Loading...
Agenda 11/12/2019 Item #16C 8 (Contract #19-7621 Tetra Tech, Inc.)11/12/2019 EXECUTIVE SUMMARY Recommendation to approve the selection committee rankings and authorize entering into negotiations for a contract related to Request for Professional Services (RPS) Number 19-7621, "Golden Gate Wastewater Engineer of Record (EOR) and Infrastructure Improvements." OBJECTIVE: To remain in compliance and meet demand throughout the sub-regional Golden Gate City utility systems. CONSIDERATION: The proposed scope of work is consistent with the FY2020 Budget approved by the Board of County Commissioners (“Board”) on September 19, 2019. This RPS obtains professional engineering services required for the evaluation, planning, design and construction phase services for improvements to the Golden Gate City Wastewater system. These facilities are more than 50 years old, with assets in Red or Yellow condition and in need of repair. The scope of work includes, but is not limited to, compliance-driven projects as well as potential capacity expansion. Utilizing one Engineer of Record provides continuity of planning and design that will yield the most efficient results. On August 5, 2019, the Procurement Services Division released notices for RPS Number 19 -7621, "Golden Gate Wastewater Engineer of Record (EOR) and Infrastructure Improvements.” 10,9 22 notifications were sent and one hundred fifty (150) solicitation packages were downloaded. The three (3) firms listed above submitted response to the solicitation by the due date of September 12, 2019 and all were deemed responsive and responsible. On September 30, 2019 the Selection Committee meeting was held to review, score and rank the submitted proposals based on qualifications, as described in Step 1 of the solicitation documents. All three firms were approved to move on to Step 2. The selection committee met on October 7, 2019 to evaluate presentations by the firms. The committee scored and ranked the firms based on their qualifications with the following results: Rank Name of Firm 1 Tetra Tech, Inc. 2 AECOM Technical Services, Inc. 3 Hole Montes, Inc. FISCAL IMPACT: Budget is available in the Wastewater Capital Project Fund (414) in the Golden Gate Compliance Project 70222. Depending on the final negotiated price, a budget amendment may be necessary to move monies between projects within the same fund. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality, and requires majority vote for approval. -JAK RECOMMENDATION: To approve the final ranking of professional engineering firms, enter into negotiations with the top ranked team, Tetra Tech, Inc., for Request for Professional Services 19-7621, "Golden Gate Wastewater Engineer of Record (EOR) and Infrastructure Improvements”, and if an agreement cannot be reached with that firm, to continue negotiating with the second ranked firm. Staff will bring a proposed contract to the Board for approval following the conclusion of negotiations. 16.C.8 Packet Pg. 1414 11/12/2019 Prepared By: Corinne Trtan PMP, Project Manager, Engineering and Project Management Division ATTACHMENT(S) 1. 19-7621 SCOPE (PDF) 2. 19-7621 Solicitation (PDF) 3. 19-7621 Final Rank (PDF) 4. 19-7621 NORA (PDF) 16.C.8 Packet Pg. 1415 11/12/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.8 Doc ID: 10606 Item Summary: Recommendation to approve the selection committee rankings and authorize entering into negotiations for a contract related to Request for Professional Serv ices (RPS) Number 19- 7621, "Golden Gate Wastewater Engineer of Record (EOR) and Infrastructure Improvements." Meeting Date: 11/12/2019 Prepared by: Title: Project Manager – Public Utilities Planning and Project Management Name: Corinne Trtan 10/21/2019 3:40 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 10/21/2019 3:40 PM Approved By: Review: Water Steve Messner Additional Reviewer Completed 10/21/2019 3:52 PM Public Utilities Operations Support Tara Castillo Additional Reviewer Completed 10/21/2019 3:55 PM Wastewater Robert Edge Additional Reviewer Completed 10/22/2019 8:58 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 10/22/2019 9:33 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 10/22/2019 10:23 AM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 10/22/2019 11:52 AM Procurement Services Ted Coyman Additional Reviewer Completed 10/22/2019 12:07 PM Public Utilities Planning and Project Management Craig Pajer Additional Reviewer Completed 10/22/2019 2:03 PM Procurement Services Evelyn Colon Additional Reviewer Completed 10/24/2019 11:06 AM Procurement Services Geoff Thomas Additional Reviewer Completed 10/24/2019 11:51 AM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 10/24/2019 12:52 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 10/25/2019 3:31 PM County Attorney's Office Jeffrey A. Klatzkow Level 2 Attorney Review Completed 10/25/2019 3:53 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 10/29/2019 5:13 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 10/25/2019 4:32 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 10/28/2019 12:35 PM 16.C.8 Packet Pg. 1416 11/12/2019 Budget and Management Office Ed Finn Additional Reviewer Completed 10/30/2019 11:31 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 11/03/2019 9:58 PM Board of County Commissioners MaryJo Brock Meeting Pending 11/12/2019 9:00 AM 16.C.8 Packet Pg. 1417 REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants’ Competitive Negotiation Act. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation RPS 19-XXXX Golden Gate Wastewater EOR and Infrastructure Improvements XXXXXXXX XXXXXXX, Procurement Strategist (239) 252-8935 (Telephone) (239) 252-6334 (Fax) swainsonhall@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. 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 Count y Government. RPS 18-XXXX Golden Gate Wastewater EOR and Infrastructure Improvements 16.C.8.a Packet Pg. 1418 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 2 Table of Contents LEGAL NOTICE .............................................................................................................................. 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ........................ 4 EXHIBIT II: GENERAL RPS INSTRUCTIONS ............................................................................. 15 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS ................ 19 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RPS ............................................ 23 ATTACHMENT 1: CONSULTANT’S NON-RESPONSE STATEMENT ....................................... 31 ATTACHMENT 2: CONSULTANT CHECK LIST ......................................................................... 32 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT .......................................................... 33 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT ............................................. 34 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION ............................................... 36 ATTACHMENT 6: CONSULTANT SUBSTITUTE W – 9 ............................................................. 37 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS ......................................... 38 ATTACHMENT 8: REFERENCE QUESTIONNAIRE .................................................................. 40 16.C.8.a Packet Pg. 1419 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 3 Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide Professional Engineering Services for Naples Park Infrastructure Improvements will be received until 3:00PM Naples local time, on XXX day, June XX, 2019 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail East, Naples, FL 34112. CCNA Solicitation 19-XXXX Golden Gate Wastewater EOR and Infrastructure Improvements Services to be provided may include, but not be limited to the following: perform professional engineering services as needed including, but not limited to the following phases of work performed by the consultant: 1. Treatment Plant Evaluations 2. Site Master Plan 3. Process Improvements Design 4. Infrastructure Design 5. Bidding Assistance 6. Post Design Engineer of Record Services A pre-proposal conference is not applicable for this solicitation. All statements should be made upon the official proposal form which must be obtained only on the Collier County Purchasing Department Online Bidding System 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: Ted Coyman Director, Procurement Services Division This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Purchasing Building "G", Collier County Government Center on XXXday, April 21, 2019. 16.C.8.a Packet Pg. 1420 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 4 Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Public Utilities Engineering and Project Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Pro fessional 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 results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase The selected consultant(s) shall perform ongoing comprehensive designs of the County-owned wastewater treatment facility at the Golden Gate Wastewater Treatment plant to construct system renovations and or replacements. The selected consultant(s) will perform evaluation, design, bidding assistance and construction-related support services. Background The Engineering and Project Management Division (EPMD) of the Public Utilities Department has program areas funded annually for the evaluation and upgrading of the County’s Water and Wastewater Systems. Because of the age and condition of the Public Utility infrastructu re in the Golden Gate area, a program is being established to systematically upgrade and/or replace existing aging wastewater treatment system. Detailed Scope of Work The County is interested in contracting with a qualified engineering design firm to develop and implement infrastructure improvements at the Golden Gate Wastewater Treatment Plant Service Area generally described as the wastewater service area for the wastewater treatment plant located at 4931 32nd Avenue SW, Naples, Florida 34116. The initial assignment will be to provide professional engineering services associated with the requirement to provide high level disinfection. This assignment must be complete under FDEP order by December 2021. A plant expansion is also anticipated , in the near future, potentially utilizing MBR technology. Throughout the duration of the program, consultant will provide project management assistance consisting of the following: • Attend progress meetings with PUD staff as needed • Attend public information meetings with PUD staff as needed 16.C.8.a Packet Pg. 1421 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 5 • Graphics/exhibit preparation • Progress meeting assistance • Project management assistance • Project management plan preparation • Public Relations assistance • Subsurface investigations of underground utilities • Geotechnical surveys • Land surveying Attend Project Progress Meetings: Meetings with County representatives will be conducted, as requested by the Program Manager, throughout the program to keep the County informed of the project progress, to make certain that the Engineer is productively conducting its consulting services and to obtain input and direction as required for outstanding project issues. A firm day and time will be established for all progress meetings. Meeting objectives will be to prov ide progress updates, reach decisions on pertinent issues relative to the specific topics being addressed. The Engineer will prepare and distribute agendas and minutes for each meeting incorporating agenda items and meeting minute corrections provided by the County. Agendas will be submitted to the County at least two days prior to the meeting. Draft minutes will be submitted to the County no more than two working days following each meeting; the County will provide comments no more than two working days after receipt of draft minutes. Phase 1: Comprehensive Golden Gate Wastewater Master Plan • Identify and analyze the Golden Gate Wastewater System • Describe the Service Level Goals for the system • Project wastewater collection and treatment demand for the 3-year, 6- and 20-year planning horizon • Evaluate the Wastewater Collection System and identify deficiencies • Evaluate the Wastewater Treatment System and identify deficiencies • Identifying any regulatory concerns for the collection and treatment systems • Analyze available engineering alternatives for maintenance and system improvements. Prioritize and recommend the rehabilitation program for wastewater facilities. Tasks may include, but are not limited to: a. Utilize local (Collier County) knowledgeable registe red land surveyors to locate easements and/or property boundaries; collect and record the limits of property or easement boundaries as well as the physical location of the existing infrastructure components. As part of this task, have the existing utilities located and to determine utility ownership (water, irrigation quality water, gas, electric, force mains, etc .) prior to performing any field survey efforts. • Existing utilities 16.C.8.a Packet Pg. 1422 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 6 • Existing vegetation • Fencing/Bollards (conditions and sufficiency for future expansion) • Flow meters and by-pass assemblies (if applicable) • Flow Monitoring • Landscaping (code considerations) and irrigation facilities • Potential for bypass pumping • Site access • Site layout proposed improvements Phase 2: Design Engineer shall prepare a Basis of Design Report outlining the basis of design for the improvements proposed for the project phase being designed. Should the proposed design include the use of innovative construction technologies, consultant shall retain experts with expertise in using proposed technologies. Engineer shall design the rehabilitation program in phases stipulated by the County, assist with the bid process and recommend construction contractors to execute the infrastructure replacement program; and • Prepare bid/quote documents for utility system renovations • Monitor utility renovation activities • Observe and provide oversight The following tasks are included as part of the scope of work. Phase 3: Final Design and Permitting a. Based on the accepted preliminary layout, Consultant will prepare final drawings and specifications, which provide the general scope, extent and character of the work to be furnished, and performed by the Contractor. Consultant will prepare and submit drawings and specifications at the 60-, 90- and 100-percent complete stages for review and approval. An engineer’s opinion of probable construction cost will accompany each submittal. Consultant shall meet with the County’s design and operations staff and obtain their written acceptance (signature approval) of the work completed to date. Technical specifications will be based on the 16 -Division format of the Construction Specifications Institute (CSI) in MS Word format. In addition to technical specifications, Engineer will coordinate with County to develop necessary General Conditions, Supplemental Conditions, and Special Provisions Specifications will be developed specifically for the project being constructed. Standard Collier County Specific ations may be used for reference, but the Engineer shall not rely on them as a replacement for sound engineering judgment and responsibility. Documents shall include drawings and project specifications ready for bidding, consistent with Collier County standards, including the following or as approved by the project manager: 1) Cover sheet, index and key map. 16.C.8.a Packet Pg. 1423 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 7 2) Civil Site Plan including fencing and landscaping. 3) Civil Details 4) Demolition Plan 5) Infrastructure Plan and Profile 6) Details 7) Operational Contingency Plans b. Prepare applications for Right-of-Way permits and Site Development Plans when required from Collier County Growth Management Division and respond to requests for additional information. Prepare all other required permit applications. Permitting fees will be paid by the County. c. Furnish copies of Contract Documents that include engineering drawings and specifications. Present and review them in person with the County at the 60-percent and 90-percent completion stages in the project and make appropriate changes requested. d. Prepare a permit application for submittal to the Florida Department of Environmental Protection (FDEP) and provide backup documentation including drawings and specifications for each lift station site. Respond to a request for additional information (RAI) from the FDEP. All permit fees will be paid by the County. Phase 4: Bidding and Award Except for the following, bid/quote services will be performed by the Collier County Purchasing Department. Consultant will assist the County with the following: a. Assist in preparing addenda, as required, to interpret, clarify, or expand the Bidding Documents. b. Consult with and advise the County as to the acceptability of the contractor and subcontractors, suppliers and other persons and organizations proposed by the Prime Contractor for those portions of the work as to which such acceptability is required by the Bidding Documents. c. Consult with the County concerning and determine the acceptability of substitute material and equipment proposed by the Contractor when substitution prior to the award of contracts is allowed by the Bidding Documents. d. Attend a pre-bid/quote conference e. Attend the bid opening, review bids, qualifications, f. Provide a recommendation letter of award. Phase 5: Consultation Services During Construction Note: This phase is not referring to Construction, Engineering, and 16.C.8.a Packet Pg. 1424 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 8 Inspection (CEI) Services. CEI responsibilities will be handled by others. However, the selected consultant’s presence will be requested, as a part of this solicitation, during the construction for the following: Consultant’s inspector shall observe regular construction and testing activities related to the Project as directed by the Project Manager, including rehabilitation work. Construction/testing reports and pictures of construction will be prepared on site daily on the day the construction activity takes place by the construction inspector. All construction documentation will be provided no later than 7 PM on the date of construction via electronic E -mail to the project manager and designated recipients. Both a hard copy and an electronic copy shall be kept in the project file of the consultant and given to the County upon completion of the project. Construction Observation and Documentation The construction inspector (or activity observer) will provide the services outlined below. This section also incorporates activity observations associated with the design phase (i.e., smoke testing, flow monitoring, inspections, etc.). – Construction/Testing Observation – The construction inspector will conduct on-site observations and inspections of all construction/testing activities on the Project on a full or part time basis unless directed otherwise by the project manager to ensure that all work is completed in accordance with the Contract Documents. The Construction Inspector will inform the project manager and the on-site superintendent of the construction/testing contractor of any concerns related to conformance of the work with the Contract Documents (a concern or an Issue) as an attempt to resolve any concern or issue on-site. If the concern or issue is not immediately resolved in the field, the Construction Inspector shall inform the Engineer of Record (EOR) and the project manager in writing about the concern or issue within eight (8) business hours , but not more than one business day after the discovery of any concern or issue. The EOR will be responsible for investigating the concern or issue and resolving the same through a written directive to the construction contractor and so inform the project manager and the Construction Inspector in writing. This protocol will be initiated any time the Construction Inspector becomes aware of any construction that is unsatisfactory, faulty or defective, does not conform to the 16.C.8.a Packet Pg. 1425 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 9 Contract Documents does not meet the requirements of any inspections, tests or approval required to be made, or has been damaged before final payment. The Construction Inspector will maintain a separate Issue Resolution Log documenting any issue or concern that is conveyed in writing to the EOR, including the written directive resolving the issue or concern. - Log and Construction Documentation – The construction inspector will prepare a daily log with pictures recording activities and details related to the work on a form approved in advance by the project manager. Information will be recorded in the log when at the Project Site. Log entries will record all relevant aspects of the construction observed while on site including, but not limited to: construction crew (labor) details, equipment used, materials used, compliance testing and inspection performed, weather, temperature, site conditions, trench conditions, backfill material used, dewatering methods, compaction methods, location of the work, and all other details relat ed to the Work. The log will reference the digital photographs and or video taken with appropriate file names and file locations. In addition to the construction details, the daily log will contain information related to: time and hours on the job site, we ather conditions, data pertaining to questions of quantities of materials used, extras or deductions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, observations in general and specific observations in more detail as in observing test procedures, conformance inspection of materials and fittings, name plate data for equipment and material installed, and other information requested by the project manager. Logs, photograph files and other construction documentation will be provided to the project manager by the Construction inspector daily in an electronic file via E-mail, on a digital CD only if requested by the project manager and a printed copy to be maintained on the project site in the inspector’s trailer. – Photographic and Video Record – The Construction inspector will provide a comprehensive digital photographic record of all construction activities related to the Project. The digital file names will be referenced in the log along with a brief description of the photograph, the date and time of the photograph and the name of the photographer. The digital files will be transferred via E -mail to the project manager daily, to a digital CD if requested by the project manager and submitted daily along with the construction documentation. The photographs may be electronic sent via E - mail to the project manager daily. If requested by the project manager, pictures will be printed in high resolution color, two captioned photos per 8 ½” x 11” sheet, printed one side only. The prints if requested will be provided to the project manager when needed. If requested by the project manager, Video will be provided in digital format on DVD bi-weekly. - General Coordination – The Construction inspector will coordinate all activities related to the Project between the construction contractor, the EOR and the project manager. The Construction inspector will oversee substantial and final completion inspect ions, and prepare and maintain the punch list, including follow-up inspections to ensure that punch list items are corrected and/or completed. - Observe Regulatory Agency Inspections – The inspector will accompany visiting inspectors representing any regulatory agencies having jurisdiction over the Project and will record all discussions and the outcome of these regulatory inspections in the logs. The inspector will always notify the project manager prior to any such inspections. - Construction Progress Meetings – The inspector will coordinate bi-weekly progress meetings chaired by the project manager, attended by the construction contractor to review project status and identify issues that may affect the Project. The inspector will prepare a DRAFT Agenda at least two business days in advance of each meeting and issue written meeting notes identifying a summary of the discussion, conclusions and any risks that have been encountered or are 16.C.8.a Packet Pg. 1426 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 10 expected within two days after the meeting to the projec t manager, EOR, and the construction contractor. - Substantial Completion Inspections – The Construction inspector will conduct substantial completion inspections when requested by the construction contractor and the EOR recommends that the work is suffic iently complete to warrant a substantial completion inspection. During the substantial completion inspection, the Construction inspector will prepare a punch list of items requiring completion or correction to the satisfaction of the EOR and the project ma nager. The Construction inspector will be responsible for maintaining the punch -list and issuing updates to the punch-list on a weekly basis. The Construction inspector will coordinate and participate in the final walk-through to ensure that the punch-list items are completed to the satisfaction of the EOR and the project manager. All services related to the Substantial Completion Inspection shall be provided in writing and pictures to the project manager for the Project. – Final Completion Inspection - Upon the request of the construction contractor and concurrence of the EOR and the project manager, the Construction inspector will conduct final inspections of portions of the project, as they are finished to determine if construction has been completed in accordance with the Contract Documents and the construction contractor has fulfilled all obligations therein. Based on the results of the final inspection, the EOR, project manager, and the Construction inspector will judge the work complete or not complet e. If the work is judged complete, the Construction inspector will issue a “notice of final acceptance and recommendation for final payment”. If the work is judged not complete, the Construction inspector will issue written instructions to the construction contractor identifying the work judged not complete. Upon provision of the construction contractor evidence or assurance that the deficiencies noted above have been corrected or completed, a second final inspection will be scheduled to verify that the outstanding issues have been resolved and the Construction inspector can issue a “notice of final acceptance and recommendation for final payment”. All services related to the Final Completion Inspection shall be provided to the project manager of the Project. – Final Construction Certification – Upon issuance of a “notice of final acceptance and recommendation for final payment” the Construction inspector will provide a signed and sealed certification by a professional engineer of the EOR in responsible charge of the work provided by the Construction inspectors stating that the “Project has been completed by the construction contractor in accordance with the Plans and Specifications of the Contract Documents as amended by the Engineer OF RECOR D”. All services related to the Final Construction Certification shall be provided to the project manager of the Project. – Asset Management Record Information – Provide all information in the electron format stipulated by Collier County required to populate the county’s GIS and Asset Management system in place at the time of project completion. Construction Inspector and Project Oversight a. - General Management and Oversight – The Construction inspector will provide support services customarily related to the construction observation and inspection of similar projects including, but not limited to: Participate in a pre-construction meeting with the project manager, EOR, and the general contractor. b. Participate in other meetings as described or implied herein. c. Review and verify correctness of the construction contractor’s monthly applications for payment and accompanying data and recommend approval of payments due to the 16.C.8.a Packet Pg. 1427 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 11 construction contractor. The Construction inspector’s recommendation of any payment requested in an application for payment shall constitute a representation by the Construction inspector to the project manager as an experienced and qualified professional, that based on Construction inspector’s onsite observations and inspections of construc tion in progress, that the construction quantities in the applications for payment accurately reflect the progress of the work and that the work is constructed in accordance with the Contract Documents. The Construction inspector will process pay requests in accordance with the Florida Prompt Payment Act. All incoming pay requests processed by the Construction inspector shall be mechanically stamped with the date received. d. The Construction inspector will review the monthly updates to the construction schedule prepared by the construction contractor and provide written comments to the project manager and EOR. e. The Construction inspector will provide such field testing and verification that all materials, equipment and supplies installed or utilized on the Project are in full accordance with the Contract Documents and approved Shop Drawings provided by the EOR. f. Within one week after the construction contractor notifies the EOR and the project manager that the Work on the Project is substantially complete in accordance with the Contract Documents, the Construction inspector will provide a signed and sealed certification by a professional engineer registered in the State of Florida, that the Work was done under his supervision and performed in accordance with the Contract Documents, including all approved shop drawings and change orders except as noted. – Coordination of Shop Drawings, Contract Interpretations and Clarifications – The Construction inspector will coordinate with the design engineer (EOR) regarding the issuance of interpretations and clarifications of Contract Documents during construction. The DESIGN Engineer (EOR) shall be responsible for technical review and decisions regarding interpretation and clarification of Contract Docum ents. The Construction inspector shall coordinate the DESIGN Engineer’s (EOR) decisions and responses with the construction contractor. - Monitor Project Records – The Construction inspector shall monitor all required Project records, including but not limited to delivery schedules, inventories and construction reports. – As Constructed Field Drawings – The Construction inspector shall maintain red pencil “mark - up” notations and sketches on full size construction plans that reflect the actual details of constructed facilities. These Constructed Field Drawings will be used by the Construction inspector to validate the “As Built” documentation provided by the construction contractor. The Construction inspector will notify the project manager, EOR and the c onstruction contractor of any differences in the documents maintained by the general contractor and the Construction inspector on a weekly basis for resolution by the EOR. Consultant shall also submit record information in PUD GIS format for integration into the current GIS system. In addition, information shall be submitted for entry into the County’s asset management system. – Start-up and Re-commissioning Support – The Construction inspector will assist the project manager, the EOR, and the construction contractor during start-up of each segment designated for Beneficial Use by the EOR and project manager, including but not limited to signing off on regulatory permits and general coordination between the EOR, project manager, and construction contractor. Additional Services 16.C.8.a Packet Pg. 1428 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 12 – Additional Services (only as authorized in writing) –In accordance with the contract or purchase order, in the event that other services may arise during the course of the work, but were not envisioned as part of the original or amended scope of work; Engineer shall submit a proposal to perform Additional Services prior to the performance of the work. The proposal shall include the specific services to be performed, time to complete, compensation, and an explanation as t o why the services were not previously envisioned as part of the scope of work. The proposed Additional Services must be approved by the project manager in writing in advance of performance of said Additional Services. Failure to notify the project manager in writing of Additional Services shall be deemed a waiver of any claim by the Engineer that such services were Additional Services. Written authorization from the project manager will be required for any charges that exceed the predetermined upper limit. Term of Contract The contract term, if an award(s) is/are made is intended to be for the duration of the project and any close out related activities. The prices quoted on the Consultant’s Proposal shall remain in effect for a period of four (4) years from the date of award by the Board of County Commissioners. Subsequently, at the discretion of the County and upon the written request of the Consultant at least thirty (30) days in advance, all prices may be adjusted on the anniversary date of the Agreem ent, based on the Consumer Price Index-South Region. 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 RPS process. Event Date Issue Solicitation Notice Last Date for Receipt of Written Questions , Naples Local Time Addendum Issued Resulting from Written Questions Solicitation Deadline Date and Time , Naples Local Time Anticipated Evaluation of Submittals Anticipated Completion of Contract Negotiations Anticipated Board of County Commissioner’s Contract Approval Date 16.C.8.a Packet Pg. 1429 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 13 Response Format The Consultant understands and agrees to abide by all RPS specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Consultant 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 RPS. 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 Consultant’s approach and ability to meet the County’s needs, as stated in the RPS. All proposals should be presented as described in the RPS 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 are to be submitted with each proposal and submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Consultant to include all listed items may result in the rejection of its proposal. 1. Tab I, Cover Letter and Acceptance of Conditions – No points awarded In this tab, include: In no more than two pages (executive summary), briefly describe the overall project approach and the firm’s experience in providing the requested services as identified in this RPS. 2. Tab II, Project Understanding Approach (Maximum 45 Points) In this tab, include: • Project Understanding - Describe the background of the project and the local circumstances driving the need for this program. • Key Issues - Describe the key issues anticipated for this project and summarize your approach to them and your experience dealing with similar issues on other projects. • Overall Approach - Presents an overview of your project approach and map the program process from beginning to end, including building public trust and maintaining public communications throughout the project. • Technical Approach - Provide a detailed step-by-step description of how you will work through this program development process. • Areas Requiring Special Consideration - Highlight how you will address project areas of broad importance to Collier County and its stakeholders. 16.C.8.a Packet Pg. 1430 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 14 • Staffing and Location of Work - Show the depth of the team’s resources and where the project will be managed. • Representative Projects - Provide a sample of a work product for each of the three phases that is of similar nature to the County’s scope of work contained in this RPS. 3. Tab III, Technical Team (Maximum 35 Points) In this tab, include: • Provide an Organizational Chart of the Project Team (excluding Collier County staff) including subconsultants. • Provide Team Member Profiles - Provide resumes for all of the full time staff members assigned to the Collier County Wastewater Basin Study Project for all of the three phases of work; identify the specific staff assigned to each of the phases. • Provide the percentage of subconsultant percentages expected to use for the three phases and describe the discipline/work. 4. Tab IV, Location, Availability and Responsiveness (Maximum 10 Points) The selected consultant(s) will be required to interface with Public Utilities’ and GMD staff on a daily or more frequent basis. Collier County has concluded that selecting a local (Collier and Lee Counties) consultant 1) is in its best interest to contain costs, 2) minimizes task completion time frames, and 3) results in higher quality of professional services due to their knowledge and understanding of local geography and topology. Illustrate how available and how responsive the Engineer’s team members will be for this program. Firms having a local office (Collier and Lee Counties) will receive the maximum number of points (10). Firms having office their office located within 50 miles of the Collier County Government com plex will receive 5 points. Firms having an office beyond 50 miles will not receive any points under this category. 5. Tab V, References – 5 Completed and Returned (Maximum 10 Points) For the Consultant to be awarded any points for this tab, the County requests that the Consultant 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 Consultant in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Consultant’s information provided in this area: • The County will total each of the Consultant’s five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Consultants who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the Consultant who has the highest score. • The next highest Consultant’s number of points will be divided by the highest Consultant’s points which will then be multiplied by criteria points to determine the Consultant’s points awarded. Each subsequent Consultant’s point score will be 16.C.8.a Packet Pg. 1431 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 15 calculated in the same manner. • Points awarded will be extended to the whole number per Microsoft Excel. For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Consultant Name Consultant Total Reference Score Points Awarded Firm ABC 445 10 Firm DEF 435 9.8 Firm GHI 425 9.6 Firm JKL 385 8.7 Firm MNO 385 8.7 Firm PQR 250 5.6 Note: Sample chart reflects a 10 point reference criterion. The points awarded by Consultant will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the Consultant’s proposal to ensure consistency and completion of all tasks in the RPS, and review the Points Awarded per Consultant. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee . 6. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RPS, and to insurance requirements or any other requirements listed in the RPS. 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 Consultant may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. 7. Tab VII, Required Form Submittals • Attachment 2: Consultant Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Consultant Declaration Form’ • Attachment 5: Immigration Affidavit and company’s E-Verify profile page and memorandum of understanding • Attachment 6: Consultant Substitute W9 • Attachment 7: Insurance Requirements • Attachment 8: Reference Questionnaire • Other: License, certifications, informational materials, etc. 3.3.2 Exhibit II: General RPS Instructions 1. Questions 16.C.8.a Packet Pg. 1432 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 16 Direct questions related to this RPS to the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RPS with all prospective Consultants 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 RPS. Only written responses to written questions will be considered official and will be included as part of the RPS as an addendum. All prospective Consultants 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 Consultants must be present in order to submit a proposal response. 3. Compliance with the RPS Proposals must be in strict compliance with this RPS. Failure to comply with all provisions of the RPS may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RPS It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RPS, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modif ication or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RPS 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 Consultant in the preparation of its proposal in response to this RPS, 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 pm, Naples local time, on or before June XX, 2019 to: Collier County Government Purchasing Department 3327 Tamiami Trail E 16.C.8.a Packet Pg. 1433 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 17 Naples FL 34112 Attn: Geoff Thomas, Procurement Strategist The County does 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 Consultant’s personnel or by the Consultant’s outside carrier. However, the Procurement Director, or designee, reserves 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 may 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. Consultants must submit one (1) paper copy clearly labeled “Master,” and six (6) compact disks (CD’s) with one copy of the proposal on each CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Consultant 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 2013 -69 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3) firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarifi cation 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 or designee shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist will review the 16.C.8.a Packet Pg. 1434 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 18 proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RPS. 4. Meetings will be open to the public and the Procurement Strategist will publicly post prior notice of such meeting in the lobby of the Purchasing Building. 5. The committee members will review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice will be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist will also post prior notice of all subsequent committee meetings and will 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 or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RPS. The committee members will 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. Consultant(s) shall have an opportunity to discuss their qualifications, approach to the project and ability to furnish services for the scope of work outlined in this solicitation during the publicly announced Selection Committee Meeting prior to the final ranking. This discussion does not preclude the County from having additional presentations by ranked firms at the County’s sole discretion. 9. 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. 10. Negotiations shall begin with the top-ranked firm(s) in accordance with Florida Statute 287.055. 11. 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 RPS 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 Consultant 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 may not be considered. 10. References The County reserves the right to contact any and all references submitted as a result of this solicitation. 16.C.8.a Packet Pg. 1435 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) 19-XXXX Golden Gate W astewater EOR and Infrastructure Improvements 19 11. Proposal Selection Committee and Evaluation Factors The County Manager or designee will appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab II, Project Understanding Approach 45 Points Tab III, Technical Team 40 Points Tab IV, Location, Availability and Responsiveness 10 Points Tab V, References 5 Points TOTAL 100 Points 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 Consultant (as obtained from the County’s financial system) within the last five (5) years will receive the higher individual ranking. This information will be based on information provided by the Consultant, subject to verification at the County’s option. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and Collier County. 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 Consultant, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Consultant or to re -advertise using the same or revised documentation, at its sole discretion. 16.C.8.a Packet Pg. 1436 Attachment: 19-7621 SCOPE (10606 : Golden Gate - Wastewater Engineer of Record) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR GOLDEN GATE WASTEWATER EOR AND INFRASTRUCTURE IMPROVEMENTS RPS NO.: 19-7621 Geoff Thomas, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-6098 Geoff.Thomas@colliercountyfl.gov (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.C.8.b Packet Pg. 1437 Attachment: 19-7621 Solicitation (10606 : Golden Gate - Wastewater Engineer of Record) SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSINAL SERVICES (RPS) NUMBER: 19-7621 PROJECT TITLE: GOLDEN GATE WASTEWATER EOR AND INFRASTRUCTURE IMPROVEMENTS PRE-PROPOSAL CONFERENCE: August 14, 2019 at 2:00 pm LOCATION: Procurement Services Division, Conference Room A, 3295 Tamiami Trail East, Bldg. C-2, Naples, FL 34112 RPS OPENING DAY/DATE/TIME: September 5, 2019 at 3:00 PM 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 Public Utilities Division (hereinafter, the “Division or Department”), 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 results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance, as amended. BACKGROUND The Engineering and Project Management Division (EPMD) of the Public Utilities Department has program areas funded annually for the evaluation and upgrading of the County’s Water and Wastewater Systems. Because of the age and condition of the Public Utility infrastructure in the Golden Gate area, a program is being established to systematically upgrade and/or replace existing aging wastewater treatment system. TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award(s) is/are made is intended to be for five (5) years with Three (3) years with two (2) one (1) year renewals. 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. All work under $200,000 will be PO driven. A Work Order will be issued for all projects over $200,000. Board Approval will be required for projects greater than $200,000. Prices shall remain firm for the initial term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK The County is interested in contracting with a qualified engineering design firm to develop and implement infrastructure improvements at the Golden Gate Wastewater Treatment Plant Service Area generally described as the wastewater service area for the wastewater treatment plant located at 4931 32nd Avenue SW, Naples, Florida 34116. 16.C.8.b Packet Pg. 1438 Attachment: 19-7621 Solicitation (10606 : Golden Gate - Wastewater Engineer of Record) The initial assignment will be to provide professional engineering services associated with the requirement to provide high level disinfection. This assignment must be complete under FDEP order by December 2021. A plant expansion is also anticipated, in the near future, potentially utilizing MBR technology. Throughout the duration of the program, consultant will provide project management assistance consisting of the following: • Asset condition assessment • Asset management • Attend progress meetings with PUD staff as authorized • Attend public information meetings with PUD staff as authorized • Graphics/exhibit preparation • Progress meeting assistance • Project management assistance • Project management plan preparation • Public Relations assistance • Subsurface investigations of underground utilities • Geotechnical surveys • Land surveying Attend Project Progress Meetings: Meetings with County representatives will be conducted, as requested by the Program Manager, throughout the program to keep the County informed of the project progress, to make certain that the Engineer is productively conducting its consulting services and to obtain input and direction as required for outstanding project issues. A firm day and time will be established for all progress meetings. Meeting objectives will be to provide progress updates, reach decisions on pertinent issues relative to the specific topics being addressed. The Engineer will prepare and distribute agendas and minutes for each meeting incorporating agenda items and meeting minute corrections provided by the County. Agendas will be submitted to the County at least two days prior to the meeting. Draft minutes will be submitted to the County no more than two working days following each meeting; the County will provide comments no more than two working days after receipt of draft minutes. Phase 1: Design Engineer shall prepare a Basis of Design Report outlining the basis of design for the improvements proposed for the project phase being designed. Should the proposed design include the use of innovative construction technologies, consultant shall retain experts with expertise in using proposed technologies. Engineer shall design the rehabilitation program in phases stipulated by the County, assist with the bid process and recommend construction contractors to execute the infrastructure replacement program; and • Prepare bid/quote documents for utility system renovations • Monitor utility renovation activities • Observe and provide oversight The following tasks are included as part of the scope of work. Phase 2: Comprehensive Golden Gate Wastewater Master Plan • Identify and analyze the Golden Gate Wastewater System • Describe the Service Level Goals for the system • Project wastewater collection and treatment demand for the 5-year, 10- and 20-year planning horizon • Evaluate the Wastewater Collection System and identify deficiencies • Evaluate the Wastewater Treatment System and identify deficiencies • Identifying any regulatory concerns for the collection and treatment systems • Analyze available engineering alternatives for maintenance and system improvements. Prioritize and recommend the rehabilitation program for wastewater facilities. Tasks may include, but are not limited to: a. Utilize local (Collier County) knowledgeable registered land surveyors to locate easements and/or property boundaries; collect and record the limits of property or easement boundaries as well as the physical location of the existing infrastructure components. As part of this task, have the existing utilities located and to determine utility ownership (water, irrigation quality water, gas, electric, force mains, etc.) prior to performing any field survey efforts. • Existing utilities 16.C.8.b Packet Pg. 1439 Attachment: 19-7621 Solicitation (10606 : Golden Gate - Wastewater Engineer of Record) • Existing vegetation • Fencing/Bollards (conditions and sufficiency for future expansion) • Flow meters and by-pass assemblies (if applicable) • Flow Monitoring • Landscaping (code considerations) and irrigation facilities • Potential for bypass pumping • Site access • Site layout proposed improvements Phase 3: Final Design and Permitting a. Based on the accepted preliminary layout, Consultant will prepare final drawings and specifications, which provide the general scope, extent and character of the work to be furnished, and performed by the Contractor. Consultant will prepare and submit drawings and specifications at the 60-, 90- and 100-percent complete stages for review and approval. An engineer’s opinion of probable construction cost will accompany each submittal. Consultant shall meet with the County’s design and operations staff and obtain their written acceptance (signature approval) of the work completed to date. Technical specifications will be based on the 16-Division format of the Construction Specifications Institute (CSI) in MS Word format. In addition to technical specifications, Engineer will coordinate with County to develop necessary General Conditions, Supplemental Conditions, and Special Provisions Specifications will be developed specifically for the project being constructed. Standard Collier County Specifications may be used for reference, but the Engineer shall not rely on them as a replacement for sound engineering judgment and responsibility. Documents shall include drawings and project specifications ready for bidding, consistent with Collier County standards, including the following or as approved by the project manager: 1) Cover sheet, index and key map. 2) Civil Site Plan including fencing and landscaping. 3) Civil Details 4) Demolition Plan 5) Infrastructure Plan and Profile 6) Details 7) Operational Contingency Plans b. Prepare applications for Right-of-Way permits and Site Development Plans when required from Collier County Growth Management Division and respond to requests for additional information. Prepare all other required permit applications. Permitting fees will be paid by the County. c. Furnish copies of Contract Documents that include engineering drawings and specifications. Present and review them in person with the County at the 60-percent and 90-percent completion stages in the project and make appropriate changes requested. d. Prepare a permit application for submittal to the Florida Department of Environmental Protection (FDEP) and provide backup documentation including drawings and specifications for each lift station site. Respond to a request for additional information (RAI) from the FDEP. All permit fees will be paid by the County. Phase 4: Bidding and Award Except for the following, bid/quote services will be performed by the Collier County Purchasing Department. Consultant will assist the County with the following: a. Assist in preparing addenda, as required, to interpret, clarify, or expand the Bidding Documents. b. Consult with and advise the County as to the acceptability of the contractor and subcontractors, suppliers and other persons and organizations proposed by the Prime Contractor for those portions of the work as to which such acceptability is required by the Bidding Documents. c. Consult with the County concerning and determine the acceptability of substitute material and equipment proposed by the Contractor when substitution prior to the award of contracts is allowed by the Bidding Documents. d. Attend a pre-bid/quote conference e. Attend the bid opening, review bids, qualifications, f. Investigate bidders qualifications and provide a recommendation letter(s) of award. Phase 5: Consultation Services During Construction 16.C.8.b Packet Pg. 1440 Attachment: 19-7621 Solicitation (10606 : Golden Gate - Wastewater Engineer of Record) Note: This phase is not referring to Construction, Engineering, and Inspection (CEI) Services. CEI responsibilities will be handled by others. However, the selected consultant’s presence will be requested, as a part of this solicitation, during the construction for the following: Consultant’s inspector shall observe regular construction and testing activities related to the Project as directed by the Project Manager, including rehabilitation work. Construction/testing reports and pictures of construction will be prepared on site daily on the day the construction activity takes place by the construction inspector. All construction documentation will be provided no later than 7 PM on the date of construction via electronic E-mail to the project manager and designated recipients. Both a hard copy and an electronic copy shall be kept in the project file of the consultant and given to the County upon completion of the project. Construction Observation and Documentation The construction inspector (or activity observer) will provide the services outlined below. This section also incorporates activity observations associated with the design phase (i.e., smoke testing, flow monitoring, inspections, etc.). – Construction/Testing Observation – The construction inspector will conduct on-site observations and inspections of all construction/testing activities on the Project on a full or part time basis unless directed otherwise by the project manager to ensure that all work is completed in accordance with the Contract Documents. The Construction Inspector will inform the project manager and the on-site superintendent of the construction/testing contractor of any concerns related to conformance of the work with the Contract Documents (a concern or an Issue) as an attempt to resolve any concern or issue on-site. If the concern or issue is not immediately resolved in the field, the Construction Inspector shall inform the Engineer of Record (EOR) and the project manager in writing about the concern or issue within eight (8) business hours, but not more than one business day after the discovery of any concern or issue. The EOR will be responsible for investigating the concern or issue and resolving the same through a written directive to the construction contractor and so inform the project manager and the Construction Inspector in writing. This protocol will be initiated any time the Construction Inspector becomes aware of any construction that is unsatisfactory, faulty or defective, does not conform to the Contract Documents does not meet the requirements of any inspections, tests or approval required to be made, or has been damaged before final payment. The Construction Inspector will maintain a separate Issue Resolution Log documenting any issue or concern that is conveyed in writing to the EOR, including the written directive resolving the issue or concern. - Log and Construction Documentation – The construction inspector will prepare a daily log with pictures recording activities and details related to the work on a form approved in advance by the project manager. Information will be recorded in the log when at the Project Site. Log entries will record all relevant aspects of the construction observed while on site including, but not limited to: construction crew (labor) details, equipment used, materials used, compliance testing and inspection performed, weather, temperature, site conditions, trench conditions, backfill material used, dewatering methods, compaction methods, location of the work, and all other details related to the Work. The log will reference the digital photographs and or video taken with appropriate file names and file locations. In addition to the construction details, the daily log will contain information related to: time and hours on the job site, weather conditions, data pertaining to questions of quantities of materials used, extras or deductions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, observations in general and specific observations in more detail as in observing test procedures, conformance inspection of materials and fittings, name plate data for equipment and material installed, and other information requested by the project manager. Logs, photograph files and other construction documentation will be provided to the project manager by the Construction inspector daily in an electronic file via E-mail, on a digital CD only if requested by the project manager and a printed copy to be maintained on the project site in the inspector’s trailer. – Photographic and Video Record – The Construction inspector will provide a comprehensive digital photographic record of all construction activities related to the Project. The digital file names will be referenced in the log along with a brief description of the photograph, the date and time of the photograph and the name of the photographer. The digital files will be transferred via E-mail to the project manager daily, to a digital CD if requested by the project manager and submitted daily along with the construction documentation. The photographs may be electronic sent via E-mail to the project manager daily. If requested by the project manager, pictures will be printed in high resolution color, two captioned photos per 8 ½” x 11” sheet, printed one side only. The prints if requested will be provided to the project manager when needed. If requested by the project manager, Video will be provided in digital format on DVD bi-weekly. - General Coordination – The Construction inspector will coordinate all activities related to the Project between the construction contractor, the EOR and the project manager. The Construction inspector will oversee substantial and final completion inspections, and prepare and maintain the punch list, including follow-up inspections to ensure that punch list items are corrected and/or completed. - Observe Regulatory Agency Inspections – The inspector will accompany visiting inspectors representing any regulatory agencies having jurisdiction over the Project and will record all discussions and the outcome of these regulatory inspections in the logs. The inspector will always notify the project manager prior to any such inspections. - Construction Progress Meetings – The inspector will coordinate bi-weekly progress meetings chaired by the project manager, attended by the construction contractor to review project status and identify issues that may affect the Project. The inspector will 16.C.8.b Packet Pg. 1441 Attachment: 19-7621 Solicitation (10606 : Golden Gate - Wastewater Engineer of Record) prepare a DRAFT Agenda at least two business days in advance of each meeting and issue written meeting notes identifying a summary of the discussion, conclusions and any risks that have been encountered or are expected within two days after the meeting to the project manager, EOR, and the construction contractor. - Substantial Completion Inspections – The Construction inspector will conduct substantial completion inspections when requested by the construction contractor and the EOR recommends that the work is sufficiently complete to warrant a substantial completion inspection. During the substantial completion inspection, the Construction inspector will prepare a punch list of items requiring completion or correction to the satisfaction of the EOR and the project manager. The Construction inspector will be responsible for maintaining the punch-list and issuing updates to the punch-list on a weekly basis. The Construction inspector will coordinate and participate in the final walk-through to ensure that the punch-list items are completed to the satisfaction of the EOR and the project manager. All services related to the Substantial Completion Inspection shall be provided in writing and pictures to the project manager for the Project. – Final Completion Inspection - Upon the request of the construction contractor and concurrence of the EOR and the project manager, the Construction inspector will conduct final inspections of portions of the project, as they are finished to determine if construction has been completed in accordance with the Contract Documents and the construction contractor has fulfilled all obligations therein. Based on the results of the final inspection, the EOR, project manager, and the Construction inspector will judge the work complete or not complete. If the work is judged complete, the Construction inspector will issue a “notice of final acceptance and recommendation for final payment”. If the work is judged not complete, the Construction inspector will issue written instructions to the construction contractor identifying the work judged not complete. Upon provision of the construction contractor evidence or assurance that the deficiencies noted above have been corrected or completed, a second final inspection will be scheduled to verify that the outstanding issues have been resolved and the Construction inspector can issue a “notice of final acceptance and recommendation for final payment”. All services related to the Final Completion Inspection shall be provided to the project manager of the Project. – Final Construction Certification – Upon issuance of a “notice of final acceptance and recommendation for final payment” the Construction inspector will provide a signed and sealed certification by a professional engineer of the EOR in responsible charge of the work provided by the Construction inspectors stating that the “Project has been completed by the construction contractor in accordance with the Plans and Specifications of the Contract Documents as amended by the Engineer OF RECORD”. All services related to the Final Construction Certification shall be provided to the project manager of the Project. – Asset Management Record Information – Provide all information in the electron format stipulated by Collier County required to populate the county’s GIS and Asset Management system in place at the time of project completion. Construction Inspector and Project Oversight a. General Management and Oversight – The Construction inspector will provide support services customarily related to the construction observation and inspection of similar projects including, but not limited to: Participate in a pre-construction meeting with the project manager, EOR, and the general contractor. b. Participate in other meetings as described or implied herein. c. Review and verify correctness of the construction contractor’s monthly applications for payment and accompanying data and recommend approval of payments due to the construction contractor. The Construction inspector’s recommendation of any payment requested in an application for payment shall constitute a representation by the Construction inspector to the project manager as an experienced and qualified professional, that based on Construction inspector’s onsite observations and inspections of construction in progress, that the construction quantities in the applications for payment accurately reflect the progress of the work and that the work is constructed in accordance with the Contract Documents. The Construction inspector will process pay requests in accordance with the Florida Prompt Payment Act. All incoming pay requests processed by the Construction inspector shall be mechanically stamped with the date received. d. The Construction inspector will review the monthly updates to the construction schedule prepared by the construction contractor and provide written comments to the project manager and EOR. e. The Construction inspector will provide such field testing and verification that all materials, equipment and supplies installed or utilized on the Project are in full accordance with the Contract Documents and approved Shop Drawings provided by the EOR. f. Within one week after the construction contractor notifies the EOR and the project manager that the Work on the Project is substantially complete in accordance with the Contract Documents, the Construction inspector will provide a signed and sealed certification by a professional engineer registered in the State of Florida, that the Work was done under his supervision and performed in accordance with the Contract Documents, including all approved shop drawings and change orders except as noted. – Coordination of Shop Drawings, Contract Interpretations and Clarifications – The Construction inspector will coordinate with the design engineer (EOR) regarding the issuance of interpretations and clarifications of Contract Documents during construction. The DESIGN Engineer (EOR) shall be responsible for technical review and decisions regarding interpretation and clarification of Contract 16.C.8.b Packet Pg. 1442 Attachment: 19-7621 Solicitation (10606 : Golden Gate - Wastewater Engineer of Record) Documents. The Construction inspector shall coordinate the DESIGN Engineer’s (EOR) decisions and responses with the construction contractor. - Monitor Project Records – The Construction inspector shall monitor all required Project records, including but not limited to delivery schedules, inventories and construction reports. – As Constructed Field Drawings – The Construction inspector shall maintain red pencil “mark-up” notations and sketches on full size construction plans that reflect the actual details of constructed facilities. These Constructed Field Drawings will be used by the Construction inspector to validate the “As Built” documentation provided by the construction contractor. The Construction inspector will notify the project manager, EOR and the construction contractor of any differences in the documents maintained by the general contractor and the Construction inspector on a weekly basis for resolution by the EOR. Consultant shall also submit record information in PUD GIS format for integration into the current GIS system. In addition, information shall be submitted for entry into the County’s asset management system. – Start-up and Re-commissioning Support – The Construction inspector will assist the project manager, the EOR, and the construction contractor during start-up of each segment designated for Beneficial Use by the EOR and project manager, including but not limited to signing off on regulatory permits and general coordination between the EOR, project manager, and construction contractor. Additional Services – Additional Services (only as authorized in writing) –In accordance with the contract or purchase order, in the event that other services may arise during the course of the work but were not envisioned as part of the original or amended scope of work; Engineer shall submit a proposal to perform Additional Services prior to the performance of the work. The proposal shall include the specific services to be performed, time to complete, compensation, and an explanation as to why the services were not previously envisioned as part of the scope of work. The proposed Additional Services must be approved by the project manager in writing in advance of performance of said Additional Services. Failure to notify the project manager in writing of Additional Services shall be deemed a waiver of any claim by the Engineer that such services were Additional Services. Written authorization from the project manager will be required for any charges that exceed the predetermined upper limit. RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 20 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 25 Points 4. Project Approach, Willingness to Meet Time and Budget Requirements 20 Points 5. Location 10 Points 6. Recent, Current, and Projected Workloads of the firm 20 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this advertisement. VENDOR CHECKLIST Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Required Reference Questionnaires have been completed for previous projects and included with the proposal. Any addenda have been signed and included. All grant requirements have been reviewed and forms completed (if applicable). 16.C.8.b Packet Pg. 1443 Attachment: 19-7621 Solicitation (10606 : Golden Gate - Wastewater Engineer of Record) Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.C.8.b Packet Pg. 1444 Attachment: 19-7621 Solicitation (10606 : Golden Gate - Wastewater Engineer of Record) 16.C.8.cPacket Pg. 1445Attachment: 19-7621 Final Rank (10606 : Golden Gate - Wastewater Engineer of Record) 16.C.8.d Packet Pg. 1446 Attachment: 19-7621 NORA (10606 : Golden Gate - Wastewater Engineer of Record)