Loading...
Agenda 09/25/2018 Item #16D1209/25/2018 EXECUTIVE SUMMARY Recommendation to award Contract Number 18-7279, Big Corkscrew Island Regional Park Design Services for Phase II, to Q. Grady Minor and Associates, P.A., for professional engineering services in the amount of $749,176 and authorize the Chairman to execute the attached contract. OBJECTIVE: To procure professional engineering services for the design and construction of the Big Corkscrew Island Regional Park Phase II. CONSIDERATIONS: On May 8, 2018, the Board of County Commissioners accepted the selection committee ranking and authorized staff to negotiate a contract with the top-ranked firm, Q. Grady Minor and Associates, P.A., for the design of the Big Corkscrew Island Regional Park (Agenda Item #16D2). Pursuant to the Competitive Consultant’s Negotiation Act, Florida Statute Section 287.055, staff has negotiated and reached an agreement with the top-ranked firm, Q. Grady Minor and Associates, P.A. for a contract in the amount of $749,176 for all professional services. The attached contract includes permitting, final design plans, specifications, permitting, and post design services for Phase II (parcel south of the canal). Phase II will include stormwater management features, connecting the road between phase I and Orange Blossom Ranch, complete 60% road design between Oil Well Road and Orange Blossom Ranch development, four (4) softball/baseball fields, multipurpose fields, trails, restroom/concession building, and parking spaces among other amenities. The design, permitting, and post design services during construction for this contract are expected to be completed in late 2022. Extensive time for stakeholder input and potential environmental permitting issues is included in the schedule. FISCAL IMPACT: The contract amount is $749,176. Funding has been appropriated in the Regional and Community Park Impact Fee Fund (346) in the Big Corkscrew Island Regional Park Project (80039). At present, this phase of the park is scheduled to open by the end of 2022. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. LEGAL CONSIDERATIONS: This Item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the award of Contract Number 18-7279 to Q. Grady Minor and Associates, P.A., for the Big Corkscrew Island Regional Park Design Phase II (Project No. 80039) and authorize the Chairman to sign the attached agreement. Prepared By: Leandro Goicoechea, Project Manager, Facilities Management Division ATTACHMENT(S) 1. 18-7279 Big Corkscrew Island Regional Park Vendor Signed (PDF) 2. 18-7279 Solicitation (PDF) 16.D.12 Packet Pg. 1903 09/25/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.12 Doc ID: 5939 Item Summary: Recommendation to award Contract Number 18-7279, Big Corkscrew Island Regional Park Design Services for Phase II, to Q. Grady Minor and Associates, P.A., for professional engineering services in the amount of $749,176 and authorize the Chairman to execute the attached contract. Meeting Date: 09/25/2018 Prepared by: Title: Project Manager – Facilities Management Name: Leandro Goicoechea 09/05/2018 4:33 PM Submitted by: Title: Deputy Department Head – Public Utilities Department Name: Dan Rodriguez 09/05/2018 4:33 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 09/06/2018 9:34 AM Procurement Services Ted Coyman Additional Reviewer Completed 09/06/2018 12:31 PM Procurement Services Sandra Herrera Additional Reviewer Completed 09/07/2018 10:49 AM Procurement Services Adam Northrup Additional Reviewer Completed 09/07/2018 2:01 PM Parks & Recreation Barry Williams Additional Reviewer Completed 09/10/2018 1:27 PM Facilities Management Margaret Bishop Additional Reviewer Completed 09/11/2018 7:41 AM Procurement Services Swainson Hall Additional Reviewer Completed 09/11/2018 11:14 AM Public Services Department Joshua Hammond Additional Reviewer Completed 09/11/2018 11:52 AM Public Utilities Department Dan Rodriguez Additional Reviewer Completed 09/11/2018 12:13 PM Public Services Department Todd Henry Level 1 Division Reviewer Completed 09/11/2018 1:04 PM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 09/13/2018 8:33 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/13/2018 3:07 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/13/2018 4:10 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/14/2018 8:39 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 09/17/2018 4:24 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 09/18/2018 2:16 PM 16.D.12 Packet Pg. 1904 09/25/2018 Board of County Commissioners MaryJo Brock Meeting Pending 09/25/2018 9:00 AM 16.D.12 Packet Pg. 1905 16.D.12.a Packet Pg. 1906 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1907 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1908 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1909 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1910 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1911 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1912 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1913 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1914 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1915 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1916 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1917 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1918 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1919 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1920 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1921 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.aPacket Pg. 1922Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1923 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1924 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1925 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1926 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1927 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1928 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1929 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1930 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1931 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1932 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1933 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1934 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1935 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1936 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1937 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1938 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1939 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.aPacket Pg. 1940Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1941 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1942 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1943 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1944 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1945 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD D2CRUSHING Kristie Wiegand 09/05/2018 QGRADYM-01 A UMB100024445 B CA100012461 B 001WC18A57813 A GL0005673 C PFP603346301 1,000,000 1,000,000 1,000,000 10,000 5,000,000 5,000,000 2,000,000 1,000,000 2,000,000 Contractual Liab 5,000 100,000 1,000,000 1,000,000 X X X X X X X X X X X C PFP603346301 License # L077730 04/05/2018 04/05/2019 04/05/2018 04/05/2019 08/22/2018 04/05/2019 04/05/2018 04/05/2019 04/05/2018 04/05/2019 08/22/2018 04/05/2019 RE: #18-7279 Big Corkscrew Collier County Board of County Commissioners is included as Additional Insured for General Liability on a primary and noncontributory basis including both ongoing and completed operations if and to the extent required by written contract per form CGL 084 (10 13). AssuredPartners of Florida, Naples 8950 Fontana Del Sol Way Suite 300 Naples, FL 34109 (239) 261-2803(239) 280-3615 Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 Q Grady Minor & Associates PA 3800 Via Del Rey Bonita Springs, FL 34134 National Trust Insurance Company FCCI Insurance Company Maxum Indemnity Company 20141 10178 26743 X kristie.wiegand@assuredpartners.com N Limit Limit 2,000,000 2,000,000 Cyber Liability Prof/Tech E&O 16.D.12.a Packet Pg. 1946 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1947 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1948 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 16.D.12.a Packet Pg. 1949 Attachment: 18-7279 Big Corkscrew Island Regional Park Vendor Signed (5939 : Recommendation to award Contract Number 18-7279, Big 1 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR Big Corkscrew Island Regional Park Phase II Design RPS NO.: 17-7279 EVELYN COLON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-2667 FAX: (239) 252-2810 evelyncolon@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.D.12.b Packet Pg. 1950 Attachment: 18-7279 Solicitation (5939 : Recommendation to award Contract Number 18-7279, Big Corkscrew Island Regional Park Design SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSINAL SERVICES (RPS) NUMBER: 18-7279 PROJECT TITLE: Big Corkscrew Island Regional Park Phase II Design PRE-PROPOSAL CONFERENCE: No Pre-Proposal Conference for this project LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 RPS OPENING DAY/DATE/TIME: February 5, 2018 at 3:00PM PLACE OF RPS OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Collier County Parks and Recreation Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Professional Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The Division is seeking qualified firms capable of providing engineering services as required for design, permitting and project oversight services for Phase II of the Big Corkscrew Island Regional Park (BCIRP). The proposal must identify architectural, environmental, civil, electrical, plumbing, structural and landscape architecture for the complete design and required permits. The selected firm will function as part of the project team in cooperation with the Owner to achieve a quality, cost effective product. BACKGROUND Big Corkscrew Island Regional Park is located north of Oil Well Road, east of Immokalee Road, and runs South East of the Fairgrounds. The park was originally designed in 2006 but, due to budget restraints, the project was postponed. Se veral public meetings were held to gain input from interested citizens. The meetings determined that the needs and desires of the public have changed, so the park elements were reevaluated and ranked based on public input. The conceptual master plan has been developed and was approved by the Board of County Commissioners on February 23 rd, 2016. Phase I of the BCIRP is currently under design by Q Grady Minor. The project area totals approximately 156 acres, which is separated into two sections by a canal. There is a North West section at approximately 49 acres and a South East section at approximately 107 acres. The Big Corkscrew Island Lake is planned for par tial fill and restructure to provide additional park land for park components and for the sto rm water management system. The Collier County Water Sewer District managed by the Public Utilities Department owns the property directly east and north of the proposed park site. This property is planned to have water and wastewater supply and treatme nt facilities in the future. The planning and layout of the BCIRP will need to anticipate future infrastructure that will need to be constructed within the bo undary of the park. Connections to the existing Phase I BCRIP and to Orange Blossom Ranch develo pment will be included in the planning/integration of these access points from both the west and southeast points for infrastructure (water/sewer/roads/pathways/etc). TERM OF CONTRACT County reserves the right to modify the scope during negotiations. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. 16.D.12.b Packet Pg. 1951 Attachment: 18-7279 Solicitation (5939 : Recommendation to award Contract Number 18-7279, Big Corkscrew Island Regional Park Design Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated i nto the pricing structure. DETAILED SCOPE OF WORK Detailed Scope of Work The Consultant will design Phase II based upon the layout of the conceptual master plan. The project will require all necessary Federal, State and Local permits. Submittals will include 30%, 60% and 90% design drawings with an updated cost estimate at each submittal. Final approval will be obtained from the County at the 30/60/90% design phase before moving to the next level. Final construction bid plans and specifications for the components of Phase II will be delivered in a timely manner. Deliverables may include, but are not limited to: • Geotechnical Report • Topography Survey • Environmental Assessment • Design Alternatives with budgetary estimates • 30%, 60%, and 90% plan reviews with estimates and specifications • Public Information Meeting Results • All permits necessary for the construction of the project • Construction Bid Plans & Specifications • Identification of future utility corridors • Prepare renderings and mockups if requested • Final Construction Estimate certified by Professional estimator Permitting: Apply and obtain all necessary State, Local and Federal permits by submitting co nstruction plans, water quality calculations with supporting environmental reports, and any other materials required by the permitting agencies. Permits may include, but are not limited to: Fill/Dirt analysis SFWMD Environmental Resource Permit USACOE ERP FDEP Wastewater FDEP Water Distribution System CC SDP Utilities – Water, Sewer, Electric permits CC Building Permits FEMA requirements FWS FWCC Building design must be in compliance with the current, applicable Codes and Standards: Collier County Vertical Standards Collier County IT Construction Standards Collier County Utility Standards Florida Building code including FBC Plumbing, and National Electrical Code NEC ADA – Americans with Disabilities Act Architectural Plans must be in accordance with Collier County regulatoequirements. Landscaping Plans must be in accordance with Collier County regulatory requirements. Bid Phase Services Issue completed bid documents including permit approvals 16.D.12.b Packet Pg. 1952 Attachment: 18-7279 Solicitation (5939 : Recommendation to award Contract Number 18-7279, Big Corkscrew Island Regional Park Design Prepare Base Bid and Alternate Bid Schedule Attend Pre-bid Meeting Respond to Q&A within 3 days Prepare Addenda Review Bids and Alternates Recommendation for Award Post Design Post Design services to include permitting, bidding, shop drawing review, RFI’s, review and approve pay applications, project closeout documents, as-built drawing in CAD and PDF format, and all final certifications. INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_500,000_ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, 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 or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_500,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ _1,000,000_ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence 16.D.12.b Packet Pg. 1953 Attachment: 18-7279 Solicitation (5939 : Recommendation to award Contract Number 18-7279, Big Corkscrew Island Regional Park Design Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. 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. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the 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. 9. 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. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. 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. The Certificates of Insurance must s tate the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on beh alf of Collier County. 12. Thirty (30) Days Cancellation Notice required. 12/12/17 - GG ________________________________________________________________________________________ 16.D.12.b Packet Pg. 1954 Attachment: 18-7279 Solicitation (5939 : Recommendation to award Contract Number 18-7279, Big Corkscrew Island Regional Park Design