with this project. A construction budget of $25M has been established for this project. However, scope adjustments will be most likely be required as state and federal funding sources are resolved. This RFP will select a consultant that will complete the execution of this project consistent with the conceptual design to include, but not be limited to: 1. Pre - application meeting with FDEP 2. Pre - construction survey to include beach, side scan and environmental aerials 3. Pre - construction biological reef and hardbottom monitoring and report 4. Hardbottom mapping and ground truthing 5. Pipeline corridor mapping • Three new routes (environmental clearing) • Operational Areas for Booster Pumps — possibility of three new locations • New Hardbottom Clearing for Barefoot Beach 6. Special design Survey for structures, ECL and 3D design Design survey R8 to R85 G /Current- Solicitation Template \RFP_CCNATemplate_06012011 RFP_CCNATemplate Packet Page -353- 4/10/2012 Item 11.B. • Survey and process ECL (Barefoot and Clam Pass Park) • Survey new structural foundation areas for erosion control structures • Survey intermediate lines for 3D design around hardbottom • Borrow area survey 7. 3D Design /Plans Update (area around hardbottom) and new reaches • Clam Pass Park and Barefoot Beach • Address Hot Spots and hardbottom avoidance with intermediate lines • Permit sketches 8. Engineer and design structural modifications or additions 9. Specifications 10. Prepare MMS Environmental assessment 11. Prepare and submit permit modifications to 2005 permit and permit sketches • Environmental Sections changes as a result of learning's since 2005 • Geological sections (with QA/QC Plan) learning's since 2005 • Engineering sections justifications for varying width and height requirements • Year -round renourishment condition inclusion into the permit • Agency visits • Others 12. RAI cycle and meetings 13. Update Biological and physical monitoring plans 14. UMAM assessment of hardbottom coverage 15. Essential Fish Habitat report 16. Biological assessment 17. Bid documents and bidding support 18. Permit modification to the Doctors Pass dredging permit to change the disposal site for beach sand placement to R57 to R59. 19. Coordination with Captiva Erosion Control District. 20. Construction contract inspection and monitoring (1 day per week) 21. Construction contract volume adjustment by segment and reach. 22. Attendance at weekly coordination meetings 23. Pipeline corridor monitoring during construction 24. Post - construction surveys 25. Record drawings and certification report 26. Agency coordination to include but not limited to National Marine Fisheries, FWS and FW C. 27. County and contractor coordination 28. USACE permit modification and coordination in conjunction with the FDEP permit modification. A detailed design schedule based on activities outlined above is expected as part of the submittal package. G /Current - Solicitation Template \RFP_CCNATemplate_06012011 RFP_CCNATemplate 5 Packet Page -354- 4/10/2012 Item 11.13. Collier County has expended considerable resources in the development of a conceptual design that balances needs for more robust and longer lasting renourishments with available resources. The successful consultant(s) will need to document success in the completion of engineering and permitting activities from a third party conceptual design. Examples of successful project implementation along with key project personnel proposed will be critical to the selection of a consultant. Protect # 2 Renourishment of the Marco Island South beach. Coastal Engineering Consultants has completed the conceptual design for the Marco Island South Beach project and a preliminary copy will be available on 9/16/2011. Renourishment of the beach is expected to be completed by 8/2012. Rebuilding of the three existing breakwaters along with the two existing groins will follow the renourishment, along with an anticipated additional groin structure. Renourishment of approximately 104,000 CY's of beach compatible sand to restore approximately 4,400 feet of beach will be designed and permitted by Coastal Engineering Consultants and is not included as part of this scope package. However, close coordination with Coastal Engineering Consultants is mandatory and will be critical to the successful completion of both projects. This scope of work includes the rebuilding of the five existing erosion control structures and the design and permitting of an additional structure located in the same vicinity. Scope adjustments will be most likely be required as state and federal funding sources are resolved. A detailed design schedule based on activities outlined above is expected as part of the submittal package. This RFP will select a consultant that will complete the execution of this project consistent with the conceptual design to include but not limited to: 1. Pre - application meeting with FDEP 2. Pre - construction beach and structure survey including site aerials 3. Special design Survey for structures, ECL and 3D design • Design survey R144 to G2 • Survey and process ECL if required • Survey new structural foundation areas for erosion control structures if recommended in the project scope. 4. Engineer and design structural modifications or additions 5. Specifications 6. Prepare and submit permit application and permit sketches • Agency visits, if required • Year round construction permitting • RAI cycle and meetings 7. Update to biological monitoring and the physical monitoring plan 8. Biological assessment G /Current- Solicitation Template \RFP_CCNATemplate_06012011 RFP_CCNATemplate 6 Packet Page -355- 4/10/2012 Item 11.13. 9. Bid documents and bidding support 10. Construction contract inspection and monitoring (1 day per week) 11. Attendance at weekly coordination meetings 12. Post - construction surveys 13. Record drawings and certification report 14. Agency coordination to include but not limited to National Marine Fisheries, FWS and FWC. 15. Coordination with City of Marco Island and Marco Island Beach Committee 16. County and contractor coordination 17. USACE permit modification and coordination in conjunction with new FDEP permit. A detailed design schedule based on activities outlined above is expected as part of the submittal package. Collier County has expended considerable resources in the development of a conceptual design that balances needs for more robust and longer lasting renourishments with available resources. Consultant will need to document success in the completion of engineering and permitting activities from a third party conceptual design. Examples of successful project implementation along with key project personnel proposed will be critical to the selection of this consultant. Term of Contract The contract term, if an award(s) is /are made is intended to be for the duration of the Construction Project(s). Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on the contract anniversary date, in writing, to the Purchasing Director. Price adjustments are dependent upon budget availability and program manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice 9/13/11 Last Date for Receipt of Written Questions 9/30/11, 12 Noon, Naples Local Time Non - mandatory pre - solicitation meeting 9/28/11, 10:OOAM, Naples Local Time and Locations G /Current - Solicitation Template \RFP_CCNATemplate_06012011 UP_CCNATemplate 7 Packet Page -356- 4/10/2012 Item 11.B. Addendum Issued Resulting from Written Questions or Pre- Proposal Conference 10/1/2011 Solicitation Deadline Date and Time 10/13/2011, 3:OOPM, Naples Local Time Anticipated Evaluation of Submittals 10/13 thru 11/15/2011 Vendor Presentations if Required N/A -Anticipated Completion of Contract Negotiations 12/1/2011 Anticipated Board of County Commissioner's Contract Approval Date 12/13/2011 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 the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non - responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. 1. Tab I, Cover Letter / Management Summary 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 Vendor's certification that the Vendor will accept any awards as a result of this RFP. 2. Tab II, Business Plan (15) In this tab, include: • Description of the proposed contract team and the role to be played by each member of the proposed team. G /Current - Solicitation Template WP_CCNATemplate_06012011 UP_CCNATemplate Packet Page -357- 4/10/2012 Item 11.13. • Detailed plan of approach (including major tasks and sub - tasks). • Detailed time line for completion of the project. • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. 3. Tab III, Experience and Capacity of Firm (35) Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Also describe the various team members' successful experience in working with one another on previous projects. List Current Projects in the Format Identified Below Project Original Final Project Number of Start Date ' End Date Change Description Budget Cost Orders 4. Tab IV, Specialized Expertise of Team Members (30) Attach resumes of all proposed project 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. 5. Tab V, References — 5 Completed and Returned (20) In order for the vendor to be awarded any points for this tab, the County requests that the vendor submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the vendor in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: • The County shall total each of the vendor's five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0). Vendors who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the vendor who has the highest score. • The next highest vendor's number of points will be divided by the highest vendor's points which will then be multiplied by criteria points to determine the vendor's points awarded. Each subsequent vendor's point score will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). G /Current- Solicitation Template \RFP_CCNATemplate_06012011 RFP_CCNATemplate Packet Page -358- 4/10/2012 Item 11.13. For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Vendor Name Vendor Total Reference Score Points .Awarded Vendor ABC 445 20 Vendor DEF 435 19.6 Vendor GHI 425 19.1 Vendor JKL 385 17.3 Vendor MNO 385 17.3 Vendor PQR 250 11.2 voce: oampie chart renects a 20 point reference cntenon. 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, contact references, and /or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. 6. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. This would also include any exceptions to terms and conditions of the standard County Professional Service Agreement. 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. 7. Tab VII, Required Form Submittals • Attachment 2: Vendor Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Form' • Attachment 5: Immigration Affidavit and company's E- Verify profile page and memorandum of understanding • Attachment 6: Vendor Substitute 9 • Attachment 7: Insurance Requirements • Attachment 8: Reference Questionnaire G /Current- Solicitation Template \RFP_CCNATemplate_06012011 RFP_CCNATemplate 10 Packet Page -359- Exhibit II: General RFP Instructions 1. Questions 4/10/2012 Item 11.13. 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. Pre - Proposal Conference The purpose of the pre - proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective Vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. All prospective Vendors are strongly encouraged to attend, as, this will usually be the only pre - proposal conference for this solicitation. If this pre - proposal conference is denoted as "mandatory", prospective Vendors must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the 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. 5. 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. G /Current- Solicitation Template \RFP_CCNATemplate_06012011 RFP_CCNATemplate 11 Packet Page -360- D 7 Delivery of Proposals All proposals are to be delivered before 3:00 PM, 2011 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Scott Johnson Procurement Strategist 4/10/2012 Item 11.13. Naples local time, on or before October 7, 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. Vendors must submit One (1) paper copies with one copy clearly labeled "Master ,Y) and seven (7) 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. 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. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 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. 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: G /Current- Solicitation Temp1ate \RFP_CCNATemp1ate_06012011 RFP_CCNATemplate Packet Page -361- 4/10/2012 Item 11.13. 1. The County Manager shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist and Project Manager shall review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. 4. 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. 5. The committee members shall review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice 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. 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, interviews, or oral presentations. 8. The Selection Committee, as approved by the County Manager, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members shall score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. 9. Negotiations shall begin with the top- ranked firm(s) in accordance with Florida Statute 287.055. 10. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and /or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the 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. G /Current- Solicitation Template \RFP_CCNATemplate_06012011 RFP_CCNATemplate 13 Packet Page -362- 4/10/2012 Item 11.8. 10, References The County reserves the right to contact any and all references submitted as a result of this solicitation. 11. Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Management Summary Business Plan Experience and Capacity of the Firm Specialized Expertise of Team Members Customer and Reference Listing TOTAL 0 Pts 15 Pts 35 Pts 30 Pts 20 Pts 100 Pts' 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. This information will be based on information provided by the Vendor, subject to verification at the County's option. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re- solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and 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. G /Current- Solicitation Template \RFP_CCNATem plate — 06012011 RFP_CCNATemplate 14 Packet Page -363- 4/10/2012 Item 11.13. Exhibit III: Collier County Purchase Order Terms and Conditions 1. Offer and to comply with all carrier This offer is subject to cancellation by the regulations. Risk of loss of any goods COUNTY without notice if not accepted by sold hereunder shall transfer to the VENDOR within fourteen (14) days of COUNTY at the time and place of issuance. delivery; provided that risk of loss prior to actual receipt of the goods by the 2. Acceptance and Confirmation COUNTY nonetheless remain with This Purchase Order (including all VENDOR. documents attached to or referenced b) No charges will be paid by the COUNTY therein) constitutes the entire agreement for packing, crating or cartage unless between the parties, unless otherwise otherwise specifically stated in this specifically noted by the COUNTY on the Purchase Order. Unless otherwise face of this Purchase Order. Each delivery provided in Purchase Order, no invoices of goods and /or services received by the shall be issued nor payments made COUNTY from VENDOR shall be deemed to prior to delivery. Unless freight and be upon the terms and conditions contained other charges are itemized, any in this Purchase Order. discount will be taken on the full amount of invoice. No additional terms may be added and c) All shipments of goods scheduled on the Purchase Order may not be changed except same day via the same route must be by written instrument executed by the consolidated. Each shipping container COUNTY. VENDOR is deemed to be on must be consecutively numbered and notice that the COUNTY objects to any marked to show this Purchase Order additional or different terms and conditions number. The container and Purchase contained in any acknowledgment, invoice Order numbers must be indicated on bill or other communication from VENDOR, of lading. Packing slips must show notwithstanding the COUNTY'S acceptance Purchase Order number and must be or payment for any delivery of goods and /or included on each package of less than services, or any similar act by VENDOR. container load (LCL) shipments and /or with each car load of equipment. The 3. Inspection COUNTY reserves the right to refuse or All goods and /or services delivered return any shipment or equipment at hereunder shall be received subject to the VENDOR'S expense that is not marked COUNTY'S inspection and approval and with Purchase Order numbers. payment therefore shall not constitute VENDOR agrees to declare to the acceptance. All payments are subject to carrier the value of any shipment made adjustment for shortage or rejection. All under this Purchase Order and the full defective or nonconforming goods will be invoice value of such shipment. returned pursuant to VENDOR'S instruction d) All invoices must contain the Purchase at VENDOR'S expense. Order number and any other specific information as identified on the To the extent that a purchase order requires Purchase Order. Discounts of prompt a series of performances by VENDOR, the payment will be computed from the date COUNTY prospectively reserves the right to of receipt of goods or from date of cancel the entire remainder of the Purchase receipt of invoices, whichever is later. Order if goods and /or services provided Payment will be made upon receipt of a early in the term of the Purchase Order are proper invoice and in compliance with non - conforming or otherwise rejected by the Chapter 218, Fla. Stats., otherwise COUNTY. known as the "Local Government 4. Shipping and Invoices Prompt Payment Act," and, pursuant to a) All goods are FOB destination and must the Board of County Commissioners be suitably packed and prepared to Purchasing Policy. secure the lowest transportation rates G /Current- Solicitation Template \RFP_CCNATemplate_06012011 RFP_CCNATemplate 15 Packet Page -364- 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 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. 7. 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. 8. Statutory Conformity Goods and services provided pursuant tc this Purchase Order, and their production 4/10/2012 Item 11.13. 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. 9. 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 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 G /Current- Solicitation Template \RFP_CCNATem plate _06012011 RFP_CCNATemplate 16 Packet Page -365- 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 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 4/10/2012 Item 113. 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 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 G /Current- Solicitation Template \RFP_CCNATemplate_06012011 RFP_CCNATemplate 17 Packet Page -366- C) EE 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. 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. The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in 4/10/2012 Item 11.B. 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. G /Current- Solicitation Template \RFP_CCNATemplate_06012011 RFP_CCNATemplate Packet Page -367- 18 4/10/2012 Item 11.13. Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance and Bonding 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 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. Packet Page -368- 4/10/2012 Item 11.13. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. 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. 5. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 80% or more of the solicitation amount for said work. 5. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the 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. Site Inspection If services to be provided involve or are related to a physical site(s), including, but not limited to: design services for construction, physical monitoring, environmental studies, inspections or other similar activities, prior to submission of proposal, proposers shall visit the site(s) with the County project manager to become familiar with local conditions that may in any manner affect Packet Page -369- 4/10/2012 Item 11.13. performance of the Work. This site visit shall be documented in writing by the proposer with sign -off by the County project manager; this documentation shall be submitted with the proposal. The proposal will be deemed non - responsive if the site visit documentation is not presented to the County in the proposer's submitted proposal materials. Upon award of the contract, subsequent site visits shall be at intervals appropriate to the stage of the project, as determined by the County project manager. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to this Agreement as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the awarded proposer, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 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 Vendor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices must be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and /or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of Packet Page -370- 4/10/2012 Item 11.13. contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and /or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 10. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and /or right -of -way for the purpose of inspection of any Vendor's work operations. This provision is non - negotiable by any department and /or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 11. 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. Packet Page -371- 4/10/2012 Item 11.B. 12. 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. 13. 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. 14. 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. 15. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 16. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms 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.org /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. 17. 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. Packet Page -372- 4/10/2012 Item 11.13. 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. Aow 18. Protest Procedures Any actual or prospective Vendor to a Request for Proposal, who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director pLigE to the due date for acceptance of proposals. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the final published date for the acceptance of the Request for Proposals. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 19. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 20. Security and Background Checks If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 21. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 22. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Packet Page -373- 4/10/2012 Item 11.13. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. 23. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E- Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E- Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing the acceptable E- Verify evidence and the executed affidavit the bidder's / 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: hftp://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Packet Page -374- 4/10/2012 Item 11.6. Coftr aunty AdmnistaWeSemcesDvision 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 CCNA Solicitation 11 -5772 Design, Engineering and Permitting Services for the Re- nourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore, Naples, and Marco Island South Beaches 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: Packet Page -375- Date 4/10/2012 Item 11.13. co Mer copy ,4dd0Sces hvis,on 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: Scott Johnson CCNA Solicitation: 11 -5772 Design, Engineering and Permitting Services for the Re- nourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore, Naples, and Marco Island South Beaches. ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER - DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Packet Page -376- Date 4/10/2012 Item 11.13. Cam© A� Goon., Adrrms0zM Services Dimsm 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 20 , by Notary Public day of , who is personally known to me to be the for the Firm, OR who produced the following identification My Commission Expires Packet Page -377- 4/10/2012 Item 11.13. c6) 7er "ty Administrative Servioes Division " Pumhasing Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: 11 -5772 Design, Engineering and Permitting Services for the Re- nourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore, Naples, and Marco Island South Beaches. 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 CCNA Solicitation: 11 -5772 Design, Engineering and Permitting Services for the Re- nourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore, Naples, and Marco Island South Beaches. . IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 200_ in the County of , in the State of Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number Telephone: FAX: Signature by: (Typed and written) Title: Packet Page -378- 4/10/2012 Item 11.B. 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: Packet Page -379- 4/10/2012 Item 11.13. Cofer County Adngrdsi -aM SeMoes Division rvrrhasing Attachment 5: Immigration Affidavit Certification CCNA Solicitation: 11 -5772 Design, Engineering and Permitting Services for the Re- nourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore, Naples, and Marco Island South Beaches. 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 Signature State of County of Title Date The foregoing instrument was signed and acknowledged before me this day of 20_, by who has produced (Print or Type Name) Notary Public Signature Printed Name of Notary Public Notary Commission Number /Expiration 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. Packet Page -380- 4/10/2012 Item 11.8. Cofer Coin Adn u .Matwe Sermm Division pu"aSIN Attachment 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name _Corporation (as shown on income tax return) _Tax Exempt (Federal income tax - exempt entity Business Name under Internal Revenue Service guidelines IRC (if different from taxpayer name) 501 (c) 3) Address City State Zip Telephone FAX Email Order Information Remit / Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual / Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax - exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) (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, 1 certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number Packet Page -381- 4/10/2012 Item 11.13. Caer County Administmtove Servioes Division Purchasing Attachment 7: Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ❑ Employer's Liability $ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000,000.00 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 Contractor /Vendor /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 $ 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 RFP: 11 -5772 RFP CCNA Template-06012011 ❑ 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 $1,000,000.00 Per Occurrence • $ 500,000 each claim and in the aggregate Packet Page -382- 33 4/10/2012 Item 11 3. • $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 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 RFP: 11 -5772 RFP CCNA Template-06012011 Packet Page -383- Date Telephone Number 34 4/10/2012 Item 11. 3. o er County AdmnisrAve Senn ces D union Purchasing Attachment 8: Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm /individual again) and 1 representing that you were very unsatisfied (and would never hire the firm /indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: 'hange Orders - Dollars Added : Completion Date: Project Number of Days: Change Orders - Days Added: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Close out project process (final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow County policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Nlease I-Ax tnis completes survey to: RFP: 11 -5772 IFP CCNA Template_06012011 Packet Page -384- by 35 ate►` ant AcIrrinistative Services E *Asion Purchasing Addendum 1 4/10/2012 Item 11 3. Email: ScottJohnson @colliergov.net F. Telephone: (239) 252 -8995 FAX: (239) 252 -6588 Date: October 10, 2011 From: Scott Johnson To: Interested Suppliers Subject: Addendum for Solicitation: 11 -5772 Design, Engineering and Permitting Services for the Re- nourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore, Naples, and Marco Island South Beaches The following clarification is made to the above mentioned Collier County solicitation: • New Proposal Closing date 10/28/2011 @ 3:00 pm If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Gary McAplin Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Packet Page -385- Al Cofnr Adn nisM e Services Division Purchasing Addendum 2 Date: October 26, 2011 From: Scott Johnson Procurement Strategist 4/10/2012 Item 11 3. Email: ScottJohnson @colliergov.net Telephone: (239) 252 -8995 FAX: (239) 252 -6588 To: Interested Suppliers Subject: Addendum for Solicitation: 11 -5772 Design, Engineering and Permitting Services for the Re- nourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore, Naples, and Marco Island South Beaches The following clarification is made to the above mentioned Collier County solicitation: • New Proposal closing date November 15, 2011 @ 3:00 pm • Delete section called "Re- nourishment of the Marco Island South beach" • Add: Re- nourishment of the Marco Island South beach. Coastal Engineering Consultants has completed the conceptual design for the Marco Island South Beach project. A preliminary copy of the conceptual design report will be available on 11/1/2011. Coastal Engineering will also complete the permitting of the renourishment project. This scope of work includes the final design, construction services and certification required to renourish approximately 4,400 feet of beach with approximatly104,000 CY's of beach compatible sand. It also includes the permitting, final design, construction services and certification required to rebuild the three existing breakwaters along with the two existing groins. Close coordination with Coastal Engineering Consultants is mandatory and will be critical to the successful completion of this project. A time for the beach renourishment has not been determined but is expected to be in either 2012 or 2013. However, the beach renourishment design is expected to begin as soon as the permitting is completed. This is expected to be spring of 2012. Scope adjustments will be most.likely be required as state and federal funding sources are resolved. Packet Page -386- 4/10/2012 Item 11. 3. A detailed design schedule based on activities outlined above is expected as part of the submittal package. This RFP will select a consultant that will complete the execution of this project consistent with the conceptual design to include but not limited to: .1. Pre - application meeting with FDEP 2. Pre - construction beach and structure survey including site aerials 3. Special design Survey for structures, ECL and 3D design Design survey R144 to G2 Survey and process ECL if required 4. Engineer and design structural modifications or additions 5. Specifications Year round construction permitting 6. Update to biological monitoring and the physical monitoring plan 7. Biological assessment 8. Bid documents and bidding support 9. Construction contract inspection and monitoring (1 day per week) 10. Attendance at weekly coordination meetings 11. Post - construction surveys 12. Record drawings and certification report 13. Agency coordination to include but not limited to National Marine Fisheries, FWS and FWC. 14. Coordination with City of Marco Island and Marco Island Beach Committee 15. County and contractor coordination 16. USACE permit modification and coordination in conjunction with new FDEP permit. A detailed design schedule based on activities outlined above is expected as part of the submittal package. Collier County has expended considerable resources in the development of a conceptual design that balances needs for more robust and longer lasting renourishments with available resources. Consultant will need to document success in the completion of engineering and permitting activities from a third party conceptual design. Examples of successful project implementation along with key project personnel proposed will be critical to the selection of this consultant. • Conceptual Design Plans will be issued on or about November 4, 2011 If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Gary McAlpin Packet Page -387- 4/10/2012 Item 11, 1. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) (Name of Firm) Packet Page -388- Date Addendum 3 4/10/2012 Item 11. '. Email: ScottJohnson @colliergov.net Telephone: (239) 252 -8995 FAX: (239) 252 -6588 Date: November 7, 2011 From: Scott Johnson Procurement Strategist To: Interested Suppliers Subject: Addendum for Solicitation: 11 -5772 Design, Engineering and Permitting Services for the Re- nourishment of the Barefoot, Vanderbilt, Clam Pass, Park Shore, Naples, and Marco Island South Beaches The following clarification is made to the above mentioned Collier County solicitation: Conceptual Designs If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Gary McAlpin Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) (Name of Firm) Packet Page -389- Date