Loading...
Agenda 05/24/2011 Item #16A105/24/2011 Item 16.A.10. EXECUTIVE SUMMARY Recommendation for Board approval of the short -list of design professionals pursuant to RFP #11 -5690 and to enter into negotiations between Collier County and Atkins North America, Inc., for "Construction Engineering and Inspection (CEI) and Related Services for SR84 (Davis Boulevard) Radio Road to Collier Boulevard; SR84 /SR951 Intersection Improvements; Collier Boulevard (SR/CR 951) north to Magnolia Pond Drive; and CR951 (Collier Boulevard) north to the Main Golden Gate Canal "; Project No. 60073 & No. 60092 OBJECTIVE: To obtain professional CEI Services for SR84 (Davis Boulevard) Radio Road to Collier Boulevard; SR84 /SR951 Intersection Improvements; Collier Boulevard (SR/CR 951) north to Magnolia Pond Drive; and CR951 (Collier Boulevard) north to the Main Golden Gate Canal. CONSIDERATIONS: On April 8, 2011, the Collier County Transportation Engineering Department (TE) by RFP #11 -5690 requested proposals from professional Engineering Consulting Firms pre - qualified by the Florida Department of Transportation (FDOT) to provide CEI for roadway construction of this project. Eight hundred and sixty -seven notices of the RFP were sent out. A mandatory pre - proposal meeting was held on April 19, 2011. Three (3) letters of interest were received. On May 9th 2011, a selection committee short- listed the three (3) firms based on an evaluation of their technical proposal. The selection committee by consensus ranked the three firms as follows: 1. Atkins North America, Inc. 2. Johnson Engineering 3. AIM Engineering The project will consist of three (3) segments. Segment 1 is SR84 Phase II (from west of Radio Road to Collier Boulevard); Segment 2 is SR951 (from Davis Boulevard to Magnolia Pond Drive and includes 0.5 miles of Beck Boulevard) and Segment 3 is CR951 (from Magnolia Pond Drive to the Main Golden Gate Canal and includes pond and outfall at Abercia Development). Segments 1 and 2 are combined as part of a Joint Participation Agreement (JPA) with the FDOT. The JPA will provide up to $20 million in funding for construction and CEI services of Segments 1 & 2 of the Project in 10 quarterly installments starting in July 2012. Segment 3 is solely being funded by the County. Segments 1 and 2 are on state highways subject to FDOT coordination, review and approvals including selection of the CEI firm. This project needs to be treated as though it is an FDOT project in order to secure reimbursement under the terms of the JPA. These along with the complexities of constructing within an interstate interchange were important considerations in the selection process. Construction of the project will include (but not be limited to): installation of storm drain structures & ponds, underground utility relocation /installation, signalizations, street lighting, signing and marking, and related intersection and local roadway improvements adjacent to the Packet Page -419- 5/24/2011 Item 16.A.10. project. FDOT has an adjacent project to modify the ramps at I -75 which also includes the addition of a third northbound left turn lane to Collier). Below is a summary of the project. • Project 60073 & Project 60092– SR 84 (Radio Rd to CR 95 1) & Collier Blvd. (Davis Blvd. to GG Main Canal) • SR 84 – Six (6) laning an existing two (2) lane road • CR 951 – Six (6) laving an existing four (4) lane road • Estimated Budget: $33,971,824.23 million (Engineer's Estimate) • Estimated Project Duration: 29 months • Estimated Construction start date: Summer 2011 • Special Considerations: Intersection of CR 951 and CR 84 will have an eight (8) lane footprint; FISCAL IMPACT: There is no fiscal impact related to this action. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. LEGAL CONSIDERATIONS: This item has been reviewed and approved by' the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for Board approval —SRT. RECOMMENDATION: Approve the short-list of RFP # 11 -5690 so that negotiations can begin with the top- ranked firm. Following negotiations, this matter will be brought back to the Board to seek approval of a contract with selected design consultant. PREPARED BY: Marlene Messam, Sr. Project Manager, Transportation Engineering Department. Attachments: (1) Scoring Sheets Packet Page -420- COLLIER COUNTY Board of County Commissioners Item Number: 16.A.10. 5/24/2011 Item 16.A.10. Item Summary: Recommendation for Board approval of the short-list of design professionals pursuant to RFP #11 -5690 and to enter into negotiations between Collier County and Atkins North America, Inc., for "Construction Engineering and Inspection (CEI) and Related Services for SR84 (Davis Boulevard) Radio Road to Collier Boulevard; SR84/SR951 Intersection Improvements; Collier Boulevard (SR /CR 951) north to Magnolia Pond Drive; and CR951 (Collier Boulevard) north to the Main Golden Gate Canal "; Project No. 60073 & No. 60092 Meeting Date: 5/24/2011 Prepared By Name: MessamMarlene Title: Project Manager, Senior,Transportation Engineering & Construction Management 5/9/20114:28:52 PM Submitted by Title: Project Manager, Senior,Transportation Engineering & Construction Management Name: MessamMarlene 5/9/20114:28:54 PM Approved By Name: PutaansuuGary Title: Project Manager, Principal,Transportation Engineer Date: 5/11/20113:37:26 PM Name: BetancurNatali Title: Executive Secretary,Transportation Engineering & Construction Management Date: 5/11/2011 3:39:30 PM Name: TaylorLisa Title: Management /Budget Analyst,Transportation Administr Date: 5/11/20114:14:55 PM Packet Page -421- 5/24/2011 Item 16.A.10. Name: AhmadJay Title: Director - Transportation Engineering,Transportation Engineering & Construction Management Date: 5/12/2011 7:48:34 AM Name: BrilhartBrenda Title: Purchasing Agent,Purchasing & General Services Date: 5/12/2011 7:54:33 AM Name: CarnellSteve Title: Director - Purchasing /General Services,Purchasing Date: 5/12/20119:10:49 AM Name: TeachScott Title: Deputy County Attomey,County Attorney Date: 5/12/2011 11:35:53 AM Name: FederNorman Title: Administrator - Growth Management Div,Transportati Date: 5/12/20112:48:48 PM Name: KlatzkowJeff Title: County Attorney, Date: 5/12/20113:43:59 PM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 5/13/2011 8:36:08 AM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 5/16/2011 11:23:48 AM Name: KlatzkowJeff Title: County Attorney, Date: 5/16/2011 1:11:30 PM Name: IsacksonMark Title: Director -Corp Financial and Mgmt Svs,CMO Date: 5/17/20116:05:07 PM Packet Page -422- y d N O Q O L a O ca E E ir Packet Page -423- 5/24/2011 Item 16.A.10. 33 U) E fU O > �-' M E c O€ �t t(ai; i CD ici ;�� cVE ce cc N N O _ Co CD C CD o o 5/24/2011 Item 16.A.10. Purchasing Preliminar Screening Sheet RFP #: 11 -5690 Title: CEI Services for Davis & 175 Proposer:. References TOTAL Points Awarded Atkins Engineering 491 10 Johnson Engineering 470.5 9.6 AIM En inee ing 4501 9.2 Office Points Proposer Location Awarded` TOTAL AIM Engineering 13 10 Atkins Engineering 13 10 Johnson En ineerin g ill 8.5 Proposer Firm Profile TOTAL Points :Awarded Atkins Engineering 1298 15 AIM Engineering 174 2.0 Johnson Engineering 1191 1.4 Project Paints Proposer Manager Awarded TOTAL Johnson Engineering 44 15 Atkins Engineering 251 8.5 AIM Engineering 191 6.5 Packet Page -424- 5/24/2011 Item 16.A.10. Packet Page -425- 5/24/2011 Item 16.A.10. Packet Page -426- 5/24/2011 Item 16.A.10. Packet Page -427- I- 4) a M CL a� c = a� O) E C E O t U � c O a r C � 7 O U O d � o 'a v c tf) l4 O O w. N m o rn � <O a) r � W U CL U. a) CL (0 a D) C Y 3 Z c O O a) .D N N c O U U f0 CD O W C_ O CL N C N U M (6 Z _ a) E a) E a) CD E E O U c O U N N U) r CL w C) r > O M as a) C CD m Y C fd t U fa a) U) N a) a) .Q y E E c a) a) CD E E U E O O U C a) O :r U C N O N N f0 Cl) 7 O U _ Cl) > 'd 'D C _ O CD � N O -2 C Om c O ca � C (6 N -O � c E to Q) � o m.2 CD co M E E °' U c c O O �0 a) c O N ("-6 � a 'D C E c E O C ID IL _ N � CL am e -428- a) as 0 a) (0 C U) 5/24/2011 Item 16.A.10. N M a) cu 0 7 (U c M U d m C Y C N a 0 G E CO E 0 L) 0 (1) LL J, ,I v u cc CL LL 0: Ln I- ad LA M 0 LA Mu 0 CN a) LO C: .C: (D Co L) n Packet Page -429- 5/24/2011 Item 16.A.10. 0 OA 5/24/2011 Item 16.A.10. REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. FDOT Funding COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation RFP 11 -5690 CEI and Related Services for "SR84 (Davis Blvd) Radio Road to Collier Blvd; SR84 /SR951 Intersection Improvements; Collier-Blvd (SR/CR 951) North to Magnolia Pond Drive; and CR 951 (Collier Blvd) North to the Main Golden Gate Canal" Brenda Brilhart, Procurement Strategist (239) 252 -8445 (Telephone) (239) 252 -6697 (Fax) BrendaBrilhart@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Depertrr�ast• 3327 Tarriarri Trail East • Naples. Florida 341124901 • www.oaHwgos.rtWlpurchasing CCNA (Revision 8/10) Packet Page -430- 5/24/2011 Item 16.A.10. Table of Contents Section Page LegalNotice ........................................................ ............................... 3 Exhibit I: Scope of Work, Specifications and Response Format ................ 4 Exhibit II: General RFP Instructions ....................... ............................... 12 Exhibit III: Collier County Purchase Order Terms and Conditions .............. 16 Exhibit IV: Additional Terms and Conditions for RFP ............................... 19 Attachment 1: Vendor Checklist ............................. ............................... 26 Attachment 2: Conflict of Interest Affidavit .............. ............................... 27 Attachment 3: Vendor Declaration Form .................. ............................... 28 Attachment 4: Immigration Affidavit Certification ...... ............................... 30 Attachment 5: Insurance Requirements ................... ............................... 31 Attachment 6: Vendor's Non - Response Statement .... ............................... 33 Exhibit A: Scope of Services 34 Exhibit B: Risk and Value Add Assessment 52 Exhibit C: Reference Questionnaire 53 Plans & Related Documents — Provided in Separate File RFP 11 -5690 CEI Svcs Davis & 175 2 Packet Page -431- r r «_ . Legal Notice 5/24/2011 Item 16.A.10. Pursuant to approval by the County Manager, Sealed Proposals to provide CEI and Related Services for "SR84 (Davis Blvd) Radio Road to Collier Blvd; SR 84 /SR 951 Intersection Improvements; Collier Blvd (SR/CR 951) North to Magnolia Pond Drive; and CR 951 (Collier Blvd) North to the Main Golden Gate Canal" will be received until 3:00 p.m., Naples local time, on April 29, 2011 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation 11 -5690 CEI and Related Services for "SR84 (Davis Blvd) Radio Road to Collier Blvd; SR84 /SR 951 Intersection Improvements; Collier Blvd (SR/CR 951) North to Magnolia Pond Drive; and CR 951 (Collier Blvd) North to the Main Golden Gate Canal" Services to be provided shall include, but not be limited to the following: This scope of work describes and defines the services, which are required for construction engineering, inspection, materials sampling and testing, and contract administration for the construction projects listed above. A mandatory pre - proposal conference will be held on ^"'11 19, 2044, commencing promptly at 2:00 p.m. 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.collier.gov.net/purchasing and in the Lobby of Purchasing Building "G ", Collier County Government Center on April 8, 2011. RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -432- 5/24/2011 Item 16.A.10. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Transportation Engineering Department (hereinafter, the "Division or Department "), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County ") has issued this Request for Proposal (hereinafter, "RFP ") with the intent of obtaining proposals from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Background The Collier County Transportation Engineering and Construction Management Department (TECM) is soliciting proposals from professional Engineering Consulting Firms pre - qualified by the Florida Department of Transportation (FDOT) and is interested in providing CEI for roadway construction of this project, in Collier County, Florida. The project will consist of three (3) Segments. Segment 1 is SR84 Phase II (from west of Radio Road to Collier Boulevard); Segment 2 is SR951 (from Davis Boulevard to Magnolia Pond Drive and includes 0.5 miles of Beck Boulevard) and Segment 3 is CR951 (from Magnolia Pond Drive to the Main Golden Gate Canal and includes pond and outfall at Abercia Development). Segments 1 and 2 are combined as part of a Joint Participation Agreement (JPA) with the FDOT. Segment 3 will be funded by the County. SR 84 (Davis Boulevard) is a state route and two thirds of SR/CR 951 (Collier Boulevard) limits lies within the Florida Department of Transportation (FDOT) limited access right -of -way and as a result the construction will require several FDOT coordination and approvals including the selection of the CEI firm. These limits are being constructed through a JPA agreement with FDOT and consists of construction and (CEI) services of SR 84 (Davis Boulevard) from Radio Road to Collier Boulevard (SR/CR 951) including intersection improvements to SR 84 (Davis Boulevard) and Collier Boulevard (SR/CR 951) and continuing north to Magnolia Pond Drive. The Collier Boulevard limits outside of the FDOT UA are from Magnolia Pond Drive to the Main Golden Gate Canal and is not part of the JPA. Construction of the project will include (but not be limited to): installation of storm drain structures & ponds, underground utility relocation /installation, signalizations, street lighting, signing and marking, and related intersection and local roadway improvements adjacent to the project. FDOT has an adjacent project to modify the ramps at 1 -75 which also includes the addition of a third northbound left turn lane to Collier Boulevard (The FDOT Phase IV construction plans are included as part of this RFP). Below is a summary of the project. • Project 60073 & Project 60092— SR 84 (Radio Rd to CR 951) & Collier Blvd. (Davis Blvd. to GG Main Canal) • SR 84 — Six (6) laning an existing two (2) lane road • CR 951 — Six (6) laning an existing four (4) lane road • Estimated Budget: $28,220,233.69 million (Bid received on March 23, 2011) • Estimated Project Duration: 29 months • Estimated Construction start date: Summer 2011 • Special Considerations: Intersection of CR 951 and CR 84 will have an eight (8) lane footprint; RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -433- 5/24/2011 Item 16.A.10. • Improvements to the 1 -75 ramps Detailed Scope of Work — See Exhibit A Term of Contract The contract term, if an award is made is intended to be twenty nine (29) months with two (2) six (6) month renewal options. 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. Issue Solicitation Notice 4/8/11 Non-mandatory re- solicitation meeting 2:00 pm 4/19/11 Last Date for Receipt of Written Questions 4/22/11 Addendum Issued By 4/25/11 Solicitation Deadline Date and Time 3:00 pm 4/29/11 Anticipated Evaluation of Submittals Week of 5/2/11 Anticipated Completion of Contract Negotiations By 5/31/11 Anticipated Board of County Commissioner's Contract Approval Date June 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. RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -434- 5/24/2011 Item 16.A.10. Tab I: Proiect Understanding Fill out risk and potential solutions (20 points, 3 pages maximum inclusive of Exhibit B). The proposal will be assessed -1 point for each additional page over the described limit. The following should be addressed: • Proposer shall include a description of how the construction of the project will be approached. • Include options to be considered and the issues to be resolved. • Specifically address how the CEI team will track the Contractor's actual progress against baseline schedule so that it will comply with the project requirements. • Present solutions to the roadway construction issues. • Provide the methods to be used in identifying existing utilities and avoiding construction conflicts. Identify and prioritize the risks (list the greatest risks first) that may be a pediment to the success of the identified scope of work. The proposer may add /delete additional rows to identify additional risks, solutions, and value added options, but do not exceed the 2 -page limit. The 2 — Page limit includes Risk Assessment and Value Added items, combined. The Selection Committee shall review the two (2) page Risk and Value Add Assessment and will score each vendor's submittal in this Tab I by assigning the following value: • 1 = risk and value add documentation is not significant / not dominant (points awarded 1); • 10= risk and value add documentation is average significance / dominance (points awarded 10) ; or • 20 = risk and value add documentation is significant / dominant (points awarded 20). Tab 11: Proiect CPM Schedule. (30 points, 15 page maximum) Based on the identified risks and values identified from Tab I. The proposal will be assessed -1 point for each additional page over the described limit. The Proposer shall include a Critical Path Method project schedule to demonstrate their ability to coordinate and monitor all work and activities of the project. The schedule will include: 1. Activity description 2. Activity duration 3. Resource required for each of the project activities, including: • Labor • Equipment • Material Show on the activity -on -node diagram the sequence and interdependence of all activities for complete performance of all item of work under the contract, including shop drawings submittals and reviews and fabrication and delivery activities. Tab III: Firm Profile and Assigned Staff Experience Profile (does not include the project manager) (15 points) Provide information that document's your firm's qualification to produce the required deliverables, including abilities, capacity, skill and financial strength in response to the items 1 — 5 below. RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -435- 5/24/2011 Item 16.A.10. 1. Identify the number of staff presently employed at the firm within the State of Florida. 2. Number of roadway construction design projects in Collier and Lee County from 1/1/06 — 12/31/10 (with a construction value of $20M or more). • Attach a summary of 10 %, or five (5) of the company's projects identified in #2 as back -up. 3. Number of roadway CEI project in Collier and Lee County from 1/1/06-12/31/10 (with a construction value of $20M or more). • Attach a summary of 10 %, or five (5) of the company's projects identified in #3 as back -up. 4. Number of roadway construction design or CEI project in Collier and Lee County from 1/1/06 — 12/31/10 that includes FDOT requirements (with a construction value of $20M or more). • Attach a summary of 10 %, or five (5) of the company's projects identified in #4 as back -up. 5. Identify the number of technical staff assigned to this project (including, but not limited to engineers, supervisors, estimators, inspectors) if awarded a contract for this RFP. TOTAL (add 1 +2+3+4+ 5) Include resumes of proposed technical staff identified in item number 5 above. • Name and title • Job assignment for other projects • Percentage of time to be assigned full time to this project • How many years with this firm • How many years with other firms • Experience — Types of projects, size of projects (dollar value and SF of project), describe specifics of project involvement • Education • Active registration (P.E., etc.) Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area in the requested information 1 — 5 above: • The County shall list the TOTAL Firm Profile and Assigned Staff Experience Profile by firm from highest TOTAL to lowest TOTAL. • The highest number of points (15) will be awarded to the firm who has the greatest TOTAL. RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -436- 5/24/2011 Item 16.A.10. • The next highest firm's TOTAL will be divided by the highest firm's TOTAL which will then be multiplied by 15 points to determine the next firm's Points Awarded. Each subsequent firm's TOTAL will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the six proposers. firm Name Firm's TOTAL `Points;Awarded Vendor123 375 15 Vendor456 350 14 Vendor 789 225 9 Vendor101 225 9 Vendor 201 111 4.4 Vendor 301 50 2 The Points Awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency and completeness of all responses in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, adjust the points awarded after a thorough review of the proposal and prior to final ranking by the Selection Committee Project Manager Experience (15 points, 2 pages maximum) Provide information that document's your firm's proiect manager's qualification to produce the required deliverables, including abilities, capacity, skill and financial strength in response to the items 1 — 5 below. 1. Number of projects assigned over the past five years (1/1/06 — 12/31/10) of similar nature for road projects greater than $20M 2. Number of projects coordinated using FDOT funding over the past five years (1/1/06 — 12/31/10) greater than $20M 3. Number of FDOT projects (and procedures) that have been on time for similar projects in past five years (1/1/06 — 12/31/10). 4. Number of Collier and Lee County FDOT in the past five years (1/1/06 — 12/31 /10). 5. Is project manager FDOT certified? • If yes, place one (10) on the line in the adjacent entry field. • If no, place zero (0) on the line in the adjacent entry field. TOTAL (add 1 + 2 + 3 + 4 + 5) Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Project Manager Experience provided in this area in the requested information 1 — 5 above: RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -437- 5/24/2011 Item 16.A.10. • The County shall list the TOTAL Proiect Manager's Experience by firm from highest TOTAL to lowest TOTAL. • The highest number of points (15) will be awarded to the firm who has the greatest TOTAL. • The next highest firm's TOTAL will be divided by the highest firm's TOTAL which will then be multiplied by 15 points to determine the next firm's Points Awarded. Each subsequent firm's TOTAL will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the six proposers. arm s �1ame PrJ*ect Manager " Rcnfs Av ardetl T L, Ez P ence,.,J1,'1.:. Vendor123 40 15 Vendor 456 40 15 Vendor 789 22 8.3 Vendor 101 14 5.3 Vendor 201 6 2.3 Vendor 301 1 .4 The Points Awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency and completeness of all responses in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, adjust the points awarded after a thorough review of the proposal and prior to final ranking by the Selection Committee. Tab IV: References (10 points, 5 pages maximum) Exhibit C: Submit fully completed References with the firm's proposal — not to exceed five (5) references from individuals who have had similar work to the County's outlined scope of work. In order for the firm to be awarded any points for this tab, the County requests that the firm 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 firm's reference scores and create a ranking from highest number of points to lowest number of points. • The highest number of points (10) will be awarded to the vendor who has the highest reference score. • The firm's reference score will be divided by the highest vendor's reference score which will then be multiplied by 10 points to determine the vendor's Points Awarded. Each subsequent firm's reference score will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -438- 5/24/2011 Item 16.A.10. For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. era+ or +ia ae Wndor otaVR ereac e -poiOW Awarded'';., Score 2. The firm's project manager is currently based in Collier or Lee County. Vendor ABC 445 10 Vendor DEF 435 9.8 Vendor GHI 425 9.6 Vendor JKL 385 8.7 Vendor MNO 385 8.7 Vendor PQR 250 5.6 The Points Awarded by firm will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency and completeness of all responses in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, adjust the points awarded after a thorough review of the proposal and prior to final ranking by the Selection Committee. Tab V: Office Location and Responsiveness (10 points) Provide information that document's your firm's project office location and ability to produce the required deliverables to the items 1 — 5 below. 1. The firm currently has an office in Collier or Lee County. • If yes, place one (1) on the line in the adjacent entry field. • If no, place zero (0) on the line in the adjacent entry field. 2. The firm's project manager is currently based in Collier or Lee County. • If yes, place one (1) on the line in the adjacent entry field. • If no, place zero (0) on the line in the adjacent entry field. 3. The firm's project engineer's currently based in Collier or Lee County. • If yes, place one (1) on the line in the adjacent entry field. • If no, place zero (0) on the line in the adjacent entry field. 4. The firm's project administrator is currently based in Collier or Lee County. • If yes, place one (1) on the line in the adjacent entry field. • If no, place zero (0) on the line in the adjacent entry field. 5. The project manager will be on -site how many hours a day during the duration of this project? TOTAL (add 1 + 2 + 3 + 4 + 5) 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 firm's Location and Responsiveness Scores and create a ranking from highest number of points to lowest number of points. RFP 11 -5690 CEI Svcs Davis & 175 10 Packet Page -439- 5/24/2011 Item 16.A.10. The highest number of points (10) will be awarded to the firm who has the highest TOTAL score. The firm's TOTAL score will be divided by the highest firm's reference score which will then be multiplied by 10 points to determine the firm's Points Awarded. Each subsequent firm's reference score will be calculated in the same manner. Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. The Points Awarded by firm will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the firm's proposal to ensure consistency and completeness of all responses in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, adjust the points awarded after a thorough review of the proposal and prior to final ranking by the Selection Committee. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and /or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. Tab VII, Required Form Submittals • Attachment 1: Vendor Checklist • Attachment 2: Conflict of Interest Affidavit • Attachment 3: Vendor Declaration Form' • Attachment 4: Immigration Affidavit and company's E- Verify profile page and memorandum of understanding • Attachment 5: Insurance Requirements • Other: License, FDOT Certifications RFP 11 -5690 CEI Svcs Davis & 175 11 Packet Page -440- Vendor Tc)tall C)ffrce Vendor Wan� v <IL on and V ►in#s v�ar d 1C Pons lvene" - Vendor ABC 12 10 Vendor DEF 11 9.2 Vendor GHI 11 9.2 Vendor JKL 9 7.5 Vendor MNO 7 5.8 Vendor PQR 41 3.3 The Points Awarded by firm will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the firm's proposal to ensure consistency and completeness of all responses in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, adjust the points awarded after a thorough review of the proposal and prior to final ranking by the Selection Committee. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and /or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. Tab VII, Required Form Submittals • Attachment 1: Vendor Checklist • Attachment 2: Conflict of Interest Affidavit • Attachment 3: Vendor Declaration Form' • Attachment 4: Immigration Affidavit and company's E- Verify profile page and memorandum of understanding • Attachment 5: Insurance Requirements • Other: License, FDOT Certifications RFP 11 -5690 CEI Svcs Davis & 175 11 Packet Page -440- Exhibit II: General RFP Instructions 1. Questions 5/24/2011 Item 16.A.10. 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 Purchasing Agent 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 Purchasing Agent, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Purchasing Agent 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. 6. Delivery of Proposals All proposals are to be delivered before 3:00 p.m., Naples local time, on or before April 29, 2011 to: Collier County Government Purchasing Department 3327 Tamiami Trail E RFP 11 -5690 CEI Svcs Davis & 175 12 Packet Page -441- 5/24/2011 Item 16.A.10. Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist The County shall not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and /or time indicated, or to an incorrect address by Vendor's personnel or by the Vendor's outside carrier. However, the Purchasing /General Services Director, or designee, shall reserve the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which shall include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Proposers must submit one (1) designated original and five (5) numbered exact copies of the proposal (total of six [6]). Additionally, one (1) proposal submitted on a CD -ROM in PDF format is requested, but not mandatory. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the 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: 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 Purchasing Agent 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 Purchasing Agent 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. RFP 11 -5690 CEI Svcs Davis & 175 13 Packet Page -442- 5/24/2011 Item 16.A.10. 6. Prior to the first meeting of the selection committee, the Purchasing Agent 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 Purchasing Agent 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. 10. Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. GRADING CRITERIA POINTS 1. Project Understanding 20 2. Project CPM Schedule 30 3. Firm and Staff Experience Profile 15 4. Project Manager Experience Profile 15 5. References 10 6. Office Location and Responsiveness 10 TOTAL POSSIBLE POINTS 100 Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County's RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -443- 14 5/24/2011 Item 16.A.10. 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 al 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. 11. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re- solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re- advertise using the same or revised documentation, at its sole discretion. RFP 11 -5690 CEI Svcs Davis & 175 15 Packet Page -444- 5/24/2011 Item 16.A.10. Exhibit III: Collier County Purchase Order Terms and Conditions 1. Offer b) No charges will be paid by the COUNTY for This offer is subject to cancellation by the packing, crating or cartage unless otherwise COUNTY without notice if not accepted by specifically stated in this Purchase Order. VENDOR within fourteen (14) days of issuance. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments 2. Acceptance and Confirmation made prior to delivery. Unless freight and This Purchase Order (including all documents other charges are itemized, any discount will attached to or referenced therein) constitutes be taken on the full amount of invoice. the entire agreement between the parties, unless c) All shipments of goods scheduled on the same otherwise specifically noted by the COUNTY on day via the same route must be consolidated. the face of this Purchase Order. Each delivery of Each shipping container must be goods and /or services received by the COUNTY consecutively numbered and marked to show from VENDOR shall be deemed to be upon the this Purchase Order number. The container terms and conditions contained in this Purchase and Purchase Order numbers must be Order. indicated on bill of lading. Packing slips must show Purchase Order number and must be No additional terms may be added and Purchase included on each package of less than Order may not be changed except by written container load (LCL) shipments and /or with instrument executed by the COUNTY. VENDOR each car load of equipment. The COUNTY is deemed to be on notice that the COUNTY reserves the right to refuse or return any objects to any additional or different terms and shipment or equipment at VENDOR'S conditions contained in any acknowledgment, expense that is not marked with Purchase invoice or other communication from VENDOR, Order numbers. VENDOR agrees to declare notwithstanding the COUNTY'S acceptance or to the carrier the value of any shipment made payment for any delivery of goods and /or services, under this Purchase Order and the full invoice or any similar act by VENDOR. value of such shipment. d) All invoices must contain the Purchase Order 3. Inspection number and any other specific information as All goods and /or services delivered hereunder identified on the Purchase Order. Discounts shall be received subject to the COUNTY'S of prompt payment will be computed from the inspection and approval and payment therefore date of receipt of goods or from date of receipt shall not constitute acceptance. All payments are of invoices, whichever is later. Payment will subject to adjustment for shortage or rejection. All be made upon receipt of a proper invoice and defective or nonconforming goods will be returned in compliance with Chapter 218, Fla. Stats., pursuant to VENDOR'S instruction at VENDOR'S otherwise known as the "Local Government expense. Prompt Payment Act," and, pursuant to the Board of County Commissioners Purchasing To the extent that a purchase order requires a Policy. series of performances by VENDOR, the COUNTY prospectively reserves the right to 5. Time Is Of the Essence cancel the entire remainder of the Purchase Order Time for delivery of goods or performance of if goods and /or services provided early in the term services under this Purchase Order is of the of the Purchase Order are non - conforming or essence. Failure of VENDOR to meet delivery otherwise rejected by the COUNTY. schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, 4. Shipping and Invoices shall entitle the COUNTY to seek all remedies a) All goods are FOB destination and must be available to it at law or in equity. VENDOR agrees suitably packed and prepared to secure the to reimburse the COUNTY for any expenses lowest transportation rates and to comply with incurred in enforcing its rights. VENDOR further all carrier regulations. Risk of loss of any agrees that undiscovered delivery of goods sold hereunder shall transfer to the nonconforming goods and /or services is not a COUNTY at the time and place of delivery; waiver of the COUNTY'S right to insist upon provided that risk of loss prior to actual receipt further compliance with all specifications. of the goods by the COUNTY nonetheless remain with VENDOR. RFP 11 -5690 CEI Svcs Davis & 175 16 Packet Page -445- 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. Warranties VENDOR expressly warrants that the goods and /or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. Statutory Conformity. Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and /or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person RFP 11 -5690 CEI Svcs Davis & 175 5/24/2011 Item 16.A.10. (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 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 goodE 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 Packet Page -446- 17 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 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 RFP 11 -5690 CEI Svcs Davis & 175 5/24/2011 Item 16.A.10. be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and /or Conditions that are most favorable to the County and /or provide the greatest protection to the County shall govern. Packet Page -447- 18 5/24/2011 Item 16.A.10. 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. RFP 11 -5690 CEI Svcs Davis & 175 19 Packet Page -448- 5/24/2011 Item 16.A.10. 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 51 % or more of the solicitation amount for said work. 6. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor's facilities /project site during and after each work assignment the Vendor is performing. 7. Additional Terms and Conditions of Contract Collier County has developed standard contracts /agreements, approved by the Board of County Commissioners (BCC). The selected Vendor shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and /or service agreements or other documents provided by the Vendor. 9. 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 performance of the Work. This site visit shall be documented in writing by the proposer RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -449- 20 5/24/2011 Item 16.A.10. 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. 10. 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 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 supported by standard bank credit suppliers (i.e. VISA and MasterCard), cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. for goods and /or Card Program is and as such, is 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 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. RFP 11 -5690 CEI Svcs Davis & 175 21 Packet Page -450- 5/24/2011 Item 16.A.10. 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. 11. 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. 12. 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, Community Development and Environmental Services at (239) 252 -2431, 252 -2432 or 252 -2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252 -2477. 13. Principals /Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or RFP 11 -5690 CEI Svcs Davis & 175 22 Packet Page -451- 5/24/2011 Item 16.A.10. 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. 14. 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. 15. 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. 16. 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. 17. Certificate of Authority to Conduct Business in the State of Florida (FL 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. 18. 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. RFP 11 -5690 CEI Svcs Davis & 175 23 Packet Page -452- 5/24/2011 Item 16.A.10. 19. 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 rior 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. 20. 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. 21. 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. 22. 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. 23. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and /or firm from RFP 11 -5690 CEI Svcs Davis & 175 24 Packet Page -453- 5/24/2011 Item 16.A.10. 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. 24. 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: http: / /www.dhs.gov /E- Verifv. 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. RFP 11 -5690 CEI Svcs Davis & 175 25 Packet Page -454- 5/24/2011 Item 16.A.10. FW_ ' Attachment 1: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist CCNA Solicitation: RFP 11 -5690 CEI Services for Davis & 175 ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER- DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: Address: City, State, Zip: _ Telephone: Email: Representative Signature: _ Representative Name: Date RFP 11 -5690 CEI Svcs Davis & 175 26 Packet Page -455- 5/24/2011 Item 16.A.10. Attachment 2: 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 by the identification Notary Public day of 2011, who is personally known to me to be for the Firm, OR who produced the following My Commission Expires RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -456- 27 5/24/2011 Item 16.A.10. i 6-j S, t e I - s�.c. 1. =r Attachment 3: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: RFP 11 -5690 - CEI and Related Services for "SR84 (Davis Blvd) Radio Road to Collier Blvd; SR 84 /SR 951 Intersection Improvements; Collier Blvd (SR/CR 951) North to Magnolia Pond Drive; and CR 951 (Collier Blvd) North to the Main Golden Gate Canal" 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: RFP 11 -5690. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 2011 in the County of , in the State of Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number Telephone: FAX: Check on of the ❑ Sole Proprietorship ❑ Corporation or P. A. State of following: ❑ Limited Partnership ❑ General Partnership Signature by: (Typed and written) Title: RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -457- 28 Additional Contact Information Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -458- 5/24/2011 Item 16.A.10. 29 5/24/2011 Item 16.A.10. Ad*i*aM sesv=s DMsicn Purc,awro Attachment 4: Immigration Affidavit Certification CCNA Solicitation: RFP 11 -5690 CEI and Related Services for "SR84 (Davis Blvd) Radio Road to Collier Blvd; SR 84 /SR 951 Intersection Improvements; Collier Blvd (SR/CR 951) North to Magn Pond Drive; and CR 951 (Collier Blvd) North to the Main Golden Gate Canal" This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify program may deem the Vendor / Bidder's proposal as non- responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name Print Name Title Signature State of County of Date The foregoing instrument was signed and acknowledged before me this day of , 2011, 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. RFP 11 -5690 CEI Svcs Davis & 175 30 Packet Page -459- 5/24/2011 Item 16.A.1O. i M 5: Insurance and Bonding Requirements Insurancae>:BondT =yp 1~ equirid :LimiRs 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability 3. ® Commercial General Liability (Occurrence Form) patterned after the current ISO form $1,000,000 single limit per occurrence Bodily Injury and Property Damage $1,000,000 single limit per occurrence 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 $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ® Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $ Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate RFP 11 -5690 CEI Svcs Davis & 175 31 Packet Page -460- 5/24/2011 Item 16.A.10. ❑ 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 Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -461- 32 5/24/2011 Item 16.A.10. Attachment 6: 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 CEI and Related Services for "SR84 (Davis Blvd) Radio Road to Collier Blvd; SR/CR 951 Intersection Improvements; Collier Blvd (SR/CR 951) North to Magnolia Pond Drive; and CR 951 (Collier Blvd) North to the Main Golden Gate Canal" for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications /scope of work. ❑ Specifications /scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date RFP 11 -5690 CEI Svcs Davis & 175 33 Packet Page -462- 5/24/2011 Item 16.A.10. EXHIBIT A SCOPE OF SERVICES SCOPE OF SERVICES CONSTRUCTION ENGINEERING AND INSPECTION (CEI) 1.0 PURPOSE ............................................................................ .............................35 2.0 SCOPE ................................................................................. .............................35 3.0 DEFINITIONS ....................................................................... .............................35 4.0 ITEMS TO BE FURNISHED BY THE COLLIER COUNTY TO CONSULTANT..36 5.0 ITEMS FURNISHED BY THE CONSULTANT ...................... .............................36 6.0 LIAISON ............................................................................... .............................38 7.0 COOPERATION AND PERFORMANCE OF THE CONSULTANT ....................39 8.0 REQUIREMENTS ................................................................. .............................39 8.1 General ..................................................................... .............................39 8.2 Survey Control .......................................................... .............................40 8.3 On -site Inspection ..................................................... .............................40 8.4 Testing ...................................................................... .............................40 8.5 Management Engineering Services ........................... .............................41 8.6 Consultant's CPM Schedule ...................................... .............................46 8.7 Constructability Review ................................. ............................... 16 9.0 PERSONNEL ....................................................................... .............................47 9.1 General Requirements .............................................. .............................47 9.2 Personnel Qualifications ............................................ .............................47 9.3 Staffing ...................................................................... .............................47 9.4 Licensing for Equipment Operation: ....................................................... 48 10.0 SUBCONSULTANT SERVICES ........................................... .............................48 11.0 OTHER SERVICES .............................................................. .............................48 12.0 POST CONSTRUCTION CLAIMS REVIEW ......................... .............................48 13.0 CONTRADICTIONS ............................................................. .............................48 14.0 LENGTH OF SERVICE ........................................................ .............................15 15.0 INVOICING INSTRUCTIONS ............................................... .............................49 EXHIBIT "A -A" RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -463- 34 5/24/2011 Item 16.A.10. SCOPE OF SERVICES CONSTRUCTION ENGINEERING AND INSPECTION 1.0 PURPOSE: This scope of work describes and defines the services, which are required for construction engineering, inspection, materials sampling and testing, and contract administration for the construction projects listed below. 2.0 SCOPE: The Consultant shall be responsible for construction engineering and administrative functions as defined in this Scope of Services and referenced manuals and procedures, which are normally handled by personnel Florida Department of Transportation (FDOT) Project Engineer. The Consultant shall utilize effective control procedures, which will assure that the construction of the projects listed below is performed in reasonable conformity with the plans, specifications, and contract provisions for such projects. The projects for which the services are required are: County Project 60073 & 60092 — SR 84 (Radio Rd to CR 951) & Collier Blvd. (Davis Blvd. to Golden Gate Main Canal) SR 84 — Six (6) laning an existing two (2) lane road CR 951 — Six (6) laning an existing four (4) lane road The CONSULTANT shall provide technical and administrative personnel meeting the requirements set forth in Section 9.0 of this Scope of Services in appropriate numbers at the proper times to ensure that the responsibilities assigned under this Agreement are effectively carried out. All construction, engineering, inspection and administration activities shall be performed in accordance with the established standard procedures and practices of the FDOT. Prior to furnishing any services, the CONSULTANT shall be familiar with those FDOT standard procedures and practices and with the procedures and practices for construction, engineering, inspection and contract administration used by the Collier County Transportation Engineering & Construction Management Department. The Construction Project Manager will track the execution of the construction contract in order to ensure that the CONSULTANT is given timely authorization to begin work. While no personnel shall be assigned until written notification by the County has been issued, the CONSULTANT shall be ready to assign personnel within two (2) weeks of notification. For the duration of the project, the CONSULTANT shall coordinate closely with the County Project Manager and Contractor to minimize rescheduling of CONSULTANT activities due to construction delays or changes in scheduling of Contractor activities. 3.0 DEFINITIONS: A. CONSULTANT Senior Proiect Engineer: The Engineer assigned by the CONSULTANT to manage one or more Construction Projects. This person may supervise other CONSULTANT employees and act as the lead Engineer for the CONSULTANT. B. CONSULTANT Project Engineer: The Engineer assigned by the CONSULTANT to manage this project. C. Construction Project Manager: The Collier County T.E. & C.M.D. employee assigned to manage the Construction Engineering and Inspection Contracts. The Construction Project Manager will be in responsible charge and direct control of the projects. RFP 11 -5690 CEI Svcs Davis & 175 35 Packet Page -464- 5/24/2011 Item 16.A.10. D. Consultant: The Consulting firm under contract to Collier County for administration of Construction Engineering and Inspection services. E. Contractor: The individual, firm, or company contracting with Collier County T.E. & C.M.D. for performance of work or furnishing of materials. F. Contract: The written Agreement between Collier County and the Consultant setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of labor and materials, and the basis of payment. G. CONSULTANT Contract: The written Agreement between Collier County and the CONSULTANT setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of services, and the basis of payment. H. Engineer of Record: The Engineer noted on the Construction plans as the responsible person for the design and preparation of the plans. I. Community Liaison: The Collier County employee assigned to manage Public information for the Collier County T.E. & C.M.D. J. Owner: The Board of County Commissioners for Collier County, Florida, apolitical subdivision of the State of Florida. K. County: Collier County, a political subdivision of the State of Florida. 4.0 ITEMS TO BE FURNISHED BY COLLIER COUNTY TO CONSULTANT: A. The following items will be furnished by Collier County T.E. & C.M.D. on an as needed basis. The CONSULTANT shall submit a request in writing for needed items to the Construction Project Manager. 1. Contract documents for each project as follows: 5 sets Construction Plans — 11" x 17" 5 sets Special Provisions 1 copy Contract Form 2. A list of all standard forms for use under the terms of this Agreement will be provided in hard copy at the Pre - Services meeting. All directives, procedures, and Standard Forms can be accessed through the County's Internet website. 5.0 ITEMS FURNISHED BY THE CONSULTANT: The COUNTY will require a satellite office for this project. The CONSULTANT shall be reimbursed for allowed expenses associated with this satellite office. The office must have at a minimum the following essential items to support the project: Office space within a desired radius to the project for the duration of the project Office telephone Copier rental /lease Consultant shall list this fixed monthly cost as a line item of the cost proposal titled Field Office Expenses ", and shall also be listed as such on invoices submitted to the COUNTY for payment. A. The CONSULTANT shall also furnish such other storage and parking space, as approved by the Construction Project Manager, to effectively carry out their responsibilities under this Agreement. The CONSULTANT shall provide the appropriate number of vehicles to accommodate their project personnel. RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -465- 36 5/24/2011 Item 16.A.10. Equipment supplied by the CONSULTANT shall consist of items determined by the Construction Project Manager to be essential in order to carry out the work under this Agreement. The CONSULTANT will provide all survey equipment, testing equipment, photographic equipment, tapes, rules, and any other items necessary. B. All applicable FDOT documents shall be a condition of this Agreement. The documents normally required by the CONSULTANT are listed below. The CONSULTANT shall review this list and obtain those documents that are not in his possession as well as any other applicable document that may be required that are not listed below. Most items can be purchased through the following address. All others can be acquired through the District Office or on -line at www.dot.state.fl.us. Florida Department of Transportation Maps and Publication Sales 605 Suwannee Street, M.S. 12 Tallahassee, Florida 32399 -0450 Telephone No. (904) 488 -9220 Documents normally required by the CONSULTANT shall include, but are not limited to, the following list of documents. The version to be used shall be in compliance with the project plans and specifications. 1. Materials Directives: Directives convey certain FDOT practices and procedures relating to sampling and testing of materials entering into construction project. 2. Materials Sampling, Testing, and Reporting Guide: This schedule sets out the method of acceptance for minimum sampling frequency, sample, size, responsibility for sampling, responsibility for testing, test name, appropriate report form number, and sample identifications information for material to be incorporated into construction project. 3. Qualified Products List of Approved Material Sources and Subsequent Updates. 4. Each of the following estimate preparation aids provided by the FDOT: Field Standards for Final Estimates Manual Basis of Estimate Manual Sample Computations Manual Final Estimate Preparation Short Course 5. Field Sampling and Testing Manual (FDOT & ASTM) FDOT Standard Specifications for Road and Bridge Construction and Supplements (for all field personnel). 7. FDOT Roadway and Traffic Design Standards (for all field personnel). 8. FDOT Structures Standards. 9. Manual on Uniform Traffic Control Devices (MUTCD). 10. Utility Accommodation Guide (FDOT) A list of FDOT Training Courses relating to Construction Engineering and Inspection. C. Field Equipment RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -466- 37 5/24/2011 Item 16.A.10. 1. Includes those non - consumable, non - expendable items which are normally needed for a CEI project, including but not limited to the following: vehicles, facsimile machines, calculators, tape recorders/ transcribers, typewriters, computers, word processors, printers, cameras, camcorders, communication equipment, toolboxes, fire extinguishers, first aid kits, flashers, hard hats, safety vests, life vests (if applicable), level /rod, tripod, roll -a- meters, rain gear, shovels wheelbarrows, hammers, portable water coolers, gauges, engineering scales, tape measures, drafting tools, slump cone, tamping rod, nuclear density machine, measuring wheel, thermometer, flashlights, speedy moisture kits, and turbidity meters. 2. Use -cost equipment described herein and expendable materials under this Agreement will remain the property of the CONSULTANT and shall be removed at completion of the work. Vehicles and hard hats shall have the name and phone number of the consulting firm visibly displayed. The CONSULTANT shall retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. CONSULTANT personnel using equipment furnished by them shall input all computer coding. The CONSULTANT will also furnish computer services /software needed for project scheduling, documentation, and control (Primavera /Sidetrack, Claim Digger, etc.). Ownership and possession of computer equipment and related software, which is provided by the CONSULTANT, shall remain at all times with the CONSULTANT. The CONSULTANT shall retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment should be maintained and operational at all times. 6.0 LIAISON: The CONSULTANT shall be fully responsible for carrying out all functions assigned to it by this Agreement on the construction projects. All activities and decisions of the CONSULTANT relating to the projects shall be subject to review and approval by the Construction Project Manager. The CONSULTANT shall provide coordination of all activities, correspondence, reports and other communications related to its responsibilities under this Agreement necessary for the Construction Project Manager to carry out his responsibilities. In performing their duties, the CONSULTANT shall utilize the standard forms provided at the Pre - Services meeting. The CONSULTANT shall utilize an Action Request form for all requests related to CONSULTANT Contract/administrative issues. The Action Request form shall be submitted under separate cover to Construction Project Manager with all accompanying required documentation (Resumes, Certifications, etc.) to each. The content and format of the Action Request form shall be in accordance with the instructions provided by the Collier County T.E. & C.M. D. Construction engineering and inspection forces will be required of the CONSULTANT at all times while the Contractor is working under the construction contract. If Contractor operations are suspended, the CONSULTANT will reduce its staff appropriately. In the event that the suspension of Contractor operations requires the removal of CONSULTANT forces from the project, the CONSULTANT will be allowed ten (10) days maximum to demobilize, relocate, or terminate such forces. It shall be the CONSULTANT'S responsibility to ensure that sufficient funds to complete services under this Agreement remain in the CONSULTANT Contract at all times. In the event of construction project delays or changes beyond the control of the CONSULTANT, which affect the terms of this Agreement, the CONSULTANT shall submit a Supplemental Amendment Request to Collier County. These requests will be submitted for County approval and execution prior to performing additional work and prior to funds expiration, consistent with and in accordance with the Contract Status Report, or other approved report for RFP 11 -5690 CEI Svcs Davis & 175 38 Packet Page -467- 5/24/2011 Item 16.A.10. tracking CONSULTANT Contract funds. Supplemental Agreements preparation, submission, and subsequent follow -up activities are the responsibility of the CONSULTANT in accordance with Section 8.5 (29) and (30), Management Engineering Services. 7.0 COOPERATION AND PERFORMANCE OF THE CONSULTANT: During the term of this Agreement, the Construction Project Manager will review various phases of CONSULTANT operations, such as construction inspection, materials sampling and testing, and administrative activities, to determine compliance with this Agreement and to confirm that construction work and administrative activities are performed in reasonable conformity with County policies, plans, specifications, and Contract provisions. The CONSULTANT shall cooperate and assist the Construction Project Manager in conducting the reviews. If deficiencies are indicated, the CONSULTANT shall implement remedial action immediately in conformance with County recommendations. County recommendations and CONSULTANT responses /actions are to be properly documented by the Construction Project Manager. No additional compensation shall be allowed for remedial action taken by the CONSULTANT to correct deficiencies. Remedial actions and required response times may include, but are not necessarily limited to, the following: A. Further subdivide assigned inspection responsibilities, reassign inspection personnel, or assign additional inspection personnel, within one week of notification. B. Replace personnel whose performance has been determined by the Construction Project Manager to be inadequate. Personnel whose performance has been determined to be unsatisfactory shall be removed immediately. C. Immediately increase the frequency of job control testing in phases of work that are the CONSULTANT's responsibility. D. Increase the scope and frequency of all training conducted by the CONSULTANT. 8.0 REQUIREMENTS: 8.1 General: It shall be the responsibility of the CONSULTANT to administer the Contract to assure that the project is constructed in reasonable conformity with the plans, specifications, and Contract provisions. The CONSULTANT shall observe the Consultant during various operations to ensure the materials and methods used by the Consultant conform to the specifications of the Construction Contract, the FDOT Standard Specifications for Road and Bridge Construction, and designated Notes on the plans. No CONSULTANT under contract with Collier County to perform construction engineering and inspection or material sampling and testing on a particular project shall subcontract with the Consultant to perform Quality Control activities on the same construction project. The CONSULTANT shall advise the Construction Project Manager of any omissions, substitutions, defects, and deficiencies noted in the work of the Consultant and the corrective action taken. Work provided by the CONSULTANT shall not relieve the Consultant of responsibility for the satisfactory performance of the Construction Contract. RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -468- 39 5/24/2011 Item 16.A.10. 8.2 Survey Control: The CONSULTANT shall verify the existence and accuracy of location for all reference points and baseline control points indicated on the plans. The CONSULTANT shall reestablish any missing or disturbed control points as required to maintain the accuracy for survey control. The CONSULTANT shall establish the survey control baseline(s) along with sufficient baseline control points and benchmarks at appropriate intervals along the project for use by the CONSULTANT in performing verification surveys of construction layout. The CONSULTANT shall: Make and record measurements necessary to calculate and document quantities for pay items; 2. Make and record preconstruction cross section surveys of the project site where earthwork (i.e., embankment, excavation, subsoil excavation, etc.) is part of the construction project. 3. Perform incidental engineering surveys necessary to carry out the services covered by this Agreement and to verify and confirm the accuracy of the Consultant's survey layout work. 8.3 On -site Inspection: The CONSULTANT shall monitor the Consultant's on -site construction operations and inspect materials entering into the work as required to assure that the projects are completed in reasonable conformity with the plans, specifications, and other Construction Contract provisions. The CONSULTANT will monitor all off -site activities and fabrication. The CONSULTANT shall keep detailed accurate records of the Consultant's daily operations and of significant events that affect the work. The standard procedures and practices for inspection of construction projects are set out in the FDOT Construction Manual. In general, the CONSULTANT shall perform in accordance with these standard procedures and practices and with other accepted practices as appropriate and authorized by the Construction Project Manager. CONSULTANT employees responsible for Work Zone traffic control plan design, implementation, inspection, and /or for supervising the selection, placement, or maintenance of traffic schemes and devices in work zones shall be certified according to FDOT guidelines for Maintenance of Traffic Training (Topic No. 625 - 010 - 010 -a). 8.4 Testing: The CONSULTANT shall perform, in conjunction with an independent, licensed laboratory, whose selection has been approved in writing by the Construction Project Manager, hired by the CONSULTANT, sampling and testing of component materials and completed work items so that the materials and workmanship incorporated in the project are in reasonable conformity with the plans, specifications and contract provisions. The minimum sampling frequencies set out in the Florida Department of Transportation Materials Sampling, Testing and Reporting Guide shall be met. In complying with the aforementioned guide, the CONSULTANT shall perform all on -site sampling of materials and such testing of materials and completed work items that are normally done in the vicinity of the project. Inspection and sampling of materials and components required at locations remote from the vicinity of RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -469- HE 5/24/2011 Item 16.A.10. the project and testing of materials normally done in a laboratory remote from the project site will also be included. The CONSULTANT shall be specifically responsible for determining the acceptability of all materials and completed work items on the basis of either test results or verification of a certification, certified mill analysis, D.O.T. label, D.O.T. stamps, etc. The Construction Project Manager will monitor the effectiveness of the CONSULTANT'S testing procedures by obtaining and testing independent assurance samples. Independent assurance sampling is necessary to verify compliance with the specification requirements. The CONSULTANT shall notify the Construction Project Manager of schedules for sampling and testing as the work progresses on the construction contract so that Progress and Final Record sampling can be accomplished at the discretion of the County at the proper time. The CONSULTANT shall also be responsible for the progress record sampling of reinforcing steel. The CONSULTANT shall perform all necessary surveillance and inspection of the on -site hot -mix asphalt operations. The CONSULTANT shall provide surveillance and acceptance sampling and testing at any hot -mix asphalt plant providing mixes to a project under a Quality Assurance Specification. The CONSULTANT shall transport laboratory samples to the appropriate laboratory. The CONSULTANT shall provide daily surveillance of the Consultant's Quality Control activities at the project site in regard to concrete and perform acceptance sampling at the specified frequency. Sampling, testing and laboratory methods shall be as required by the Florida Department of Transportation's Standard Specifications or as modified by the contract provisions. Documentation reports on sampling and testing shall be submitted to responsible parties during the same week that the construction work is done or as otherwise directed by the Construction Project Manager. The CONSULTANT shall supply CTQP (Construction Training Qualification Program) qualified technicians for concrete inspection. The CONSULTANT shall supply CTQP qualified Asphalt Paving and Plant Technicians for asphalt inspection. The CONSULTANT shall supply CTQP qualified Earthwork Construction Inspection Technicians for embankment, pipe backfill, subgrade, base and asphalt inspection. 8.5 Management Engineering Services: The CONSULTANT shall perform all management- engineering services necessary to properly coordinate the activities of all parties involved in completing the project. These include maintaining complete, accurate records of all activities and events relating to the project; properly documenting all significant project changes; interpreting plans, specifications, and Construction Contract provisions in conjunction with the Engineer of Record; making recommendations to Construction Project Manager to resolve Construction Contract disputes; and maintaining an adequate level of surveillance of Consultant activities. The CONSULTANT shall also perform other management engineering services normally assigned to a Project Engineer that are required to fulfill its responsibilities under this Agreement. All recording and documentation will comply with standard FDOT and RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -470- 41 5/24/2011 Item 16.A.10. COLLIER COUNTY procedures, formats, and content. Services include, but are not limited to, the following: (1) Schedule and attend, within ten (10) days after the Notice to Proceed, a pre - service conference for the project in accordance with Procedure 700 - 000 - 000 -a. At the pre - service meeting the CONSULTANT shall submit Action Request packages for Personnel Approval for immediate staff needs and a copy/ computer file of the final negotiated staffing. The CONSULTANT shall record a complete and concise record of the proceedings of the meeting and distribute copies of these minutes to the participants and other interested parties within seven (7) days of the meeting date. (2) Prepare and submit to the Construction Project Manager for county approval, within thirty (30) days after the pre - service meeting, a hard copy of the project specific CONSULTANT Contract administration documents listed below. The CONSULTANT Contract administration documents, which shall be routinely used by the CONSULTANT throughout the project, shall be in the format and content provided by Collier County T.E. & C.M.D. The CONSULTANT Contract administration documents consist of but are not limited to the documents listed below: a. Action Request Form b. CONSULTANT Authorization to Execute Work Orders C. Letter of Transmittal Form d. Request For Supplemental Services e. Scope of Services Supplement No. f. Contract Status Report, or other approved fund tracking report g. CEI CONSULTANT Firm Estimated Staffing (completed in accordance with the original CONSULTANT Contract agreement) h. CEI CONSULTANT Fee Proposal i. CEI CONSULTANT Data (3) Schedule and conduct a preconstruction conference for the project in accordance with Article 8 -3.5 of the FDOT Standard Specifications for Road and Bridge Construction. Record significant information revealed and decisions made at this conference and distribute copies of these minutes to the appropriate parties. The meeting shall also be electronically recorded and the CONSULTANT shall maintain all tapes of the meeting for the duration of the Contract. (4) Maintain on a daily basis a complete and accurate record of all activities and events relating to the project and a record of all work completed by the Consultant, including quantities of pay items in conformity with Final Estimates preparation procedures and specifications. (5) Maintain a Project Diary in conformity with FDOT format. (6) Maintain a log of all materials entering into the work with proper indication of the basis of acceptance of each shipment of material. (7) Maintain records of all submittal dates and testing accomplished under Section 8.2 - 8.7 of this Exhibit "A" and analyze such records required to ascertain acceptability of materials and completed work items. RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -471- 42 5/24/2011 Item 16.A.10. (8) Once each month, prepare a comprehensive tabulation of the quantity of each pay item satisfactorily completed to date. Quantities shall be based on daily records or calculations. Calculations shall be retained. The tabulation will be used for preparation of the Monthly Progress Estimate. (9) For interpretations of the plans, specifications, and Contract provisions, the CONSULTANT shall consult with the Construction Project Manager when an interpretation involves complex issues or may have an impact on the cost of performing the work. When warranted, the Construction Project Manager may request an interpretation from the Engineer of Record. The Construction Project Manager shall coordinate all requests for involvement of the Engineer of Record. (10) Analyze problems that arise on a project and proposals submitted by the Consultant and prepare and submit a recommendation to the Construction Project Manager. (11) Analyze changes to the plans, specifications, or Construction Contract provisions and extra work which appear to be necessary to carry out the intent of the Contract when it is determined that a change or extra work is necessary and such work is within the scope and intent of the original Construction Contract. Recommend such changes to the Construction Project Manager for approval. (12) Manage the Consultant's CPM Schedule in accordance with the requirements outlined in Section 8.6, Consultant's CPM Schedule. (13) Analyze major problems that arise on the project and prepare a recommendation to the Construction Project Manager. (14) When it is determined that a modification to the original Contract for a project is - required due to a necessary change in the character of the work, negotiate prices with the Consultant and execute the required Work Order Directive and prepare a change order in accordance with applicable Collier County procedures. The CONSULTANT shall provide an analysis of the cost and /or time adjustments associated with the Work Order Directive. (15) In the event that the Consultant gives either written or verbal notice that he deems certain work to be performed is beyond the scope of the Contract and that he intends to claim additional compensation, the CONSULTANT shall maintain accurate cost account records of such work. These records shall include manpower and equipment times and materials installed (temporary or permanent) in the portion of the work in dispute. (16) In the event that the Consultant for a project submits a claim for additional compensation, the CONSULTANT shall analyze the submittal and prepare a recommendation to Collier County Project Manager covering validity and reasonableness of charges and conduct negotiations leading to recommendations for settlement of the claim. Maintain complete, accurate force account and other records of work involved in claims. (17) In the event that the Consultant for a project submits a request for extension of the allowable Contract time, analyze the request and prepare a recommendation to Construction Project Manager covering accuracy of statements and the actual effect of delaying factors on completion of controlling work items. (18) Prepare the Final Estimate and submit to the Construction Project Manager, with backup computations accompanying Computations Booklet in accordance with RFP 11 -5690 CEI Svcs Davis & 175 43 Packet Page -472- 5/24/2011 Item 16.A.10. FDOT Field Standards for Final Estimates Manual and two (2) sets of record plans for the project. Additionally, one (1) set of record plans shall be hand delivered to the local FDOT maintenance office, as may be applicable for the project. This task must be completed within Twenty (20) calendar days after conditional or final acceptance of a project by Collier County T.E. & C.M.D. (19) Monitor each construction project to the extent necessary to determine whether construction activities violate the requirements of any permits. For each project that requires the use of the NPDES General Permit, supply at least one inspector who has successfully completed the "Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Consultants." Notify the Consultant of any violations or potential violations and require his immediate resolution of the problem. Violations must be reported to the construction Project Manager immediately. NPDES Erosion Control Inspection Requirements (if implemented by the Department of Environmental Protection): Those facilities that have an NPDES Permit and which discharge storm water from construction activities directly to waters of the United States which are listed on the EPA approved 303(d) list for total suspended solids (TSS), or other indicators of solids transportation such as turbidity, siltation, or sedimentation shall comply with the following: a. The permittee shall monitor by grab sample by a Certified NPDES Inspector, during regular working hours, once per month within the first 30 minutes of a qualifying event or within the first 30 minutes of the beginning of the discharge of a previously collected qualifying event for Settle able Solids (m /1), Total Suspended Solids (mg /1), Turbidity (NTUs), and flow (MGD). b. Where the receiving water has flow upstream from the discharge, a background sample for Settle able Solids, Total Suspended Solids, and Turbidity shall be taken in stream at mid depth and immediately upstream from the influence of the discharge of storm water from the site. C. The soil type and average slope of the drainage area for each outfall shall be reported with the Discharge Monitoring Report submitted in accordance with section "e" (below). d. A qualifying event for the purpose of this section is a rain event of 0.5 inches or greater in a 24 -hour period as determined by the project rain gauge. e. Data collected in accordance with the above items shall be submitted to Environmental Protection Agency, the Florida Department of Environmental Protection, Construction Project Manager and a copy retained for the project file. Collect, store, and transport the samples per NPDES Storm Water Sampling Guidance Document (EPA 883 -B -92 -001). g. Flow at the outfall should be estimated by Section 3.2.2 of the NPDES Storm Water Sampling Guidance Document. h. Within 48 hours of collection of samples, deliver the samples to a laboratory. RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -473- 44 5/24/2011 Item 16.A.10. i. Shop drawing /sample submittals shall be coordinated and the status tracked as each progress through review and approval. The CONSULTANT shall actively encourage all reviewers to accomplish reviews promptly. (20) Provide timely coordination between the Consultant and utility companies to assure that conflicting utilities are removed, adjusted, or protected in place to minimize delays to construction. Documentation will be maintained in accordance with FDOT procedures. (21) The CONSULTANT Project Engineer will conduct a weekly meeting as required with the respective Consultant, subconsultants, and /or utility companies to review plans, schedules, problems, and other concerns. The Community Liaison shall attend these meetings. The results of these meetings will be recorded in written minutes of the meeting. These meetings shall also be recorded electronically and the CONSULTANT shall maintain the tapes for the duration of the Contract. (22) Conduct and document field reviews of the maintenance of traffic operation during and after normal working hours and on weekends, nights, and holidays. Special concern shall be given to pedestrian and bicycle access throughout the work. (23) Perform survey work when required or requested by the Construction Project Manager. (24) Produce reports; verify quantity calculations, and field measure for payment purposes as needed to prevent delays in Consultant operations. (25) With each monthly invoice submittal, the CONSULTANT Project Engineer will provide a reviewed and approved Contract Status Report for the CONSULTANT Contract. This report will supply the CONSULTANT Project Engineer's accounting of the additional Contract calendar days allowed to date, an estimate of the additional Contract calendar days anticipated to be added to the original Contract schedule time, an esti- mate of the Contract completion date, and an estimate of the CONSULTANT funds expiration date per CONSULTANT Contract schedule for the prime CONSULTANT and for each subconsultant. (26) When the CONSULTANT identifies a condition that will require an Amendment to the CONSULTANT Contract, the CONSULTANT will communicate the need to the Construction Project Manager for an approval in concept. Once received, the CONSULTANT shall prepare and submit the request and all accompanying documentation to the Construction Project Manager and for approval and further processing. The CONSULTANT shall submit the amendment request prior to the depletion of the CONSULTANT Contract funds (consistent with and in accordance with the Contract Status Report) and shall allow Collier County adequate time to process, approve, and execute the amendment. The content and format of the amendment request and accompanying documentation shall be in accordance with the instructions and format for the Collier County T.E. & C.M.D. (27) The CONSULTANT for the project shall be responsible for performing follow -up activities to determine the status of each contract amendment submitted to the Construction Project Manager. (28) The Construction Project Manager will normally PERFORMANCE EVALUATION at the completion Project Manager will meet with the CONSULTANT, discuss the performance evaluation. RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -474- perform a CONSULTANT CEI of the project. The Construction at the CONSULTANT's request, to E,R 5/24/2011 Item 16.A.10. (29) Provide general public information services as required. Inquiries from public officials and the news media shall be directed to the office of the Community Liaison for coordination. Prepare newsletters for distribution to adjacent property owners as may be required. The Construction Project Manager must approve, in conjunction with the Community Liaison, all brochures, responses to news media, etc., prior to release. (30) Prepare and submit to the Construction Project Manager monthly, a Construction Status Report. (31) Video tapes the pre- construction conditions throughout the project limits. Provide a digital photo log of project activities, with heavy emphasis on potential claim items /issues and on areas of real /potential public controversy. The Consultant shall use a software system fully compatible with Collier County Software to manage the digital picture album system. 8.6 Consultant's CPM Schedule: 8.6.1 Initial CPM Review and Validation The CONSULTANT shall analyze the Consultant's CPM Schedules for completeness and flow of activities, assuring that this schedule meets the Contract documents. This overview will validate that the schedule is functional, the information provided is reasonable, and the Consultant's plan for project completion within the Contract time is reasonable. The CONSULTANT shall provide the Consultant a written review that identifies any significant omissions, improbable durations, or errors in logic and provide the Construction Project Manager with recommendations pertinent to planning and scheduling the project work and completion of the project within the allowed Contract time. 8.6.2 Monthly Progress Review The CONSULTANT shall track Consultant actual progress against the baseline schedule and conduct a monthly schedule update meeting with the Consultant. The CONSULTANT shall assure the Consultant complies with all requirements for periodic schedule updates and review the updates within 15 days to determine their accuracy. The CONSULTANT shall review all schedule changes. The CONSULTANT shall identify and document any future or existing problems and require the Consultant to disclose in writing his plans for preventing or resolving these problems. The CONSULTANT shall prepare and distribute minutes of the Monthly Progress Review meeting -to- meeting attendees and other interested parties. 8.6.3 Contract Modifications The CONSULTANT shall assure that Contract modifications are based in the latest approved schedule and reflected in the next version of the Consultant schedule. 8.6.4 Planning The CONSULTANT shall work with the Consultant to establish a two -week look ahead schedule indicating expected Consultant work for discussion at the regular progress meetings. The anticipated work activities will be reviewed with all affected utility companies. The CONSULTANT shall use this schedule to establish whether RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -475- 46 5/24/2011 Item 16.A.10. or not the Consultant's near term plan will resolve or mitigate any previously unanticipated conflict or issues. 8.6.5 As Built Plan The CONSULTANT shall check and verify the accuracy of the Consultant's as -built construction plans monthly by comparing it with the Consultant's daily logs. 9.0 PERSONNEL: 9.1 General Requirements: The CONSULTANT shall staff the project with the qualified personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. Acceptable staffing of personnel to be assigned to this project is outlined in Exhibit "A -A." 9.2 Personnel Qualifications: The CONSULTANT shall utilize only competent personnel, qualified by experience and education. The CONSULTANT shall submit in writing to the Construction Project Manager the names of personnel proposed for assignment to the project, including a detailed resume for each with respect to salary, education, and experience. Minimum qualifications for the CONSULTANT personnel are set forth in Exhibit "A -A" to this Agreement. The CONSULTANT Action Request form for personnel approval shall be submitted to the Construction Project Manager at least two weeks prior to the date an individual is to report to work. 9.3 Staffing: Once authorized, the CONSULTANT shall establish and maintain an appropriate staff through the duration of construction and completion of the final estimate. Responsible personnel, thoroughly familiar with all aspects of construction and final measurements of the various pay items, shall be available to resolve disputed final pay quantities until the appropriate Contract has been paid off. Proposed staff, including qualifications, must be submitted using Action Request forms provided by Collier County. These will be previewed and preapproved by the Construction Project Manager. Previously approved staff, whose performance is unsatisfactory, shall be replaced by the CONSULTANT within one (1) week of Collier County notification. Personnel identified in the CONSULTANT technical proposal are expected to be assigned as proposed and are committed to performing services under this CONSULTANT Agreement. Personnel changes will require written approval from Collier County. As Consultant operations on a Contract diminish, the CONSULTANT shall appropriately reduce the personnel it has assigned to that project. Construction engineering and inspection forces are required of the CONSULTANT at all times while the Consultant is working on the Contract, but if Consultant operations stop, the CONSULTANT shall reduce its forces accordingly. CONSULTANT personnel adjustments recommended by the Construction Project Manager will be accomplished within one week of notification. The CONSULTANT will be allowed a maximum of ten (10) days to demobilize, relocate, or terminate its forces in the event conditions occur that require removing CONSULTANT forces from the project. RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -476- 47 5/24/2011 Item 16.A.10. 9.4 Licensing for Equipment Operation: The CONSULTANT will be responsible for obtaining proper licenses for equipment and for personnel operating such equipment. CONSULTANTS operating nuclear surface moisture - density gauges on Collier County projects are required to comply with Section X of FDOT's revised "Manual for Safety and Control of Equipment Containing Radioactive Materials" (a.k.a. Nuclear Manual), 10.0 SUBCONSULTANT SERVICES: The CONSULTANT may subcontract for engineering, inspection, materials testing, or specialized professional services. 11.0 OTHER SERVICES: Upon written authorization by the Construction Project Manager, the CONSULTANT will perform additional services in connection with the project not otherwise identified in this Agreement. The following items are not included as part of this Agreement, but may be required by Collier County T.E. & C.M.D. to supplement the CONSULTANT services under this Agreement. A. Assist in the timely preparation of all claims and necessary rebuttals with the organization of any and all supporting documentation as needed or required by Collier County pursuant to the Collier County Alternative Dispute Resolution Procedures. B. Provide qualified engineering witnesses and exhibits for any litigation or hearings in connection with the Contract. C. Assist the County Attorney or his designee as directed in the preparation for Binding Arbitration and Pre -Suit Mediation. D. Provide on- and off -site inspection services in addition to those provided for in this Agreement. 12.0 POST CONSTRUCTION CLAIMS REVIEW: In the event the Consultant for the project submits a claim for additional compensation and /or time after the CONSULTANT has completed this Agreement, the CONSULTANT shall, at the written request from Collier County, analyze the claim, prepare a recommendation to the Construction Project Manager covering validity and reasonableness of charges, and /or assist in negotiations leading to settlement of the claim. Compensation will be separately reimbursed by a Supplement to this Agreement. 13.0 CONTRADICTIONS: In the event of a contradiction between provisions of this Scope of Services and the CONSULTANT'S proposal, the provisions of the Scope of Services shall override other considerations 14.0 LENGTH OF SERVICE: The CONSULTANT services for the Contract shall begin upon written notification to proceed by the Construction Project Manager. This notice to proceed will be issued anytime subsequent the award of a Contract at Collier County's discretion. The length of services as herein established for Contract on the CONSULTANT beginning work when notified and continuing to work until acceptance. For estimating purposes the CONSULTANT will be allowed an accumulation of thirty- (30) working days to perform preliminary RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -477- 48 5/24/2011 Item 16.A.10. administrative services prior to the issuance of the Contractor's notice to proceed on the first project to begin and thirty- (30) calendar days subsequent final acceptance of the Contract to be completed. The anticipated project duration is 29 months from the receipt of Notice to proceed: 15.0 INVOICING INSTRUCTIONS: Monthly invoices shall be submitted to Collier County in a format approved by Collier County, no later than the 20th day of the month following the month being invoiced. If the CONSULTANT cannot submit their monthly invoice on time, the CONSULTANT shall notify Collier County, prior to the due date the reason for the delay and the planned submittal date. Once submitted, the CONSULTANT shall notify the Construction Project Manager via Email of the total delay in calendar days and the reason(s) for the delay(s). All invoices shall be submitted to Collier County in hard copy format. EXHIBIT "A -A" MINIMUM TRAINING AND EXPERIENCE STANDARDS FOR CONSULTANT PERSONNEL* Before the project begins, all project staff shall have possess all the knowledge, skills, and abilities required in obtaining the necessary certifications for performing the duties of the position they hold. The Senior Project Engineer and the Project Engineer shall ensure the FDOT's current practices, policies, and procedures are met throughout the course of the project. Cross training of the Consultant's project staff is highly recommended to ensure a knowledgeable and versatile project inspection team, but shall not be at any additional cost to Collier County and should occur as work load permits. Current FDOT certifications may be used until specified time limits as posted in the Construction Training Qualifications Manual (CTQP) unless expiration occurs sooner. Visit the FDOT Web page under training for current dates. SENIOR PROJECT ENGINEER - A Civil Engineering degree plus registration by the Florida State Board of Engineers Examiners as a Professional Engineer (or if registered in another state, the ability to obtain registration in Florida within six months) and six (6) years of engineering experience (two (2) years of which are in major road and bridge construction), or for non - degreed personnel the aforementioned registration and ten (10) years of engineering experience (two (2) years of which are in major road or bridge construction. Qualifications include the ability to communicate effectively in English (verbally and in writing). Direct a highly complex and specialized construction engineering administration and inspection program. Plan and organize the work of subordinate and staff members. Develop and /or review policies, methods, practices, and procedures; and review programs for conformance with FDOT standards. Also must have the following: Qualifications: None Certifications: MOT Level II ATTSA or IMSA. A Master's Degree in Engineering may be substituted for two (2) years experience. PROJECT ENGINEER - A Civil Engineering degree plus two (2) years engineering experience in construction of major road or bridge structures, or eight (8) years of responsible and related engineering experience (two (2) years of which involved construction of major road and bridge structures). Receives general instructions regarding assignments and is expected to exercise initiative and independent judgment in the solution of work problems. Directs and assigns specific tasks to inspectors and assists in all phases of the construction project. Will be required to attend the Final Estimate Preparation Seminar. Should have knowledge of FDOT RFP 11 -5690 CEI Svcs Davis & 175 49 Packet Page -478- 5/24/2011 Item 16.A.10. Field Standards. Will be responsible for the progress and final estimates throughout the construction project duration. Must have the following: Qualifications: Asphalt Roadway Level II (will require Roadway Level I written exam) Certifications: MOT Level II ATTSA or IMSA A Master's Degree in Engineering may be substituted for one (1) year of experience. OFFICE ENGINEER - High school diploma or equivalent and four (4) years of road and bridge construction engineering inspection (CEI) experience having performed /assisted in the following project - related duties: CQR, progress and final estimates, Supplemental Agreement /Amendment processing, etc.; or a Civil Engineering degree and completion of the Final Estimates Preparation Seminar. Should exercise independent judgment in planning work details and making technical decisions related to the office aspects of the project and accept general supervision and verbal instructions from Project Resident Engineer. Should be familiar with the FDOT Procedures covering project - related duties as stated above and be proficient in the computer programs necessary to perform these duties. Shall become trained in Multi -Line, Engineering Menu, and complete the State's Final Estimate Self Study course and attend the Final Estimate Preparation Seminar for Constant CEls or the District - Specific Final Estimate Preparation Seminar. OFFICE MANAGER - High school graduate or equivalent plus three (3) years of secretarial and /or clerical experience including two (2) years experience in construction office management having performed the following office related duties: CQR, progress and final estimates, EEO compliance, Supplemental Agreement/Amendment processing, etc. Experienced in the use of standard word processing software. Should exercise independent initiative to help relieve the supervisor of clerical detail. Assists the Project Engineer in office - related duties (i.e., CQR, progress and final estimates, EEO compliance, Supplemental Agreement/Amendment processing, etc.). Works under the general supervision of the Senior Project Engineer and staff. Note: This position will not be used if an Office Engineer is being utilized. SENIOR INSPECTOR - High school graduate or equivalent plus four (4) years of experience in construction inspection, two (2) years of which shall have been in bridge and /or roadway construction inspection, plus the following: Qualifications: Concrete Field Inspector Level I Concrete Transportation Construction Inspector (CTCI) Level II (major bridge only) Asphalt Roadway Level I (If applicable) Asphalt Roadway Level II (If applicable) Earthwork Construction Inspection Level I Earthwork Construction Inspection Level II FDOT Pile Driving Inspection (If applicable) FDOT Drilled Shaft Inspection (If applicable) Certifications: MOT Level II ATTSA or IMSA Nuclear Radiation Safety ACI Level I Or a Civil Engineering degree and one (1) year of road and bridge CEI experience. Responsible for performing highly complex technical assignments in field surveying and construction layout, making and checking engineering computations, inspecting construction work and conducting field tests, and s responsible for coordinating and managing the lower level inspectors. Work is performed under the general supervision of the Project Engineer. RFP 11 -5690 CEI Svcs Davis & 175 50 Packet Page -479- 5/24/2011 Item 16.A.10. INSPECTOR - High school graduate or equivalent plus two (2) years experience in construction inspection, one (1) year of which shall have been in bridge and /or roadway inspection plus the following: Qualifications: Concrete Field Inspector Level I Asphalt Roadway Level I (If applicable) Earthwork Construction Inspection Level I FDOT Pile Driving Inspection (If applicable) FDOT Drilled Shaft Inspection (If applicable) Certifications: Nuclear Radiation Safety ACI Level I or a Civil Engineering graduate. Responsible for performing assignments in assisting Senior Inspector in the performance of their duties. Receive general supervision from the Senior Inspector who reviews work while in progress. Civil Engineering graduates must obtain certifications within the first year of working as an inspector. Exceptions will be permitted on a case -by -case basis as long as certification is appropriate for specific inspection duties. ASPHALT PLANT INSPECTOR - High school graduate or equivalent plus one (1) year experience in the surveillance and inspection of hot mix asphalt plant operations and the following: Qualifications: Asphalt Plant Level I Asphalt Plant Level II SECRETARY /CLERK TYPIST - High school graduate or equivalent with two (2) years of secretarial and /or - clerical experience. Ability to type at a rate of 35 correct words per minute. Experienced in the use of standard work processing software. Should exercise independent initiative to help relieve the supervisor of clerical detail. Works under general supervision of the Project Engineer and their staff. GEOTECHNICAL ENGINEER - A Professional Engineer (PE) duly registered under Florida State Rule and Statue, plus four (4) years experience as a Geotechnical Engineer in responsible charge of the geotechnical work on at least two (2) major bridges with drilled shaft or pile foundations (whichever is appropriate). Shall have experience using the drilled shaft inspection device and osterburg cells in conjunction with load tests on drilled shafts or experience using the Pile Driving Analyzer (PDA), CAPWAP & WEEP programs for pile analysis. GEOTECHNICAL TECHNICIAN - High School diploma plus three (3) years experience working under a Geotechnical Engineer setting up instrumentation and monitoring the geotechnical work. Able to perform detailed calculations and follow detailed technical instructions. • * Exceptions to these minimum standards will be considered on an individual submittal basis. The Construction Project Manager will make recommendations on all personnel action requests RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -480- 51 5/24/2011 Item 16.A.10. Exhibit B: Risk and Value Add Assessment This template must be used. Please identify and prioritize the risks (list the greatest risks first) that may be a pediment to the success of the identified scope of work. The proposer may add /delete additional rows to identify additional risks, solutions, and value added options, but do not exceed the 2 -page limit. The 2 — page limit includes Risk Assessment and Value Added items, combined. Major Risk Items Risk 1: Solution: Risk 2: Solution: Risk 3: Solution: Risk 4: Solution: Value Added Options Proposers should identify any value added options or differentials that they are proposing, and include a short description of how it adds value to the completion of this scope of work. Identify if the items will increase or decrease the County's scope of work schedule. The proposer may add /delete additional rows to identify additional risks, solutions, and value added options, but do not exceed the 2 -page limit. The 2- page limit includes Risk Assessment and Value Added items, combined. Item 1: Impact: Item 2: Impact: Item 3: Impact: 5cneaule (uays) 5cneoule (nays) .:--,cneaule (uays) Item 4: Impact: Schedule (Days) RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -481- 52 y A&rMs"&es Puffin Exhibit C: Reference Questionnaire RFP 11 -5690 CEI Services for Davis & 175 Reference Questionaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name Email: (Evaluator completing reference questionaire) FAX: Company: 5/24/2011 Item 16.A.10. (Evaluator's Company completing reference) Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm /individual again) and 1 representing that you were very unsatisfied (and would never hire the firm /indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and this item will not be added to the total reference score. Project Completed: _ Project Original Budget: # of Change Orders _ Date Completed: Ending Project Cost: 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 Ability to manage risks and unexpected project circumstances. 9 Ability to follow agency's policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). Please FAX this completed survey to: RFP 11 -5690 CEI Svcs Davis & 175 Packet Page -482- By 53