Loading...
Agenda 06/24/2008 Item #16D20 Agenda Item No. 16020 June 24, 2008 Page 1 of 17 ~ EXECUTIVE SUMMARY Recommendation to award Contract(s) #08.5068: "Physical and Biological Monitoring for Collier County Coastal Zone Management Projects for Coastal Zone Management to Coastal Planning and Engineering, inc.; Coastal Engineering Consultants, Inc.; and Humiston & Moore Engineers OBJECTIVE: To receive Board approval for the award of contracts to the above listed Pre-Qualified Consultants in order to provide professional physical and biological monitoring services for coastal zone management projects services for multiple projects. CONSIDERATIONS: Request for Proposal (RFP) was issued on April 2, 2008 to solicit the contracts for these services. Notices were sent to two hundred ninety one (291) firms and ninety one (91) firms requested an RFP package. Responses were received from four (4) firms by the due date of April 24, 2008. A selection committee was formed according to standard Purchasing Procedures and by consensus on May 29, 2008, recommended the following firms to be awarded a contract. 1. Coastal Planning and Engineering, Inc. 2. Coastal Engineering Consultants, Inc. 3. Humiston & Moore Engineers r. Contract negotiations have been successfully completed by staff for the three (3) firms at this time. All of the above listed firms have agreed to a standardized fee schedule for their services, which staff believes will provide the opportunity for an equitable and fair distribution of work. This is a fixed-term contract which provides for work orders to be issued for each assignment subject to the terms of the contract. FISCAL IMPACT: The funding for each work order that is assigned under the approved contracts will come from each user Department. LEGAL CONSIDERATIONS: This item has been reviewed and approved for form and legal sufficiency. -CMG GROWTH MANAGEMENT IMPACT: While these contracts have no direct growth management impact, they are consistent with the County's long-tem growth plans. RECOMMENDATION: That the Board of County Commissioners: (1) Award Contract #08-5068 to the three (3) selected Pre-Qualified Consultants, and (2) Authorize the Chairman of the Board to sign the standard, County Attorney approved agreements, PREPARED BY: Gail Hambright, Coastal Zone Management Department - Agenda Item No. 16020 June 24, 2008 Page 2 of 17 A G R E E MEN T #08-5068 For Physical and BioIogical Monitoring for Collier County Coastal Zone Management Projects THIS AGREEMENT, made and entered into on this day of , 2008 by and between . authorized to do business in the State of Florida, whose business address is: . hereinafter called the "Pre- Qualified Consultant" and Collier County, a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County": WITNESSETH: 1. COMMENCEMENT. The contract shall be for a period commencing on 2008, and terminating on . 2010 or until such time as all outstanding Work Orders issued prior to the expiration of the Agreement period have been completed. This contract shall have two (2), twelve (12) month renewals, renewable annually. The County Manager or his designee may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or his designee, shall give the Pre-Qualified Consultant written notice of the County's intention to extend the Agreement terrn not less than ten (10) days prior to the end of the Agreement term then in effect. All Services to be performed by the Pre-Qualified Consultant pursuant to this Agreement shall be in conformance with the scope of services, which shall be described in a Work Order issued pursuant to the procedures described herein. The form of the Work Order is set forth in attached Schedule B. Work Order. Reference to the term "Work Order" herein, with respect to authorization of Services, includes all written Amendments to any particular Work Order. The "Commencement Date" for each Project Work Order shall be established in the Notice to Proceed to be issued by the Owner. The Pre-Qualified Consultant shall commence the work within five (5) calendar days from the Commencement Date. No Work shall be performed prior to the Commencement Date. Any Work performed by the Pre-Qualified Consultant prior to the Commencement Date shall be at the sole risk of the Pre-Qualified Consultant. 2. STATEMENT OF WORK The Pre-Qualified Consultant shall provide Physical and Biological Monitoring services in accordance with the terms and conditions of RFP #08- 5068 and the Pre-Qualified Consultant's proposal referred to herein and made an integral part of this agreement. Agenda Item No. 16020 June 24, 2008 Page 3 of 17 The Owner shall provide a summary of Work to be performed which will afford the Pre- Qualified Consultant the opportunity to submit a formal quotation for the Work; the Pre- Qualified Consultant shall respond with the information sought within ten (10) working days. For projects with an estimated cost of Two Hundred Thousand Dollars ($200,000) or less, the Owner shall obtain quotations from all of the three ( 3 ) selected firms, negotiate favorable project terms and conditions, and issue a numbered Work Order, signed by the Project Manager and the Department Director, to initiate the projects. For projects with an estimated cost over Two Hundred Thousand Dollars ($200,000) and over, quotations shall be solicited from all of the three ( 3 ) selected firms. The County will negotiate favorable project terms and conditions and issue a signed, numbered Work Order. Board of County Commissioners approval is required in addition to the Project Manager and Department Director signatures. The total initial compensation for all Work Orders issued under this Agreement shall not exceed $750,000 annually, unless otherwise approved in writing by the Board of County Commissioners of Collier County. In each Request for Quotation, the Owner reserves the right to specify the period of completion. 3. COMPENSATION. The compensation (whether based upon a negotiated lump sum, time and materials, hourly with a cap or some other agreed upon format) contained in each separate proposal shall be based on the hourly rates as set forth and identified in Schedule A Hourly Rate Schedule, which is attached hereto, for the time reasonably expended by Pre-Qualified Consultant's personnel in performing the Services. The Rate Schedule may be updated by mutual agreement, based upon current Consumer Price Index (CPI) percentages, on an annual basis on the anniversary date of the contract if Pre-Qualified Consultant so requests in writing. Assignments shall be made by purchase order based on Pre-Qualified Consultant's proposal. 4. TRA VEL. PER DIEM AND LODGING. The successful Proposer will abide by contract language related to reimbursement of travel expenses in accordance with Florida Statutes chapter 112.061, Per diem and travel expenses of Public Officers, employees and authorized persons. This requirement includes, but is not limited to, expenses such as automobile travel expenses reimbursement at $.44.5 (forty four point five cents) per mile and meal expenses reimbursements at the following rates: Breakfast: Lunch: Dinner: $ 6.00 $11.00 $I9.00 2 Agenda Item No. 16020 June 24, 2008 Page 4 of 17 Parking: Actual ticket cost of Coach fare Actual rental cost of midsize or smaller car Actual cost of reasonable lodging at single occupancy rate Actual cost of parking Airfare: Rental car: Lodging: 5. INVOICING, The purchase order number and Work Order number must be referenced on each invoice. Payment will be made upon receipt of a proper invoice and in cornpliance with Section 218.70, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". The Pre-Qualified Consultant will endeavor to invoice County every thirty (30) days for services performed against all purchases orders unless no service was provided by Pre-Qualified Consultant to County. The Pre-Qualified Consultant may be subject to audit by the County, in the County's sole discretion. 6. NOTICES. All notices from the County to the Pre-Qualified Consultant shall be deemed duly served if mailed or faxed to the Pre-Qualified Consultant at: Business Name: Business Address City, State, Zip Atten: Telephone: Facsimile: All Notices from the Pre-Qualified Consultant to the County shall be deemed duly served if mailed or faxed to the County at: Collier County Government Center Purchasing Department - Purchasing Building 3301 Tamiarni Trail, East Naples, Florida 34112 Attn: Steve Carnell Facsimile: 239-595-6584 The Pre-Qualified Consultant and the County rnay change the above mailing address at any tirne upon giving the other party written notification. All notices under this Service Agreement must be in writing. 7. NO PARTNERSHIP, Nothing herein contained shall create or be construed as creating a partnership between the County and the Pre-Qualified Consultant or to constitute the Pre-Qualified Consultant as an agent of the County. 3 Agenda Item No. 16020 June 24. 2008 Page 5 of 17 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.5., all permits necessary for the prosecution of the Work shall be obtained by the Pre-Qualified Consultant. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Pre-Qualified Consultant. The Pre- Qualified Consultant shall also be solely responsible for payment of any and all taxes levied on the Pre-Qualified Consultant. In addition, the Pre-Qualified Consultant shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Pre-Qualified Consultant agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Pre-Qualified Consultant. 9. NO IMPROPER USE, The Pre-Qualified Consultant will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Pre-Qualified Consultant or if the County or its authorized representative shall deem any conduct on the part of the Pre-Qualified Consultant to be objectionable or improper, the County shall have the right to suspend the contract of the Pre-Qualified Consultant. Should the Pre-Qualified Consultant fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Pre-Qualified Consultant further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Pre-Qualified Consultant be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement immediately for cause; further the County may terminate this Agreement for convenience with a seven (7) day written notice. 111e County shall be sole judge of non-performance. 11. NO DISCRIMINATION. The Pre-Qualified Consultant agrees that there shall be no discrimination as to race, sex, color, creed or national origill. 12. INSURANCE. The Pre-Qualified Consultant shall provide insurance as follows: 4 Agenda Item No. 16020 June 24, 2008 Page 6 of 17 A. Commercial General Liabilitv: Coverage shall have minimum limits of $1,000,000 per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Pre- Qualified Consultants; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimurn limits of $300,000 per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits of Florida Statutes, Chapter 440 and in compliance with all federal laws, D. United States Long:shoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. 1- Applicable _ Not Applicable E. Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. X Applicable _ Not Applicable In the event that the Pre-Qualified Consultant has a marina exposure, the Pre- Qualified Consultant will purchase (or provide) the necessary and appropriate insurance coverage for items D. and E. F. Professional Liabilitv: Coverage shall be in the amount of $1,000,000 and shall be written on a "claims-made" form. The policy and any annual renewals for the policy will remain in full force and effect until completion of this Agreement. The date under the policy or policies will be no later than the first date any such consulting work is performed under this Agreement. The Pre-Qualified Consultant agrees to provide either continuous claims-made coverage for at least two (2) years following the completion of this Agreement or will purchase an "Extended Reporting Period" following expiration of the policy for a two (2) year period, Special Requirements: Collier County shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Pre-Qualified Consultant during the duration of this Agreement. Renewal certificates shall be sent to the County thirty (30) days prior to any 5 Agenda Item No. 16020 June 24, 2008 Page 7 of 17 expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Pre-Qualified Consultant shall insure that all sub-Consultants comply with the same insurance requirements that he is required to meet. The same Pre Qualified Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 13. INDEMNIFICATION, To the maximum extent permitted by Florida law, the Pre- Qualified 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 Pre-Qualified Consultant or anyone employed or utilized by the Pre-Qualified 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. 14. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Coastal Zone Management Department. 15. CONFLICT OF INTEREST: Pre-Qualified Consultant represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Pre-Qualified Consultant further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: RFP #08-5068; Pre-Qualified Consultant's Proposal; Schedule A, Hourly Rates; Schedule B, Work Order; and Schedule C, Truth in Negotiations Certificate. 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 18. 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 6 Agenda Item No. 16D20 June 24, 2008 Page 8 of 17 item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, proposals, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 19. ADDITIONAL ITEMS/SERVICES: Additional items and/or services may be added to this contract upon satisfactory negotiation of price by the County and Pre-Qualified Consultant. 20. OFFER EXTENDED TO OTHER GOVERNMENT At ENTITIES: Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this contract to other governmental entities at the discretion of the successful proposer. 21. VENUE. This agreement shall be construed in compliance with Florida Laws. Venue shall be in Collier County, Florida. 22. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Pre-Qualified Consultant with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County's for approvaL Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of the Pre-Qualified Consultant with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approvaL Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 7 Agenda Item No. 16D20 June 24, 2008 Page 9 of 17 IN WITNESS WHEREOF, the Pre-Qualified Consultant and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: Dwight E. Brock, Clerk of Courts BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: By: Tom Herming, Chairman Dated: (SEAL) Name of Firm 8 Agenda Item No. 16020 June 24, 2008 Page 10 of 17 Pre-Qualified Consultant By: First Witness Signature Type/print witness name Second Witness Typed signature and title Type/print witness name Approved as to form and legal sufficiency: Assistant County Attorney ScheduIe A Contract #08-5068 - Physical and BioIogical Monitoring for CoIIier County Coastal Zone Management Hourly Rate Schedule Professional Principal/President Hourly Rate $185.00/hr. 9 Senior Project Manager/VP Engineer Project Manager ,Coordinator/Senior Engineer/ Senior Consultant Project Engineer/Architect Senior Inspector Office Engineer Project Construction Manager Coastal Modeler Senior Marine Biologist Marine Biologist/Geologist Engineer III/Coastal Engineer Engineer II/Field Representative Inspector Senior Technician Survey & Mapping Surveyor and Mapper Senior Surveyor and Mapper Junior Hydrographer/Project Surveyor GPS Survey Grade Three Man Party Schedule A Continued Hourly Rate ScheduIe 10 Agenda Item No. 16020 June 24, 2008 Page 11 of 17 $170.00/hr. $ISO.OO/hr. $I40.00/hr. $12S.00/hr. $lOS.00/hr. $130.00/hr. $11O.00/hr. $13S.00/hr. $ 95.00/hr. $l1S.00/hr. $12S.00/hr. $ 8S.00/hr. $14S.00/hr. $110.00/hr. $lOS.00/hr. 16S.00/hr. Agenda Item No. 16020 June 24, 2008 Page 12 of 17 Professional Hourly Rate GPS Survey Grade Two Man Party $11O.00/hr. GIS & CAD Principle GIS Consultant $170.00/hr. Senior GIS Consultant/Analyst $160.00/hr. GIS Technician $ 7O.00jhr. Senior CAD Operator $ 90.00jhr. CAD Operator $ 80.00/hr. Administrative Office Manager $ 60.00/hr. Administrative Assistant/Secretary $ 55.00jhr. Clerical, other support $ 40.00/hr. Expert Witness $250.00/hr. This list is not intended to be all-inclusive. Hourly rate fees for other categories of professional, support and other services shall be mutually negotiated by the County and firm on a project by project basis as needed. It Agenda Item No. 16020 June 24, 2008 Page 13 of 17 Schedule B Work Order "Physical and Biological Monitoring for Collier County Coastal Zone Management" Contract # 08-5068 Oated: , 200 Work Order Number: This Wark Order is for professional describe services for work known as: Project Name: Project No: The work is specified in the proposal dated , 200 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, Work Order II is assigned to: Scope of Work: As detailed in the attached proposal and the following: * Task I * Task II * Task 1II Schedule of Work: Complete work within __days from receipt of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with the following method(s): _Negotiated Lump Sum_Lump Sum Plus Reimbursable Costs _Time & Material (established hourly rate - Schedule A) _Cost Plus Fixed Fee, as provided in the attached proposal. (define which method will be used for which tasks) Task I S Task II S Task III S TOTAL FEE S Any change made subsequent to final department approval will be considered an additional service and charged according to Schedule "A" of the original Contract Agreement. PREPARED BY: name and title Date APPROVED BY: Department Director, Department Name Date APPROVED BY: Division Administrator, Division Date ACCEPTED BY: 12 Agenda Item No. 16020 June 24, 2008 Page 14 of 17 Signature of Authorized Company Officer Date Type or Print Name and Title SCHEDULE C TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning the contract for Physical and BioIogical Monitoring for CoIIier County Coastal Zone Management are accurate, complete and current as of the time of contracting. Name of Finn BY: TITLE: DATE: 13 Agenda Item No. 16D20 June 24, 2008 Page 15 of 17 14 Page] of2 Agenda Item No. 16020 June 24, 2008 Page 16 of 17 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16D20 Recommendation to award Contract(s) #08-5068: Physical and Biological Monitoring fOf Collier County Coastal Zone Management Projects for Coastal Zone Management to Coastal Planning and Engineering, Inc.; Coastal Engineering Consultants, Inc.; and Humiston & Moore Engineers Meeting Date: 6/24/20089:0000 AM Approved By Gary McAlpin Costal Project Manager Date Public Services Coastal Zone Management 6/5/20084:03 PM Approved By Linda Best Contracts Agent Oate Administrative Services Purchasing 6/6/20088:08 AM Approved By Scott Johnson Purchasing Agent Date Administrative Services Purchasing 6/8/20089:29 AM Approved By Kathy Carpenter Executive Secretary Date Public Services Public Services Admin. 6/91200B 8:21 AM Approved By Colleen Greene Assistant County Attorner Date County Attorney County Attorney Office 6/91200B 9: 1 9 AM Approved By Marla Ramsey Public Services Administrator Date Public Services Public Services Admin. 6/10/2008 5: 12 PM Approved By Steve Carnell Purchasing/General Svcs Director Oate Administrative Services Purchasing 6/111200B 7:30 PM Approved By OMS Coordinator OMS Coordinator Date County Manager's Office Office of Management & Budget 6/12/20082:57 PM Approved By Mark Isackson Budget Analyst Date County Manager's Office Office of Management & Budget 61131200B 2:3B PM file://C:\AgendaTest\Export\] ] 0-June%2024, %202008\] 6.%20CONSENT%20AGENDA\1 n. 6/18/2008 Page 2 of 2 Agenda Item No. 16020 June 24, 2008 Page 17 of 17 Approved By James V. Mudd County Manager Date Board of County Commissioners County Manager's Office 6/17/20086:33 PM file://C:\AgendaTest\Export\ 11 0-June%2024,%202008\ 16.%20CONSENT%20AGENDA \1,.. 6/18/2008