HomeMy WebLinkAbout2023-056AGREEMENT FOR PROFESSIONAL SERVICES
THIS AGREEMENT for PROFESSIONAL SERVICES ("Agreement"), entered into
as of this 28th day of March , 2023 by and between INDIAN RIVER
COUNTY, a political subdivision of the State of Florida, whose address is 180127 th Street,
Vero Beach FL 32960 ("COUNTY"), and CONSOR ENGINEERS, LLC, headquarters in
Houston Texas and authorized to do business in Florida, whose address is 1511 N.
Westshore Boulevard, Suite 220, Tampa, FL 33607 ("Consultant"):
BACKGROUND RECITALS:
A. In accordance with the Consultants' Competitive Negotiations Act, Section
287.055, Florida Statutes, the COUNTY solicited Requests for Statements of Qualification
#2022072 for Construction Engineering and Inspection (CEI) Services for IRC -1505B
(66th AVE From 69th St to CR-510/85th St) (FDOT FM No. 436379-2-54-01) ("Project")
attached as Attachment A to this Agreement and made a part hereof by reference.
B. As a result of its response, the County has selected Consultant to provide
certain professional services relating to Public Works, ("Services") as more fully set forth
in the Scope of Services dated 1/08/2019, included in Attachment A (pages 18 through
43) to this Agreement and made a part hereof by reference.
C. Consultant submitted a Qualified Fee Proposal dated March 10, 2023,
attached as Attachment B to this Agreement and made a part hereof by reference. The
Qualified Fee Proposal is based on the Scope of Services included in Attachment A.
D. The Consultant is willing and able to perform the Services for the COUNTY
on the terms and conditions set forth below; and
E. The COUNTY and the Consultant wish to enter into this Agreement for the
Consultant's Services for the Project.
NOW THEREFORE, in recognition and consideration of the above Recitals, which
are not merely prefatory, but are incorporated by reference as though fully set forth herein
and form part of the consideration, terms and conditions of this Agreement, and in
accordance with the mutual covenants herein contained and other good and valuable
consideration, the receipt and sufficiency of which are hereby acknowledged, the parties
agree as follows:
GENERAL.
1.1 All professional services provided by the Consultant for the COUNTY shall
be as identified in Attachment A and invoiced per Attachment B (collectively, the
"Attachments", individually, Attachment A or Attachment B). The parties agree that the
fully loaded hourly rates and staff hours shown in Attachment B are estimates only to be
used for billing purposes and that Consultant's compensation is the total lump sum as set
forth in paragraph 5.1. Consultant's services will be performed in a timely, efficient, cost-
effective manner. In the performance of professional services, the Consultant will use that
degree of care and skill ordinarily exercised by other similar professionals in the field
under similar conditions in similar localities. The Consultant will use due care in
performing its services and will have due regard for acceptable engineering standards
and principles. Consultant's standard of care shall not be altered by the application,
interpretation, or construction of any other provision of this Agreement.
The Attachments include a description of services to be performed; a statement of fees;
proposed schedule for compensation; a budget establishing the amount of compensation
to be paid with sufficient detail so as to identify all of the various elements of costs; a
projected schedule for completion of the work to be performed by the Consultant (20
months) which is dependent on the schedule of the construction contractor; and any other
additional instructions or provisions relating to the specific Services authorized that do not
conflict with the terms of this Agreement.
1.3 Additional services not contained in the Attachments which would increase,
decrease or which are otherwise outside the scope of Services or level of effort
contemplated by the Attachments shall be Services for which the Consultant must obtain
the prior written approval of the COUNTY as provided by this Agreement. All terms for
the performance of such Services must be agreed upon in a written document prior to
any deviation from the terms of the Agreement, and when properly authorized and
executed by both the Consultant and the COUNTY shall become an amendment to the
Agreement.
1.4 The Background Recitals are true and correct and form a material part of
this Agreement.
2. COUNTY OBLIGATIONS.
2.1 The COUNTY will provide the Consultant with a copy of any preliminary
data or reports available as required in connection with the work to be performed under
this Agreement, together with all available drawings, surveys, right-of-way maps, and
other documents in the possession of the COUNTY pertinent to the Project and as
otherwise provided in Attachment B. The Consultant is responsible for bringing to the
COUNTY's attention, for the COUNTY's resolution, material inconsistencies or errors in
such data that are made known to the Consultant, but Consultant is not responsible for
discovering errors, omissions, or inconsistencies in the drawings or data provided.
2.2 The COUNTY shall arrange for access to, and make provisions for the
Consultant to enter upon, public and private property (where required) as necessary for
the Consultant to perform its Services, upon the timely written request of Consultant to
COUNTY.
2
2.3 The COUNTY shall promptly execute all permit applications necessary to
the Project.
2.4 The COUNTY shall examine any and all reports, sketches, proposals and
other documents presented by the Consultant, and render, in writing, decisions pertaining
thereto within a reasonable time.
2.5 Approval by the COUNTY of any of the Consultant's work, including but not
limited to written reports, or any work products of any nature whatsoever furnished
hereunder, shall not in any way relieve the Consultant of responsibility for the technical
accuracy and adequacy of the work. Neither the COUNTY's review, approval or
acceptance of, or payment for, any of the Services furnished under this Agreement shall
be construed to operate as a waiver of any rights under this Agreement or of any cause
of action arising out of the performance of this Agreement. The Consultant shall be and
remain liable in accordance with all applicable laws for all damages to the COUNTY
caused by the negligent performance by the Consultant of any of the Services furnished
under this Agreement.
2.6 The COUNTY reserves the right to appoint one or more Project Managers
for the specific Services in connection with this Agreement. The Project Manager shall:
(a) act as the COUNTY's agent with respect to the Services rendered hereunder; (b)
transmit instructions to and receive information from the Consultant; (c) communicate the
COUNTY's policies and decisions to the Consultant regarding the Services; and (d)
determine, initially, whether the Consultant is fulfilling its duties, responsibilities, and
obligations hereunder.
2.7 The COUNTY shall give prompt written notice to the Consultant whenever
the COUNTY observes or otherwise becomes aware of any development that affects the
timing or delivery of the Consultant's Services. If the Consultant has been delayed in
completing its Services through no fault or negligence of either the Consultant or any sub -
consultant, and, as a result, will be unable to perform fully and satisfactorily under the
provisions of this Agreement, then the Consultant shall promptly notify the Project
Manager. In the COUNTY's sole discretion, and upon the submission to the COUNTY of
evidence of the causes of the delay, this Agreement shall be modified in writing, subject
to the COUNTY'S rights to change, terminate, or stop any or all of the Services at any
time in accordance with this Agreement.
2.8 The Consultant shall not be considered in default for a failure to perform if
such failure arises out of causes reasonably beyond the Consultant's control and through
no fault or negligence of the Consultant. The parties acknowledge that adverse weather
conditions, acts of God, or other unforeseen circumstances of a similar nature, may
necessitate modifications to this Agreement. If such conditions and circumstances do in
fact occur, then the COUNTY and Consultant shall mutually agree, in writing, to the
modifications to be made to this Agreement.
3
3. RESPONSIBILITIES OF THE CONSULTANT.
3.1 The Consultant agrees to perform all necessary Construction Engineering
and Inspection services as outlined in Attachment B, in connection with the assigned
Project(s) as set forth in this Agreement.
3.2 Not used
3.3 The Consultant agrees to complete the Project within 600 calendar days,
as may be modified from time to time based on the progress of the construction contract.
3.4 The Consultant will maintain an adequate staff of qualified personnel.
3.5 The Consultant will comply with all present and future federal, state, and
local laws, rules, regulations, policies, codes, and guidelines applicable to the Services
performed under this Agreement.
3.6 The Consultant, as a part of the consideration hereof, does hereby covenant
and agree that: (1) in connection with the furnishing of Services to the COUNTY
hereunder, no person shall be excluded from participation in, denied the benefits of, or
otherwise subjected to discrimination in regard to the services to be performed by
Consultant under this Agreement on the grounds of such person's race, color, creed,
national origin, religion, physical disability, age or sex; and (2) the Consultant shall comply
with all existing requirements concerning discrimination imposed by any and all applicable
local, state, and federal rules, regulations, or guidelines, as such rules, regulations, or
guidelines may be from time to time amended.
3.7 The Consultant shall, during the entire term of this Agreement, procure and
keep in full force, effect, and good standing any and all necessary licenses, registrations,
certificates, permits, and any and all other authorizations as are required by local, state,
or federal law, in order for the Consultant to render its Services as described in this
Agreement. The Consultant shall also require all sub -consultants to comply by contract
with the provisions of this section.
3.8 Not used
3.9 The Consultant will cooperate fully with the COUNTY in order that all
phases of the work may be properly scheduled and coordinated.
3.10 The Consultant will cooperate and coordinate with other COUNTY
consultants, as directed by the COUNTY.
3.11 The Consultant shall report the status of the Services under this Agreement
to the County Project Manager upon request and hold all related work open to the
inspection of the County Project Manager or her/his authorized agent at any time, upon
reasonable request.
4
3.12 All documents, reports, field books, survey notes and information, , and
other data developed by the Consultant for the purpose of this Agreement, are and shall
remain the property of the COUNTY. The foregoing items will be created, maintained,
updated, and provided in the format specified by the County. When all work contemplated
under this Agreement is complete, all of the above data shall be delivered to the County
Project Manager.
3.13 The Consultant will confer with the COUNTY during the project(s) for which
the Consultant has provided CEI services, and the Consultant will make corrections to
the Consultant's Work Product at no additional cost to the COUNTY, within thirty (30)
calendar days of notice by the COUNTY, or upon a determination of the Consultant that
corrections are needed, whichever event shall first occur.
3.14 The Consultant agrees to maintain complete and accurate books and
records ("Books"), in accordance with sound accounting principles and standards for all
Services, costs, and expenditures under this Agreement. The Books shall identify the
Services rendered during each month of the Agreement and the date and type of each
Project -related expense. The COUNTY shall have the right, at any reasonable time and
through any of its designated agents or representatives, to inspect and audit the Books
for the purpose of verifying the accuracy of any invoice. The CONSULTANT shall retain
the Books and make them available to the COUNTY as specified above, until the later of
three (3) years after the date of termination of this Agreement, or such longer time if
required by any federal, state, or other governmental law, regulation, or grant
requirement.
3.15 The Consultant shall not assign or transfer any work under this Agreement
without the prior written consent of the COUNTY. However, the Consultant is permitted
to retain sub -consultants to perform work under this Agreement. When applicable and
upon receipt of such consent from the COUNTY, the Consultant shall cause the names
of the engineering and surveying firms responsible for the major portions of each separate
specialty of the work to be inserted on the reports or other data.
3.16 All documents, prepared by the Consultant pursuant to this Agreement are
related exclusively to the Services described herein and are not intended or represented
to be suitable for reuse by the COUNTY or others on any other project. Reuse of any
documents prepared by the Consultant is prohibited and shall be at the COUNTY's own
risk. The Consultant shall not be held liable for any modifications made to the documents
by others.
3.17 Consultant is registered with and will use the Department of Homeland
Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all
newly hired employees for the duration of this agreement, as required by Section 448.095,
F.S. Consultant is also responsible for obtaining proof of E -Verify registration and
compliance for all subcontractors.
5
4. TERM: TIME FOR COMPLETION.
4.1 The time for completion of the Project shall be 600 calendar days, as may
be modified from time to time based on the progress of the construction contract.
5. COMPENSATION.
5.1 The COUNTY shall pay to the Consultant the mutually agreed professional
fee of TWO MILLION NINE HUNDRED NINETY-EIGHT THOUSAND NINE HUNDRED
FIFTY-THREE DOLLARS AND THIRTY-NINE CENTS ($2,998,953.39) for Services
rendered for the Project, to be paid in monthly installments based on staff hours expended
and materials and geotechnical tests performed, as set forth in the Attachments. Duly
certified invoices, shall be submitted to the County Project Manager, in detail sufficient
for proper prepayment and post payment audit. Upon submittal of a proper invoice the
County Project Manager will review and will authorize payment to be made. All payments
for services shall be made to the Consultant by the COUNTY in accordance with the Local
Government Prompt Payment Act, as may be amended from time to time (Section 218.70,
Florida Statutes, et seq.).
5.1.1 The Consultant acknowledges and agrees that it will not be reimbursed for
any travel within the State of Florida associated with its Services on this Project.
5.1.2 The COUNTY shall make direct payment of all permit fees paid to regulatory
agencies for approvals directly attributable to the Services under the Project. These
permit fees do not include those permits required for any construction contractor.
5.2 The COUNTY may at any time notify the Consultant of requested changes
to the Services under the Contract, and thereupon the COUNTY and the Consultant shall
execute a mutually agreeable Amendment to the Contract.
5.3 The COUNTY shall have the sole right to reduce or eliminate, in whole or in
part, any portion of the Services under the Attachments at any time and for any reason,
upon written notice to the Consultant specifying the nature and extent of the reduction.
In such event, the Consultant shall be paid for the Services already performed and also
for the Services remaining to be done and not reduced or eliminated, upon submission of
invoices as set forth in this Agreement.
5.4 The COUNTY may, at any time and for any reason, direct the Consultant to
suspend Services, in whole or in part under this Agreement. Such direction shall be in
writing and shall specify the period during which Services shall be stopped. The
Consultant shall resume its Services upon the date specified, or upon such other date as
the COUNTY may thereafter specify in writing. Where the COUNTY has suspended the
services under this Agreement for a period in excess of six (6) months, the compensation
of Consultant for such suspended Services may be subject to modification. The period
during which the Services are stopped by the COUNTY shall be added to the time of
performance of this Agreement.
6. ADDITIONAL WORK.
6.1 If services in addition to the Services provided hereunder are required or
desired by the County in connection with the Project, the COUNTY may, at the sole option
of the COUNTY: separately obtain same outside of this Agreement; or request the
Consultant to provide, either directly by the Consultant or by a sub -consultant, such
additional services by an Amendment to the Contract.
7. INSURANCE AND INDEMNIFICATION.
7.1 The Consultant shall not commence work on this Agreement until it has
obtained all insurance required under this Agreement and such insurance has been
approved by the County's Risk Manager.
7.2 Consultant's insurance coverage shall be primary.
7.3 All required insurance policies shall be placed with insurers licensed to do
business in Florida and with a Best's rating of A VII or better.
7.4 The insurance policies procured shall be occurrence forms, not claims
made policies with the exception of professional liability.
7.5 A certificate of insurance shall be provided to the County's Risk Manager
for review and approval, ten (10) days prior to commencement of any work under this
Agreement. The COUNTY shall be named as an additional insured on all policies except
workers' compensation and professional liability.
7.6 The insurance companies selected shall send written verification to the
County Risk Manager that they will provide 30 days prior written notice to the County Risk
Manager of its intent to cancel or modify any required policies of insurance.
7.7 Consultant shall furnish separate certificates and endorsements for each
sub -consultant. All coverages for sub -consultants shall be subject to all of the
requirements stated herein.
7.8 Consultant agrees that it now carries and will continue to carry during the
performance of this Agreement, at its own expense, the applicable insurance policies
indicated below, with limits not less than those specified. Any insurance on a "claims
made" basis shall be maintained for at least 3 years after completion of the Services.
A. Worker's Compensation — Statutory
B. Employer's Liability - $1,000,000 per occurrence
C. Commercial General and Contractual Liability — $1,000,000 per occurrence
D. Automobile Liability - $1,000,000 per occurrence
E. Umbrella Liability - $2,000,000 aggregate (in excess of B., C. and D. above)
7
F. Professional Liability - $1,000,000 per claim/aggregate.
7.9 The Consultant shall indemnify and hold harmless the COUNTY, and its
officers and employees, from liabilities, damages, losses, and costs, including, but not
limited to, reasonable attorneys' fees, to the extent caused by the negligence,
recklessness, or intentionally wrongful conduct of the Consultant and other persons
employed or utilized by the Consultant in the performance of this Agreement.
8. TERMINATION.
8.1 This Agreement may be terminated: (a) by the COUNTY, for any reason,
upon thirty (30) days' prior written notice to the Consultant; or (b) by the Consultant, for
any reason, upon thirty (30) days' prior written notice to the COUNTY; or (c) by the mutual
Agreement of the parties; or (d) as may otherwise be provided below. In the event of the
termination of this Agreement, any liability of one party to the other arising out of any
Services rendered, or for any act or event occurring prior to the termination, shall not be
terminated or released.
8.2 In the event of termination by the COUNTY, the COUNTY shall be obligated
to pay the Consultant for those portions of satisfactorily completed work previously
authorized by approved Work Order. Such payment shall be determined on the basis of
the hours of work performed by the Consultant, up to the time of termination. In the event
of such termination, the COUNTY may, without penalty or other obligation to the
Consultant, elect to employ other persons to perform the same or similar services.
8.3 In addition to the termination rights set forth in 8.1, the obligation to provide
services under this Agreement may be terminated by either party upon seven (7) days
prior written notice in the event of substantial failure by the other party to perform in
accordance with the terms of this Agreement through no fault of the terminating party.
8.4 In the event that the Consultant merges with another company, becomes a
subsidiary of, or makes any other substantial change in structure, the COUNTY reserves
the right to terminate this Agreement in accordance with its terms.
8.5 In the event of termination of this Agreement, the Consultant agrees to
surrender any and all documents prepared by the Consultant for the COUNTY in
connection with this Agreement.
8.6 The COUNTY may terminate this Agreement for refusal by the Consultant
to allow public access to all documents, papers, letters, or other material subject to the
provisions of Chapter 119 Florida Statutes and made or received by the Consultant in
conjunction with this Agreement.
8.7 The COUNTY may terminate this Agreement in whole or in part if the
Consultant submits a false invoice to the COUNTY.
8.8 TERMINATION IN REGARDS TO F.S. 287.135: CONSULTANT certifies
that it and those related entities of CONSULTANT as defined by Florida law are not on
the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the
Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this agreement
is for goods or services of one million dollars or more, CONSULTANT certifies that it and
those related entities of CONSULTANT as defined by Florida law are not on the
Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with
Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473
of the Florida Statutes and are not engaged in business operations in Cuba or Syria.
OWNER may terminate this Contract if CONSULTANT is found to have submitted a false
certification as provided under section 287.135(5), Florida Statutes, been placed on the
Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with
Activities in the Iran Petroleum Energy Sector List, or been engaged in business
operations in Cuba or Syria, as defined by section 287.135, Florida Statutes.
OWNER may terminate this Contract if CONSULTANT, including all wholly owned
subsidiaries, majority-owned subsidiaries, and parent companies that exist for the
purpose of making profit, is found to have been placed on the Scrutinized Companies that
Boycott Israel List or is engaged in a boycott of Israel as set forth in section 215.4725,
Florida Statutes.
9. TRUTH -IN -NEGOTIATION CERTIFICATE; CONTINGENCY FEES.
9.1 Execution of this Agreement by the Consultant shall act as the execution of
a truth -in -negotiation certificate certifying that the wage rates and costs used to determine
the compensation provided for in this Agreement are accurate, complete and current as
of the date of the Agreement. The original contract price and any additions thereto will
be adjusted to exclude any significant sums by which the COUNTY determines the
contract price was increased due to inaccurate, incomplete, or noncurrent wage rates and
other factual unit costs. All such contract adjustments must be made within 1 year
following the end of the contract. COUNTY has the authority and right to audit
Consultant's records under this provision. The COUNTY does not hereby waive any other
right it may have pursuant to Section 287.055, Florida Statutes, as it may be from time -
to -time amended.
9.2 Pursuant to the Consultants' Competitive Negotiations Act, F. S. section
287.055, the Consultant warrants that it has not employed or retained any company or
person other than a bona fide employee working solely for the Consultant to solicit or
secure this Agreement and that it has not paid or agreed to pay any company or person
other than a bona fide employee working solely for the Consultant any fee, commission,
percentage fee, gifts or any other considerations, contingent upon or resulting from the
award or making of this contract. For breach of violation of this provision, the COUNTY
shall have the right to terminate this Agreement without liability and, at its discretion, to
deduct from the contract price, or otherwise recover, the full amount of such fee,
commission, percentage, gift, or consideration.
9
10. MISCELLANOUS PROVISIONS.
10.1 Independent Contractor. It is specifically understood and acknowledged by
the parties hereto that the Consultant or employees or subconsultants of the Consultant
are in no way to be considered employees of the COUNTY, but are independent
contractors performing solely under the terms of the Agreement and not otherwise.
10.2 Merger; Modification. This Agreement incorporates and includes all prior
and contemporaneous negotiations, correspondence, conversations, agreements or
understandings applicable to the matters contained herein and the parties agree that
there are no commitments, agreements, or understandings of any nature whatsoever
concerning the subject matter of the Agreement that are not contained in this document.
Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon
any prior or contemporaneous representations or agreements, whether oral or written.
No alteration, change, or modification of the terms of this Agreement shall be valid unless
made in writing and signed by the Consultant and the COUNTY.
10.3 Governing Law; Venue. This Agreement, including all attachments hereto,
shall be construed according to the laws of the State of Florida. Venue for any lawsuit
brought by either party against the other party or otherwise arising out of this Agreement
shall be in Indian River County, Florida, or, in the event of federal jurisdiction, in the United
States District Court for the Southern District of Florida. The prevailing party in any lawsuit
arising out of or related to this Agreement shall be entitled to recover its reasonable
attorney's fees and costs, including fees and costs through appeal. The parties
expressly and voluntarily waive any and all rights to trial by jury in connection with
any litigation arising out of or related to this Agreement.
10.4 Remedies; No Waiver. All remedies provided in this Agreement shall be
deemed cumulative and additional, and not in lieu or exclusive of each other or of any
other remedy available to either party, at law or in equity. Each right, power and remedy
of the parties provided for in this Agreement shall be cumulative and concurrent and shall
be in addition to every other right, power or remedy provided for in this Agreement or now
or hereafter existing at law or in equity or by statute or otherwise. The failure of either
party to insist upon compliance by the other party with any obligation, or exercise any
remedy, does not waive the right to so in the event of a continuing or subsequent
delinquency or default. A party's waver of one or more defaults does not constitute a
waiver of any other delinquency or default. If any legal action or other proceeding is
brought for the enforcement of this Agreement or because of an alleged dispute, breach,
default or misrepresentation in connection with any provisions of this Agreement, each
party shall bear its own costs.
10.5 Severability. If any term or provision of this Agreement or the application
thereof to any person or circumstance shall, to any extent, be held invalid or
unenforceable for the remainder of this Agreement, then the application of such term or
provision to persons or circumstances other than those as to which it is held invalid or
10
unenforceable shall not be affected, and every other term and provision of this Agreement
shall be deemed valid and enforceable to the extent permitted by law.
10.6 Availability of Funds. The obligations of the COUNTY under this Agreement
are subject to the availability of funds lawfully appropriated for its purpose by the Board
of County Commissioners of Indian River County.
10.7 No Pledge of Credit. The Consultant shall not pledge the COUNTY's credit
or make it a guarantor of payment or surety for any contract, debt, obligation, judgment,
lien or any form of indebtedness.
10.8 Public Records.
A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The
Consultant shall comply with Florida's Public Records Law. Specifically, the Consultant
shall:
(1) Keep and maintain public records required by the County to perform the
service.
(2) Upon request from the County's Custodian of Public Records, provide the
County with a copy of the requested records or allow the records to be inspected
or copied within a reasonable time at a cost that does not exceed the cost provided
in Chapter 119 or as otherwise provided by law.
(3) Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except as
authorized by law for the duration of the contract term and following completion of
the contract if the Consultant does not transfer the records to the County.
(4) Upon completion of the contract, transfer, at no cost, to the County all
public records in possession of the Consultant or keep and maintain public records
required by the County to perform the service. If the Consultant transfers all public
records to the County upon completion of the contract, the Consultant shall destroy
any duplicate public records that are exempt or confidential and exempt from public
records disclosure requirements. If the Consultant keeps and maintains public
records upon completion of the contract, the Consultant shall meet all applicable
requirements for retaining public records. All records stored electronically must be
provided to the County, upon request from the Custodian of Public Records, in a
format that is compatible with the information technology systems of the County.
B. IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO
11
THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS
AT:
(772) 226-1424
publicrecords@ircgov.com
Indian River County Office of the County Attorney
1801 27th Street
Vero Beach, FL 32960.
C. Failure of the Consultant to comply with these requirements shall be a material breach
of this Agreement.
10.9 Notices: Any notice, request, demand, consent, approval, or other
communication required or permitted by this Agreement shall be given or made in writing
and shall be served, as elected by the party giving such notice, by any of the following
methods: (a) Hand delivery to the other party; (b) Delivery by commercial overnight
courier service; or (c) Mailed by registered or certified mail (postage prepaid), return
receipt requested at the addresses of the parties shown below:
County: Indian River County
Attn: Richard B. Szpyrka, P.E.
1801 27th Street
Vero Beach, FL 32960-3365
Facsimile: (772) 770-5143
Consultant: CONSOR Engineers LLC
Attn: William R. Adams, III
1511 N. Westshore Blvd.
Suite 220
Tampa, FL 33609
Email wadams@consoreng.com
Notices shall be effective when received at the address as specified above. Email
transmission is acceptable notice effective when received, provided, however, that email
transmissions received after 5:00 p.m. or on weekends or holidays, will be deemed
received on the next day that is not a weekend day or a holiday. The original of the notice
must additionally be mailed. Either party may change its address, for the purposes of this
section, by written notice to the other party given in accordance with the provisions of this
section.
10.10 Survival. Except as otherwise expressly provided herein, each obligation in
this Agreement to be performed by Consultant shall survive the termination or expiration
of this Agreement.
12
10. 11 Construction. The headings of the sections of this Agreement are for the
purpose of convenience only, and shall not be deemed to expand, limit, or modify the
provisions contained in such Sections. All pronouns and any variations thereof shall be
deemed to refer to the masculine, feminine or neuter, singular or plural, as the identity of
the party or parties may require. The parties hereby acknowledge and agree that each
was properly represented by counsel and this Agreement was negotiated and drafted at
arm's-length so that the judicial rule of construction to the effect that a legal document
shall be construed against the draftsperson shall be inapplicable to this Agreement.
10.12 Counterparts. This Agreement may be executed in one or more
counterparts, each of which shall be deemed to be an original copy and all of which shall
constitute but one and the same instrument.
13
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of
the date first written above.
CONSOR ENGINEERS, LLC
By
W
William R. Adams, III, Sr. Vice- President
Date 3 Zd Z -o Z3
Witness:
14
INDIAN RIVER COUNTY ;:•��y•c�?Miss••,
BOARD OF COUNTY COMMISSIO5 ���;•
By !�%�'•
Josep H. Ear , Chairman �9 . oY�•
.
Fq cOUtl�;..�
Date Approved by BCC: March 28, 2023
Attest: Jeffrey R. Smith, Clerk of Court
and Comptroller
:
Deputy _ •
Approved:
e_��
Midiae . Zito
Interim County Administrator
Approved as to form and legal
sufficiency:
illiam K. DeBraal
Deputy County Attorney
Attachment A
v`FRr'oG Indian River County Purchasing Division
D � 1800 271h Street
Itl t I'e�, Vero Beach, FL 32960
#ti_# Phone (772) 226-1416
\1 OIiID
Request for Qualifications
Project Name: Construction Engineering and Inspection (CEI)
Services for IRC -1505B (66th AVE From 69th St
to CR-510/85th St)
(FDOT FM No. 436379-2-54-01)
RFQ #: 2022072
RFQ Opening Date: Wednesday, August 31, 2022
RFQ Opening Time: 2:00 P.M.
All Statements of Qualifications (SOQs) must be received by the Purchasing Division,
180027 1h Street, Vero Beach, Florida 32960 prior to the date and time shown above.
Late responses will be not be accepted or considered.
PLEASE SUBMIT:
(1) ONE MARKED ORIGINALSOO,
(5) COPIES OF YOUR SOQ, AND
ONE ELECTRONIC COPY AS A SINGLE PDF ON USB, CD OR EMAILED TO
PURCHASING@IRCGOV.COM PRIOR TO THE RFQ OPENING DATE AND TIME.
Refer All Questions to:
Email: purchasing@ircgov.com
Page 1 of 17
Attachment A
IRC -15058 RFQ-CCNA 2022 FINAL
REQUEST FOR QUALIFICATIONS
RFQ # 2022072
Construction Engineering and Inspection (CEI)
Services for IRC -15058 (66th AVE From 69th St to CR-510/85th St)
In compliance with Section 287.055, Florida Statutes, the Indian River County Board of County
Commissioners is requesting Statements of Qualifications (SOQs) for professional architectural and
engineering firms for Construction Engineering and Inspection (CEI) Services for IRC -1505B — 66th AVE
From 69th St to CR-510/85th St.
Detailed specifications are available at: www.demandstar.com or by selecting "Current Solicitations" at
http://www.ircgov.com/Departments/Budget/Purchasing.
Receipt of one original and five (5) copies, plus one electronic copy of the SOQ bythe Purchasing Division,
180027 1h Street, Building B, Vero Beach, Florida 32960 must occur by 2:00 p.m. Wednesday, August 31,
2022.
Initial screening, ranking, final ranking and negotiations will be in accordance with the Consultant
Competitive Negotiation Act, Section 287.055, Florida Statutes. The Board of County Commissioners
reserves the right to accept or reject any and all submittals and to waive any and all informalities.
PURCHASING MANAGER
INDIAN RIVER COUNTY
Publish: For Publication on Demandstar and Vendor Registry, Thursday, July 28, 2022
Page 2 of 17
IRC -15058 RFQ-CCNA 2022 FINAL
Attachment A
Scope of Services
See Exhibit "A"
Page 3 of 17
IRC -15056 RFQ-CCNA 2022 FINAL
Attachment A
Submittal Instructions
Professional Engineering Firms (Consultants) responding to this Request for Qualifications (RFQ) shall submit the
following in their Statement of Qualifications (SOQ):
Information to Be Submitted. Submit one marked original and five (5) copies, plus one electronic copy (both
printed and electronic copies are required). SOQs must include and are requested to be organized as follows:
a. A history a description of the range of services offered by of the Consultant.
b. Summaries or biographies of the required Consultant Staff that will be assigned to the County. Include
name, background, special skills, number of years with the firm and years of experience. Identify the
Consultant's representative assigned to manage the County's project.
c. A detailed description of the Consultant's approach to successful completion of services such as those
described within this RFQ.
d. A description of expertise or unique capability Consultant can provide the County.
e. Provide a projected timeline/schedule with the Consultant's methodology.
f. References from municipalities Consultant has provided the similar services for in the last five years. Please
provide contact name, phone number, email address and project name.
g. Litigation: List of all ligation cases during the past three (3) years in which the proposing firm has
been a named party. Provide case number, case venue, and brief description of facts.
h. Firm Information form
i. Sworn statement on Disclosure of Relationships as per Section 105.08 of the Indian River County Code.
j. Certification Regarding Prohibition Against Contracting with Scrutinized Companies
k. Certification regarding lobbying
I. Certification regarding debarment
Method of Selection: The County shall convene a Selection Committee of which the responsibility shall be as
follows:
a. Independently review and evaluate each Submittal
1. Each Committee member shall evaluate each firm by assigning a number of points for each
criterion, as established in the solicitation, and then totaling the number of points for all criteria.
2. Each Committee member shall then rank the firms on the basis of the total number of points
received for all criteria, with the firm receiving the most points being ranked # 1.
b. Asa "Committee of the whole", develop a combined ranking order of all Submittals meeting minimum
qualifications. The ranking of firms shall be done in the following manner:
1. The rankings received by each firm from all Committee members shall be totaled and divided by
the number of Committee members, to produce an average ranking.
2. The firm receiving the lowest average ranking (i.e. closest to # 1) shall be ranked the # 1 firm, and
the process repeated until all firms have been ranked according to their average ranking.
3. In the event of a tie, the ranking of tied firms shall be determined by a comparison of the total
number of points received by each firm from all Committee members. The firm with the highest
number of points will be awarded the higher ranking position.
4. The Committee may discuss the rankings and their reasons behind them, and each member may
modify their ranking of firms accordingly until the Committee is satisfied with the rankings.
5. After interviews, and based upon information learned during the interviews, each Committee
member will rank the firms in order of preference and a consolidated final Committee ranking
established.
Page 4 of 17
Attachment A
IRC -15058 RFQ-CCNA 2022 FINAL
c. The County may, solely at its own option, seek additional Submittals with this or a similar Submittal in
the event the County, solely at its own option, determines that the quantity and/or quality of Submittals
received is insufficient to meet the County's needs and/or that award of a contract arising from this RFP
would not be in the public interest.
d. The Committee shall forward its recommendations in accordance with the ranking to the Indian River
County Board of County Commissioners, which shall, at its sole option, authorize negotiations of a
contract pursuant to the requirements of Florida law.
e. The Indian River County Board of County Commissioners possesses sole authority to award a contract
for the services sought herein.
Criteria for Award:
EVALUATION CRITERIA
EVALUATION POINTS MAXIMUM
1. Firm qualifications/capabilities and similar projects*
20
2. Staff qualifications
15
3. Approach
20
4. Proposed Timeline
20
5. References
25
TOTAL 100
*In determining whether a firm is qualified, the Committee shall consider such factors as the ability of
professional personnel; whether a firm is a certified minority business enterprise; past performance; willingness
to meet time and budget requirements; location; recent, current, and projected workloads of the firms; and the
volume of work previously awarded to each firm by the agency, with the object of effecting an equitable
distribution of contracts among qualified firms, provided such distribution does not violate the principle of
selection of the most highly qualified firms.
Page 5 of 17
IRC -1505B RFQ-CCNA 2022 FINAL
Attachment A
General Instructions
Cone of Silence. Potential respondents and their agents must not communicate in any way with the Board of
Commissioners, County Administrator or any County staff other than Purchasing personnel in reference or
relation to this solicitation. This restriction is effective from the time of solicitation advertisement until the
Board of County Commissioners meets to authorize award. Such communication may result in disqualification.
Sealed Submittals and Envelope Markings: All responses shall be submitted in a sealed envelope or box. The
outside of the envelope shall be clearly marked with the Consultant's Name and Return Address, RFQ #, Title,
Date of opening, and Time of Opening.
Opening Location: Responses must be received by the Purchasing Division at 1800 27th Street, Vero Beach, FL
32960, on or before the closing hour and date listed in the Request for Qualifications. SOQs submitted after the
stated time and date will not be accepted or considered.
Submission: Submit one marked original and five (5) copies of your SOO, PLUS one electronic copy submitted on
CD, USB drive or by email to purchasing@ircgov.com PRIOR to the due date and time for responses. Both
printed and electronic copies are required.
Public Record Exemption: Correspondence, materials, and documents received pursuant to this Invitation for
Bid become public records subject to the provisions of Chapter 119, Florida Statutes. Should the Bidder assert
any exemptions to the requirements of Chapter 119, Florida Statutes, and related statutes, the burden of
establishing such exemption, by the way of injunctive or other relief as provided by law, shall be upon the
Bidder.
Taxes: Indian River County is exempt from any taxes imposed by State and / or Federal Government. Exemption
Certificates, if required, are to be furnished by the successful Consultant and will be filled out by the County.
Indemnification: The Consultant shall defend, indemnify and hold harmless the County and its commissioners,
officers, employees and agents, from liabilities, damages, losses, and costs, including, but not limited to,
reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of the design professional and other persons employed or utilized by the design professional in the
performance of the contract.
Public Access: The Consultant shall comply with Florida's Public Records Law in accordance with the provisions
of Chapter 119, Florida Statutes. Specifically, the Consultant shall keep and maintain public records that
ordinarily and necessarily would be required by the County in order to perform the service. The Consultant shall
provide the public with access to public records on the same terms and conditions that the County would
provide the records at a cost that does not exceed the costs provided in Chapter 119 or as otherwise provided
bylaw. The Consultant shall ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law. The Consultant shall meet all
requirements for retaining public records and transfer, at no cost, to the County, all public records in possession
of the Consultant upon termination of the contract and destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. All records stored electronically must be
provided to the County in a format that is compatible with the information technology systems of the County.
Public Entity Crimes: Pursuant to Florida Statutes Section 287.133(2)(a), all Consultants are hereby notified that
a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity
Page 6 of 17
Attachment A
IRC -15058 RFQ-CCNA 2022 FINAL
crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity
(defined as the State of Florida, any of its departments or agencies, or any political subdivision); may not submit
a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or
public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be
awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any
public entity; and may not transact business with any public entity in excess of the threshold amount provided in
Florida Statutes Section 287.017 for CATEGORY TWO [currently $35,000] for a period of 36 months from the
date of being placed on the convicted vendor list. A "public entity crime" means a violation of any state or
federal law by a person with respect to and directly related to the transaction of business with any public entity
or with an agency or political subdivision of any other state or with the United States, including, but not limited
to, any bid, proposal, reply, or contract for goods or services, any lease for real property, or any contract for the
construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion,
racketeering, conspiracy, or material misrepresentation.
Suspension and Debarment: Indian River County will not make award to parties listed on the government -wide
exclusions in the System for Award Management (SAM). The Consultant agrees to comply with the requirements
of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period
of any contract that may arise from this offer. The Consultant further agrees to include a provision requiring
such compliance in its lower tier covered transactions.
Scrutinized Companies Lists: The Consultant certifies that it and those related entities of respondent as defined
by Florida law are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of
the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this agreement is for goods or
services of one million dollars or more, Contractor certifies that it and those related entities of respondent as
defined by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the
Florida Statutes and are not engaged in business operations in Cuba or Syria. The County may terminate this
Contract if Company is found to have submitted a false certification as provided under section 287.135(5),
Florida Statutes, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in
Cuba or Syria, as defined by section 287.135, Florida Statutes. County may terminate this Contract if Company,
including all wholly owned subsidiaries, majority-owned subsidiaries, and parent companies, that exist for the
purpose of making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel List or
is engaged in a boycott of Israel as set forth in section 215.4725, Florida Statutes.
Accordingly, firms responding to this solicitation shall return with their response an executed copy of the
attached "Certification Regarding Prohibition Against Contracting With Scrutinized Companies." Failure to return
this executed form with submitted bid/proposal/statement of qualifications will result in the response being
deemed non-responsive and eliminated from consideration.
Non -Discrimination: Indian River County will not knowingly do business with vendors or contractors who
discriminate on the basis of race, color or national origin, sex, sexual orientation, gender identity, age and/or
disability. Through the course of providing services to the County, Contractors shall affirmatively comply with all
applicable provisions of Title VI of the Civil Rights Act of 1964, the Civil Rights Restoration Act of 1987 and the
Florida Civil Rights Act of 1992, as well as all other applicable regulations, guidelines and standards. Any person
who believes their rights have been violated should report such discrimination to the County's Title
VI/Nondiscrimination Coordinator through the office of the County Attorney.
Page 7 of 17
Attachment A
IRC -15056 RFQ-CCNA 2022 FINAL
E -Verify: Consultant must be registered with and use, at their sole expense, the Department of Homeland
Security's E -Verify system (www.e-verifV.gov) to confirm the employment eligibility of all newly hired
employees, as required by Section 448.095, F.S. Owner, contractor, and subcontractors may not enter into a
contract unless each party to the contract registers with and uses the E -Verify system. Consultant is responsible
for obtaining proof of E -Verify registration for all subcontractors/subconsultants. This requirement applies to
any provider of services or goods.
Local Preference: Indian River County has no local ordinance or preferences, as set forth in section 255.0991(2),
Florida Statutes, in place, therefore no preference prohibited by that section will be considered in the
acceptance, review or award of this solicitation.
Regulations: It shall be the responsibility of the Consultant to assure compliance with any OSHA, EPA and / or
other Federal or State of Florida rules, regulations, or other requirements, as each may apply.
Interpretations: No oral interpretations will be made to any Consultant as to the meaning of the RFQ
documents. Every request for such an interpretation shall be made in writing, addressed and forwarded to
Indian River County (purchasing@ircgov.com) ten (10) or more days before the date fixed for opening of the
RFQ. The County shall not be responsible for oral interpretations given by any County employee. Every
interpretation made to Consultants will be in the form of an Addendum, which if issued, will be sent promptly as
is practical to all persons to whom RFQ documents have been issued. All such Addenda shall become part of the
RFQ documents. Further, it shall be the responsibility of each Consultant, prior to submitting their SOQ, to
contact Indian River County's Purchasing Division at (772) 226-1416 to determine if addenda were issued and to
make such addenda a part of their SOQ.
Applicable Law and Venue: Contract(s) resulting from this RFQ and all rights and duties of the parties hereto
shall be governed by the laws of the State of Florida, including but not limited to the provisions of the Florida
Uniform Commercial Code Chapters 671-679 F.S., for any terms and conditions not specifically stated in this
solicitation and resulting agreement. Venue for any lawsuit brought by either party against the other party or
otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal
jurisdiction, in the United States District Court for the Southern District of Florida.
Conflict of Interest: Any entity submitting a bid, proposal, qualifications or entering into a contract with the
County shall disclose any relationship that may exist between the contracting entity and a County Commissioner
or a County Employee. The relationship with a County Commissioner or a County Employee that must be
disclosed is as follows: father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece,
husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law,
stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or
grandchild. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in the management of the entity. The disclosure of relationships shall be a
sworn statement made on a County approved form. Failure to submit the form will be cause for rejection of the
bid or proposal.
Prohibition Against Contingent Fees: If a contract is entered resulting from this request for qualifications, it shall
include a prohibition against contingent fees statement, as required by FS 255.087.
Right to Protest: Any actual or prospective responding Consultant who is aggrieved in connection with a
competitive selection process may protest to the Purchasing Manager. The protest shall be submitted to the
Purchasing Manager in writing within seven (7) calendar days after the bidder or proposer knows or should have
Page 8 of 17
Attachment A
IRC-1505BRFQ-CCNA 2022 FINAL
known of the facts giving rise to the protest. If the protest is not resolved by mutual agreement, the Purchasing
Manager shall promptly issue a decision in writing, after consulting the Department and the Office of the County
Attorney.
Awards: The County reserves the right to cancel the solicitation, reject any and all SOQs or waive any irregularity
or technicality in submittals received. The County reserves the right to not make any award(s) under this
solicitation.
Termination by the County: The County reserves the right to terminate a contract by giving thirty (30) days
notice, in writing, of the intention to terminate, if at any time the Consultant fails to abide by or fulfill any of the
terms and conditions of the contract. The County also reserves the right to terminate this contract for
convenience of the County and / or with or without cause.
Compliance with Laws and Regulations: Consultant agrees that they will comply with all Federal, State, and
Local Laws and Regulations applicable to the production, sale, and delivery of the goods or the furnishing of any
labor or services called for by this solicitation and resulting agreement, and any provisions required thereby to
be included herein shall be deemed to be incorporated herein by reference. Noncompliance may be considered
grounds for termination of contracts.
Insurance:
The Consultant shall provide, prior to execution of the contract, the insurance required under this section for
approval by the County. Firm's insurance shall be primary. The County shall be named as an additional insured
for both General Liability and Automobile Liability. The awarded firm shall maintain the following limits of
insurance during the term duration of this agreement.
General Liability
Each Occurrence $500,000
Fire Damage -any one fire $50,000
Medical Expenses -any one person $5,000
Personal and Advertising Injury $500,000
General Aggregate $500,000
Combined Single Limit $500,000
Automobile Liability — Combined Single Limit $500,000
Worker's Compensation as required by the State of Florida
Each accident $100,000
Each Disease — Each employee $100,000
Each disease — policy limit $500,000
Professional Liability Insurance
$1,000,000 per occurrence
$2,000,000 aggregate combined single limit
$5,000 maximum deductible per claim
The policy shall cover the firm, all employees, and/or volunteers, and all independent
contractors, subcontractors and professional contractual persons hired or retained by
contractor.
Page 9 of 17
Attachment A
IRC -15056 RFQ-CCNA 2022 FINAL
All above insurance policies shall be placed with insurers with a Best's rating of no less than A -VII. The insurer
chosen shall also be licensed to do business in Florida. The insurance policies procured shall be "Claims Made"
policies or as generally available on the open insurance market.
The Insurance Carriers shall supply Certificates of Insurance evidencing such coverage to the Indian River County
Risk Management Department prior to the execution of this Agreement.
The insurance companies selected shall send written verification to the Indian River County Risk
Management Department that they will provide 30 days written notice to the Indian River County Department
of Risk Management of its intent to cancel or terminate.
Indian River County reserves the right to accept or reject any or all SOQs in whole or in part and waive any and
all any technicalities or irregularities.
Page 10 of 17
IRC -15056 RFQ-CCNA 2022 FINAL
Attachment A
FIRM INFORMATION
Communications concerning this statement of qualifications shall be addressed to:
Company Name
Tax ID Number W_g Attached ❑
Contact Name Phone
Title Email
Address
The following addenda are hereby acknowledged:
Addendum Number Date
1. How many years has your organization been providing these services?
2. List State of Florida Registration Number(s):
3. List government agencies and private firm(s) with whom you have completed similar work:
Agency/Firm Name:
Address:
Contact Name: Title:
E -Mail: Phone:
Services Provided:
Dates of Service:
Agency/Firm Name:
Address:
Contact Name: Title: _
E -Mail: Phone:
Services Provided:
Dates of Service:
Page 11 of 17
Attachment A
IRC -1505B RFQ-CCNA 2022 FINAL
Agency/Firm Name:
Address:
Contact Name: Title: _
E -Mail: Phone:
Services Provided:
Dates of Service:
Agency/Firm Name:
Address:
Contact Name:
E -Mail:
Services Provided:
Dates of Service:
4. Date Registered with e-Verify.gov:
Title: _
Phone:
Certificate #
5. List all ligation cases during the past three (3) years in which the Consultant has been a named party.
Use additional sheets, as necessary.
Year filed I Case number I Venue I Description
Page 12 of 17
Attachment A
IRC -15056 RFQ-CCNA 2022 FINAL
SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF
RELATIONSHIPS
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO
ADMINISTER OATHS.
1. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2022072
for Construction Engineering and Inspection (CEI) Services for IRC -1505B — 66th AVE From 69th
St to CR-510/85th St.
2. This sworn statement is submitted by:
(Name of entity submitting Statement)
whose business address is:
and its Federal Employer Identification Number (FEIN) is
My name is
(Please print name of individual signing)
and my relationship to the entity named above is
I understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means:
The term "affiliate" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of the entity.
I understand that the relationship with a County Commissioner or County employee that must
be disclosed as follows:
Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband,
wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law,
stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister,
grandparent, or grandchild.
Based on information and belief, the statement, which I have marked below, is true in relation
to the entity submitting this sworn statement. [Please indicate which statement applies.]
Neither the entity submitting this sworn statement, nor any officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in management of the
Page 13 of 17
Attachment A
IRC -15058 RFQ-CCNA 2022 FINAL
entity, have any relationships as defined in section 105.08, Indian River County Code, with any
County Commissioner or County employee.
The entity submitting this sworn statement, or one or more of the officers, directors, executives,
partners, shareholders, employees, members, or agents, who are active in management of the
entity have the following relationships with a County Commissioner or County employee:
Name of Affiliate
or entity
STATE OF
COUNTY OF
Name of County Commissioner
or employee
Sworn to (or affirmed) and subscribed before me by means of ❑
notarization, this day of 20_____, by
person making statement).
Relationship
(Signature)
(Date)
physical presence or ❑ online
(name of
(Signature of Notary Public - State of Florida)
(Print, Type, or Stamp Commissioned Name of Notary Public)
❑ who is personally known to me or ❑ who has produced
as identification.
Page 14 of 17
Attachment A
IRC -15058 RFQ-CCNA 2022 FINAL
CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH
SCRUTINIZED COMPANIES
(This form MUST be submitted with your response)
I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority-owned
subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose
of making profit have been placed on the Scrutinized Companies that Boycott Israel List created pursuant to s.
215.4725 of the Florida Statutes, or are engaged in a boycott of Israel.
In addition, if this solicitation is for a contract for goods or services of one million dollars or more, I hereby
certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority-owned
subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose
of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies
with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or
are engaged in business operations in Cuba or Syria as defined in said statute.
I understand and agree that the County may immediately terminate any contract resulting from this solicitation
upon written notice if the undersigned entity (or any of those related entities of respondent as defined above by
Florida law) are found to have submitted a false certification or any of the following occur with respect to the
company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is
engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars or more, it has
been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with
Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in
Cuba or Syria.
Name of Respondent:
By:
(Authorized Signature)
Title:
Date:
Page 15 of 17
Attachment A
IRC -1505B RFQ-CCNA 2022 FINAL
CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
The undersigned Firm certifies, to the best of his or her knowledge, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding
of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of
any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any
Federal contract, grant, loan, or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure
Form to Report Lobbying," in accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the award documents for
all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative
agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who
fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
The Contractor, , certifies or affirms the truthfulness and accuracy of
each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that
the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any.
Signature of Contractor's Authorized Official
Name and Title of Contractor's Authorized Official
Date
Page 16 of 17
Attachment A
IRC -15056 RFQ-CCNA 2022 FINAL
CERTIFICATION REGARDING DEBARMENT, SUSPENSION
INELIGIBILITY AND VOLUNTARY EXCLUSION
(1) The CONSULTANT certifies, by submission of this SOQ, that neither it nor its principals is presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any Federal department or agency.
(2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this SOQ.
Signature of Proposer's Authorized Official
Name and Title of Proposer's Authorized Official
Date
Page 17 of 17
Attachment A
EXHIBIT "A"
CONSTRUCTION ENGINEERING AND INSPECTION
SCOPE OF SERVICES
FOR
Project Description:
66`h Avenue From 69th Street to CR-510/85th Street
IRC Project No.: IRC -1505B
IRC RFQ No.: 2022072
Financial Project ID(s): 436379-2-54-01
Federal Project No.: N/A
Version 1.0_ 01/08/2019
Attachment A
TABLE OF CONTENTS
Contents
1.0
PURPOSE: ............................................................................................................................................... 3
2.0
SCOPE: ....................................................................................................................................................
3
3.0
LENGTH OF SERVICE: ........................................................................................................................
3
4.0
DEFINITIONS: .......................................................................................................................................
4
5.0
ITEMS TO BE FURNISHED BY INDIAN RIVER COUNTY TO THE CONSULTANT: ..................
5
6.0
ITEMS FURNISHED BY THE CONSULTANT: ...................................................................................
6
6.1
INDIAN RIVER COUNTY DOCUMENTS: .....................................................................................................
6
6.2
INDIAN RIVER COUNTY DOCUMENTS: .....................................................................................................
6
6.3
OFFICE AUTOMATION: ............................................................................................................................
6
6.4
FIELD OFFICE: ........................................................................................................................................
7
6.5
VEHICLES: .............................................................................................................................................
7
6.6
FIELD EQUIPMENT: .................................................................................................................................
7
6.7
LICENSING FOR EQUIPMENT OPERATIONS: ...............................................................................................
7
7.0
LIAISON RESPONSIBILITY OF THE CONSULTANT: .....................................................................
8
8.0
PERFORMANCE OF THE CONSULTANT: ........................................................................................
8
9.0
REQUIREMENTS OF THE CONSULTANT: .......................................................................................
8
9.1
GENERAL: ..............................................................................................................................................
8
9.2
SURVEY CONTROL: ................................................................................................................................
9
9.3
ON-SITE INSPECTION: .............................................................................................................................
9
9.4
SAMPLING AND TESTING: ........................................................................................................................
9
9.5
ENGINEERING SERVICES: ......................................................................................................................
10
9.6
GEOTECHNICAL ENGINEERING: .............................................................................................................
13
10.0
PERSONNEL: .......................................................................................................................................
16
10.1
GENERAL REQUIREMENTS: ...................................................................................................................
16
10.2
PERSONNEL QUALIFICATIONS: ..............................................................................................................
16
10.3
STAFFING: ............................................................................................................................................
23
11.0
QUALITY ASSURANCE (QA) PROGRAM:.......................................................................................
23
1 1.1
QUALITY ASSURANCE PLAN: ................................................................................................................
23
11.2
QUALITY ASSURANCE REVIEWS: ...........................................................................................................
24
11.3
QUALITY RECORDS: .............................................................................................................................
24
12.0
CERTIFICATION OF FINAL ESTIMATES: ......................................................................................
25
12.1
FINAL ESTIMATE AND AS -BUILT PLANS SUBMITTAL:.............................................................................
25
13.0
AGREEMENT MANAGEMENT: ........................................................................................................
25
13.1
GENERAL: ............................................................................................................................................
25
14.0
OTHER SERVICES: .............................................................................................................................
25
15.0
POST CONSTRUCTION CLAIMS REVIEW: ....................................................................................
26
16.0
CONTRADICTIONS: ...........................................................................................................................
26
17.0
THIRD PARTY BENEFICIARY..........................................................................................................26
18.0
INDIAN RIVER COUNTY AUTHORITY...........................................................................................26
Attachment A
Financial Project ID (s): 436379-2-54-01
SCOPE OF SERVICES
CONSTRUCTION ENGINEERING AND INSPECTION
1.0 PURPOSE:
This scope of services describes and defines the Construction Engineering and Inspection (CEI)
services which are required for contract administration, inspection, and materials sampling and
testing for the construction projects listed below.
2.0 SCOPE:
Provide services as defined in this Scope of Services, the referenced Indian River County and
FDOT manuals & procedures.
The projects for which the services are required are:
Financial Project IDs: 436379-2-54-01
Descriptions: 66th Ave from 69th Street to CR-510/85th Street
County: Indian River
IRC Project No: IRC -1505B
Serve as the Indian River County's representative on the project and faithfully represent the
County's interest in all matters, with special emphasis given to issues involving public safety,
quality, timely completion of the work, and financial responsibility. Exercise independent
professional judgment in performing obligations and responsibilities under this Agreement.
Pursuant to Section 4.1.5 of the Construction Project Administration Manual (CPAM), the
authority of the Consultant's lead person, such as the Senior Project Engineer, and the Consultant's
Project Administrator shall be identical to Indian River County's Roadway Production Manager
and Project Manager respectively and shall be interpreted as such.
Services provided by the Consultant shall comply with FDOT's and Indian River County's
procedures, and memorandums in effect as of the date of execution of the Agreement unless
otherwise directed in writing by Indian River County.
On a single Construction Contract, it is a conflict of interest for a professional firm to receive
compensation from both Indian River County and the Contractor either directly or indirectly. Any
consultant firm, or its affiliate, that is the Engineer of Record (EOR) on this project is considered
ineligible to compete as a prime consultant for CEI services on that same project. A consultant firm,
or its affiliate, that was a subconsultant to the EOR may only be considered eligible as a prime CEI
services with the approval of the Public Works Director.
3.0 LENGTH OF SERVICE:
The services for this Consultant Construction Engineering & Inspection Contract shall begin upon
written notification to proceed by Indian River County.
Track the execution of the Construction Contract such that the Consultant is given timely
authorization to begin work. While no personnel shall be assigned until written notification by
Indian River County has been issued, the Consultant shall be ready to assign personnel within two
weeks of notification. For the duration of the project, coordinate closely with Indian River County
Stage I, II or III A- 3 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
and Contractor to minimize rescheduling of Consultant activities due to construction delays or
changes in scheduling of Contractor activities.
For estimating purposes, the Consultant will be allowed an accumulation of thirty (30) calendar
days to perform preliminary administrative services prior to the issuance of the Contractor's notice
to proceed for the project and thirty (30) calendar days to demobilize after final acceptance of the
Construction Contract.
The anticipated letting schedules and construction times for the projects are tabulated below:
Construction Contract Estimate
Financial Letting Date Start Date Duration
Project ID (Mo/Day/Yr) (Mo/Day/Yr) (Days)
436379-2-54-01 01/15/2023 03/01/2023 570
4.0 DEFINITIONS:
A. Ap-reement: The Professional Services Agreement between Indian River County and the
Consultant setting forth the obligations of the parties thereto, including but not limited to
the performance of the work, furnishing of services, and the basis of payment.
B. Contractor: The individual, firm, or company contracting with Indian River County for
performance of work or furnishing of materials.
C. Construction Contract: The written agreement between Indian River County and the
Contractor setting forth the obligations of the parties thereto, including but not limited to
the performance of the work, furnishing of labor and materials, and the basis of payment.
D. Construction Project Manager: The Indian River County employee assigned to manage the
Construction Engineering and Inspection Contract and represent Indian River County
during the performance of the services covered under this Agreement.
E. Construction Training/Oualification Program (CTQP): The MOT program for training
and qualifying technicians in Aggregates, Asphalt, Concrete, Earthwork, and Final
Estimates Administration. Program information is available at CTQP website.
F. Consultant: The Consulting firm under contract to Indian River County for administration
of Construction Engineering and Inspection services.
G. CEI Project Administrator/Project Engineer: The employee assigned by the Consultant to
be in charge of providing Construction Contract administration services for one or more
Construction Projects.
H. CEI Resident Compliance Specialist: The employee assigned by the Consultant to oversee
project specific compliance functions.
1. CEI Senior Project Engineer: The Engineer assigned by the Consultant to be in charge of
providing Construction Contract administration for one or more Construction Projects.
This person may supervise other Consultant employees and act as the lead Engineer for the
Consultant.
Stage I, II or III A- 4 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
J. District Construction Engineer: The administrative head of the FDOT District's
Construction Offices.
K. District Contract Compliance Manager: The administrative head of the FDOT District
Contract Compliance Office.
L. District Consultant CEI Manner: The Indian River County employee assigned to
administer the Consultant Construction Engineering and Inspection (CCEI) Program in the
District.
M. District Director of Transportation Operations: The FDOT Director of Construction,
Maintenance, Traffic Operations, Materials, and Safety.
N. District Final Estimates Manager: The administrative head of the FDOT District Final
Estimates Office.
O. District Professional Services Administrator: The Administrative Head of the FDOT Pro-
fessional Services Office.
P. District Secretary: The Chief Executive Officer in each of FDOT's eight (8) Districts.
Q. Districtwide Contract Compliance Specialist Consultant: The consultant hired under a
separate agreement with FDOT to ensure contractors on multiple contracts are in
compliance with the requirements of the Federal Highway Administration and USDOL.
R. Engineer of Record: The Engineer noted on the Construction plans as the responsible
person for the design and preparation of the plans.
S. Indian River Assistant Public Works Director: The deputy administrative head of Indian
River County's Public Works projects.
T. Indian River County Public Works Director: The administrative head of Indian River
County's Public Works.
U. Operations Engineer: The FDOT Engineer assigned to a particular County or area to
administer Construction and Maintenance Contracts for Indian River County.
V. Public Information Office: Indian River County's Public Works staff assigned to manage
the Public Information Program
W. Resident Engineer: The FDOT Engineer assigned to a particular County or area to admin-
ister Construction Contracts for Indian River County.
5.0 ITEMS TO BE FURNISHED BY INDIAN RIVER COUNTY TO THE CONSULTANT:
A. Indian River County, on an as needed basis, will furnish the following Construction
Contract documents for each project. These documents may be provided in either paper or
electronic format.
1. Construction Plans,
2. Specification Package,
Stage I, II or III A- 5 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
3. Copy of the Executed Construction Contract, and
4. Utility Agency's Approved Material List (if applicable).
B. Indian River County will provide connection to the County's electronic project
management system (e -Builder). Appropriate approvals must be received from Indian
River County prior to their use.
C. FDOT will furnish and support the software packages for SiteManager or MACs ifrequired
by FDOT.
6.0 ITEMS FURNISHED BY THE CONSULTANT:
6.1 Indian River County Documents:
All applicable FDOT documents referenced herein shall be a condition of this Agreement.
All FDOT documents, directives, procedures, and standard forms are available through the
FDOT's Internet website. Most items can be purchased through the following address. All
others can be acquired through the District Office or on-line at the FDOT's website.
Florida Department of Transportation
Maps and Publication Sales
605 Suwannee Street, MS 12
Tallahassee, Florida 32399-0450
Telephone No. (850) 414-4050
http://www.fdot.gov/construction/
6.2 Indian River County Documents:
All applicable Indian River County documents referenced herein shall be a condition of
this Agreement. All Indian River County documents, directives, procedures, and standard
forms are available upon request from the Indian River County Project Manager.
6.3 Office Automation:
Provide all software and hardware necessary to efficiently and effectively carry out the
responsibilities under this Agreement.
All informational, contractual and other business required for this project will be through
a system of paperless electronic means. Access to the construction management software
e -Builder website will be provided by the County. When the specifications require a written
submission of documentation, if possible, such documents must be submitted
electronically.
All documents requiring a signature must be executed electronically by both parties in
accordance with Chapter 668, Florida Statutes, and have the same force and effect as a
written signature. Indian River County will provide a web -based collaboration site to
facilitate the electronic document exchange. All persons requiring access to the
collaboration site shall be identified during the preconstruction conference.
Stage I, 11 or III A- 6 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
Ownership and possession of computer equipment and related software, which is provided
by the Consultant, shall remain at all times with the Consultant. The Consultant shall retain
responsibility for risk of loss or damage to said equipment during performance of this
Agreement. Field office equipment should be maintained and operational at all times.
6.4 Field Office:
Provide a field office with sufficient room and furnishings to effectively carry out
responsibilities under this Scope of Services. Field offices shall include telephone and
broadband internet access, meeting capabilities and shall be approved by Indian River
County. The field office shall be of adequate size for use by the Consultants field staff and
two staff members of Indian River County.
Field Office expenses will be compensated in accordance with Exhibit B (to be prepared
during award), Method of Compensation (per week).
6.5 Vehicles:
Vehicles will be equipped with appropriate safety equipment, including strobes, and must
be able to effectively carry out requirements of this Agreement. Vehicles shall have the
name and phone number of the consulting firm visibly displayed on both sides of the
vehicle.
6.6 Field Eauipment:
Supply survey, inspection, and testing equipment essential to perform services under this
Agreement; such equipment includes non -consumable and non -expendable items.
Hard hats shall have the name of the consulting firm visibly displayed.
Equipment described herein and expendable materials under this Agreement will remain
the property of the Consultant and shall be removed at completion of the work
Handling of nuclear density gauges shall be in compliance with their license.
Retain responsibility for risk of loss or damage to said equipment during performance of
this Agreement. Field office equipment shall be maintained and in operational condition at
all times.
6.7 Licensing for Eauiument Operations:
Obtain proper licenses for equipment and personnel operating equipment when licenses are
required. The license and supporting documents shall be available for verification by Indian
River County, upon request.
Radioactive Materials License for use of Surface Moisture Density Gauges shall be
obtained through the State of Florida Department of Health.
Stage I, II or III A- 7 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
7.0 LIAISON RESPONSIBILITY OF THE CONSULTANT:
For the duration of the Agreement, keep Indian River County's Construction Project Manager
informed of all significant activities, decisions, correspondence, reports, and other communications
related to its responsibilities under this Agreement.
Facilitate communications between all parties (i.e. architectural, mechanical, materials,
landscaping, local agencies, etc.) ensuring responses and resolutions are provided in a timely
manner. Maintain accurate records to document the communication process.
Inform the designated Indian River County Project Manager of any design defects, reported by the
Contractor or observed by the Consultant.
Submit all administrative items relating to Invoice Approval, Personnel Approval, User IDs, Time
Extensions, Work Change Directives, and Supplemental Amendments to the Indian River County
Construction Project Manager for review and approval.
8.0 PERFORMANCE OF THE CONSULTANT:
During the term of this Agreement and all Supplemental Amendments thereof, Indian River County
will review various phases of Consultant operations, such as construction inspection, materials
sampling and testing, and administrative activities, to determine compliance with this Agreement.
Cooperate and assist Indian River County representatives in conducting the reviews. If deficiencies
are indicated, remedial action shall be implemented immediately. Indian River County
recommendations and Consultant responses/actions are to be properly documented by the
Consultant. No additional compensation shall be allowed for remedial action taken by the
Consultant to correct deficiencies. Remedial actions and required response times may include but
are not necessarily limited to the following:
A. Further subdivide assigned inspection responsibilities, reassign inspection personnel, or
assign additional inspection personnel, within one week of notification.
B. Immediately replace personnel whose performance has been determined by the Consultant
and/or Indian River County to be inadequate.
C. Immediately increase the frequency of monitoring and inspection activities in phases of
work that are the Consultant's responsibility.
D. Increase the scope and frequency of training of the Consultant personnel.
9.0 REQUIREMENTS OF THE CONSULTANT:
9.1 General:
It shall be the responsibility of the Consultant to administer, monitor, and inspect the
Construction Contract such that the project is constructed in reasonable conformity with
the plans, specifications, and special provisions for the Construction Contract.
Observe the Contractor's work to determine the progress and quality of work. Identify
discrepancies, report significant discrepancies to Indian River County, and direct the
Contractor to correct such observed discrepancies.
Stage I, II or III A- 8 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
Control activities and perform the sampling and testing of materials and completed work
items for verification and acceptance.
FDOT or Indian River County may perform inspection and sampling of materials and
components at locations remote from the project site and FDOT or Indian River County
may perform testing of materials normally done in a laboratory remote from the project
site.
Determine the acceptability of all materials and completed work items on the basis of either
test results or verification of a certification, certified mill analysis, DOT label, DOT stamp,
etc.
Indian River County will monitor the effectiveness of the Consultant's testing procedures
through observation and independent assurance testing.
Sampling, testing and laboratory methods shall be as required by Indian River County's
Standard Specifications, Supplemental Specifications or as modified by the Special
Provisions of the Construction Contract.
Documentation reports on sampling and testing performed by the Consultant shall be
submitted during the same week that the construction work is done.
Transport samples to be tested in a FDOT Laboratory to the appropriate laboratory or
appropriate local FDOT facility.
Where required input verification testing information and data into FDOT's database using
written instructions provided by FDOT.
9.5 Eneineerine Services:
Coordinate the Construction Contract administration activities of all parties other than the
Contractor involved in completing the construction project. Notwithstanding the above, the
Consultant is not liable to Indian River County for failure of such parties to follow written
direction issued by the Consultant.
Services shall include maintaining the required level of surveillance of Contractor
activities, interpreting plans, specifications, and special provisions for the Construction
Contract. Maintain complete, accurate records of all activities and events relating to the
project and properly document all project changes. The following services shall be
performed:
(1) Attend a pre -service meeting for the Agreement in accordance with CPAM.
Provide appropriate staff to attend and participate in the pre -service meeting. At
the time of this meeting submit the FDOT Computer Security Access Request for
use of FDOT Data Center Facilities, if required, in addition to identifying all
Consultant personnel requiring access to Indian River County's e -Builder Project
Management system to the Construction Project Manager for approval.
(2) If required, schedule and attend a meeting with the District Contract Compliance
Manager prior to the Pre -construction Conference. The Resident Compliance
Specialist shall attend this meeting.
Stage I, II or III A- 10 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
In most cases, the above will take two separate meetings based on experience and
knowledge of the particular firm.
(3) Schedule and attend a training session with the County's project management staff
for all consultant staff who will be required to use the County's e -Builder project
management system.
Provide personnel proficient in the use of computers and scanner operation to input
construction documents into the County's project management system. Duties will
include scanning, attributing and retrieving documents that are to be archived
electronically.
(4) Schedule and conduct a meeting with the County's Environmental Liaison prior to
the Pre -construction conference and another meeting prior to project final
acceptance. The purpose of these meetings is to discuss the required
documentation, including as-builts, necessary for permit(s) compliance.
(5) Verify that the Contractor is conducting inspections, preparing reports and
monitoring all storm water pollution prevention measures associated with the
project. For each project that requires the use of the NPDES General Permit,
provide at least one inspector who has successfully completed the "Florida
Stormwater, Erosion, and Sedimentation Control Training and Certification
Program for Inspectors and Contractors". The Consultant's inspector will be
familiar with the requirements set forth in the FEDERAL REGISTER, Vol. 57,
No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final NPDES General
Permits for Storm Water Discharges from Construction Sites" and Indian River
County's guidelines.
(6) Analyze the Contractor's schedule(s) (i.e. baseline(s), revised baseline(s), updates,
as -built, etc.) for compliance with the contract documents. Elements including,
but not limited to, completeness, logic, durations, activity, flow, milestone dates,
concurrency, resource allotment, and delays will be reviewed Verify the schedule
conforms with the construction phasing and MOT sequences, including all contract
modifications. Provide a written review of the schedule identifying significant
omissions, improbable or unreasonable activity durations, errors in logic, and any
other concerns as detailed in CPAM.
(7) Analyze problems that arise on a project and proposals submitted by the
Contractor; work to resolve such issues, and process the necessary documentation.
(8) Monitor, inspect and document utility relocation self -performed by the Contractor
for conformance with Utility Agency's Standards and the Utility Agency's
Approved Materials List. Document utility construction progress to be performed
by Utility Agencies. Facilitate coordination and communication between Utility
Agency's representatives, Indian River County's staff and Contractors executing
the work. Identify potential utility conflicts and assist in the resolution of utility
issues including Indian River County and Local Government owned facilities.
Identify, review, and track progress of Joint Project Agreements, and/or other
Indian River County and utility agreements. Address work progress, track
reimbursement activities, and address betterment and salvage determination.
Stage I, II or III A- 11 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
Prepare all necessary documentation to support reimbursement activities and
betterment and salvage determination.
(9) Produce reports, verify quantity calculations and field measure for payment
purposes as needed to prevent delays in Contractor operations and to facilitate
prompt processing of such information in order for Indian River County to make
timely payment to the Contractor.
(10) Prepare and make presentations for meetings to resolve disagreements that may
arise during the life of the project between Indian River County and the Contractor
where the Contractor has submitted, in accordance with the Contract Documents,
a notice of intent to seek additional compensation or a written claim defined as a
written demand submitted to the County seeking additional monetary
compensation, time or other adjustments to the Contract, in connection with the
project covered by this Agreement.
(11) Monitor each Contractor and Subcontractor's compliance with specifications and
special provisions of the Construction Contract in regard to payment of
predetermined wage rates in accordance with FDOT procedures.
(12) Provide a Resident Compliance Specialist for surveillance of the Contractor's
compliance with Construction Contract requirements. The Resident Compliance
Specialist is responsible for reviewing, monitoring, evaluating and acting upon
documentation required for Construction Contract compliance, and maintaining
the appropriate files thereof. Typical areas of compliance responsibility include
EEO Affirmative Actions for the prime contractor and subcontractor, DBE
Affirmative Action, Contractor Formal Training, Payroll, and Subcontracts. The
Resident Compliance Specialist must keep all related documents and
correspondence accurate and up to date; attend all compliance reviews and furnish
the complete project files for review; and assist the District Contract Compliance
Manager as requested.
(13) Indian River County will provide Public Information Services.
(14) Prepare and submit to the Construction Project Manager monthly, a project
construction status report, in a format to be approved by Indian River County.
(15) Video tape the pre -construction conditions throughout the project limits. Provide
a digital photo log or video of project activities, with heavy emphasis on potential
claim items/issues and on areas of real/potential public controversy.
Provide digital pictures of the project on a daily basis and provide aerial drone
pictures once a month. The consultant shall be responsible for providing digital
pictures that correspond with daily work logs for the project.
Stage I, II or III A- 12 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
9.6 Geotechnical Enaineerina:
The prime Consultant may engage the services of a geotechnical subconsultant to perform
some of the services indicated in this section. However, the prime Consultant will be
responsible to Indian River County for the satisfactory performance and timeliness of these
services.
The prime Consultant will be required to interact with the District Geotechnical Engineer
(DGE) office and any geotechnical subconsultant assigned to the project by the DGE office
under a District -wide contract. All references to the DGE in the following sections
implicitly include the DGE and his/her delegated representative on the project, who may
be the DGE office in-house personnel or a subconsultant working for the DGE office.
Become familiar with the existing site conditions and the contract documents. Observe
and record the progress and quality of foundation work to determine that the foundations
are constructed at the correct locations and elevations, identify discrepancies, and direct
the Contractor to correct such observed discrepancies. Attend the Preconstruction
Conference and/or special geotechnical meeting for the Construction Contract. All services
under this section will be performed in accordance to FDOT Specification Section 455.
Inspect and verify that the Contractor has performed the foundation work in accordance
with applicable FDOT Specification Section 455 and other contract documents. Provide
qualified Geotechnical Engineers and CTQP qualified inspectors in Drilled Shaft/Pile
Driving/Auger Cast Pile inspection, relevant to the foundation type(s) required in the plans.
Schedule meetings and facilitate communications between the Contractor and any
Specialty Contractors, the CEI, and the DGE as needed. Observe and verify that all work
is performed in accordance with the contract documents. Assure that any specialty work
is completed as necessary to accomplish its intent.
The following geotechnical engineering services shall be performed:
1) Drilled Shafts:
• Process and review the Drilled Shaft Installation Plan in accordance with CPAM.
• Schedule a pre -drilled shaft installation meeting to review and discuss the drilled
shaft installation procedures. Make sure that the Contractor's field superintendent,
CEI's drilled shaft inspector(s), and the DGE are invited. Prepare and distribute
meeting minutes to the attendees.
• Inspect installation of test holes (methods shafts), load test shafts, and production
shafts and ensure they are constructed in accordance with the plans, specifications,
and special provisions for the Construction Contract. Report to the DGE any
problems observed during the installation of the test holes, deviations from the
Drilled Shaft Installation Plan or contract documents, and construction quality
issues associated with the Contractor's methods.
• If there are pilot holes in the project, advise the DGE on the pilot hole schedule.
Verify the pilot hole locations. Inspect the performance of the pilot holes and
complete the proper FDOT inspection form, describing accurately the soils/rocks
encountered and corresponding depths, the results of field testing performed
(Standard Penetration Test blow counts, Cone Penetration Tests, or other, if
Stage I, II or III A- 13 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
applicable) and the results of the rock coring performed (coring time, recovery and
RQD).
• Analyze the load test data, pilot holes and any other available soils/rock data as
required to establish final drilled shaft tip elevations and minimum rock socket
lengths. Submit report(s) recommending production shaft tip elevations, minimum
rock socket lengths and any other recommendations that may be required in the
project (such as rock socket material definition and impact of permanent or
temporary casing on the required minimum socket lengths) to the DGE for
approval.
• Inspect the bottom of the shafts for cleanliness using manual soundings or shaft
inspection device as required in the contract documents.
• Complete all necessary drilled shaft inspection forms and keep a log of all
inspections made of the shafts. Observe the performance of any load tests and
verify that the details are implemented as planned.
• Provide completed drilled shaft inspection forms for all production and test shaft
installations to the DGE upon completion of the drilled shaft installation.
• When conditions occur, which are different from those indicated on the plans,
immediately report them to the Geotechnical Engineer of Record and the DGE.
Recommend adjustments to the authorized depths as necessary to obtain the shaft
capacity to the DGE for approval.
• Review the drilled shaft logs and the concrete placement logs to identify possible
shaft integrity problems and potential causes. Communicate identified issues to the
DGE.
• Hire a Specialty Engineer to perform non-destructive integrity testing of drilled
shafts as required to estimate shaft uniformity and to detect possible shaft defects.
Report results to the DGE.
• Evaluate problems encountered during construction, and coordinate with the DGE
and the Contractor to resolve such problems, including possible withdrawing
Drilled Shaft Installation Plan approval.
2) Piles: (N/A)
• Process and review the Pile Installation Plan in accordance with CPAM.
• Perform preliminary Wave Equation Analyses to assess and provide comments
regarding the suitability of hammer driving system(s) included in the Pile
Installation Plan. Provide analyses results (estimated blow count ranges for the
nominal bearing resistances, installation stresses etc.) to the DGE.
• Schedule a pre -pile installation meeting to review and discuss the pile installation
procedures. Make sure the Contractor's field superintendent, CEI's pile inspectors,
and the DGE are invited. Prepare and distribute meeting minutes to the attendees.
• Provide personnel proficient in operation of the PDA or EDC monitoring
equipment required for the project, for data collection, interpretation and analysis.
Utilize the most current version of equipment and software for dynamic testing and
dynamic data analysis.
• Perform dynamic testing per the contract documents during initial driving and re -
drives. Submit electronic Pile Driving Analyzer (PDA) and Embedded Data
Collector (EDC) files upon completion of the test pile installation.
• Inspect and record the test pile driving process in accordance with CPAM.
Stage I, II or III A- 14 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
• Perform signal matching analysis on test pile data for selected blows, using the
latest software version. At a minimum, signal matching analysis shall be
performed on initial drive data where required resistance is obtained below the
minimum tip elevation and on set -check data (if any). If requested in special
circumstances, the end of drive signal matching analysis will be performed in the
field upon completion of the drive; otherwise it shall be completed within 24 hours
of driving the instrumented pile.
• Analyze the test data and available soils data as required to establish production
pile lengths and driving criteria. The analysis must include signal matching
analysis and wave equation calibration analysis to determine a pile driving -soil
system model that will predict accurately driving resistance with stroke (or
pressure) and blows per foot while matching transferred energy and dynamic
stresses with the ones measured in the field. Submit preliminary report(s)
recommending production pile lengths and driving criteria to the DGE for
approval. The preliminary report shall include printed & plotted Signal Matching
and Wave Equation Analysis outputs, and electronic files (Windows compatible)
of all raw data obtained by the PDA and EDC equipment and the signal matching
and wave equation analyses.
• Furnish final written letters, signed and sealed, for production pile lengths and the
driving criteria in accordance with CPAM. When applicable, include
recommendations to determine "firm bearing material".
• Inspect the conditions of the piles prior to installation, including any pile splices.
• Observe and verify that concrete piles were properly supported during storage and
handled with appropriate pick-up details per contract documents.
• Inspect the pile driving installation. Complete the FDOT pile driving logs.
• Observe the performance of any static or statnamic load tests and review the details
are implemented as planned.
• Evaluate problems encountered during construction and coordinate with the DGE
and the Contractor to resolve such problems, including possible additional testing
and withdrawing the Pile Installation Plan.
3) Spread Footings:
Observe construction of spread footing foundations and verify that they are
founded at the required elevation and on the proper soil/rock material.
Verify the Construction Plan requirements and the applicable specifications are
followed throughout the spread footing construction.
Evaluate problems encountered during construction and coordinate with the DGE
and the Contractor to resolve such problems.
4) Auger Cast Piles for Sound Barrier Walls (N/A):
• Process and review the Auger Cast Pile Installation Plan in accordance with
CPAM.
• Schedule a pre -pile installation meeting to go over the auger cast pile installation
procedures. Make sure the Contractor's field superintendent, CEI's auger cast pile
inspectors and the DGE are invited. Prepare and distribute minutes to the attendees.
• Observe installation of demonstration pile and production piles. Submit the
demonstration pile reeds to the DGE. Work with the DGE to ensure that the letter
Stage I, II or III A- 15 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
of acceptance or recommendations of the production pile installation is issued in
accordance with CPAM.
• Inspect and verify the requirements on the Construction Plans and applicable
specifications are followed throughout the auger cast pile installation.
• Cast cylinders for grout strength testing in accordance with the specifications
• Complete the FDOT auger cast pile field installation logs and forward them to the
DGE upon completion of the auger cast pile installation.
• Verify the quality control processes of the Auger Cast Pile Installation Plan are
followed during construction.
• Examine the records and evaluate problems encountered during construction and
coordinate with the DGE and the Contractor to resolve such problems, including
possible withdrawing the Auger Cast Pile Installation Plan approval.
10.0 PERSONNEL:
10.1 General Reauirements:
Provide prequalified personnel necessary to efficiently and effectively carry out its
responsibilities under this Agreement. Method of compensation for personnel assigned to
this project shall be outlined in Exhibit `B — Lump Sum payment for CCEI Services".
Lump Sum costs shall be based upon the assumption of a standard work week as follows:
• 7 AM to 5PM Monday through Friday
• IRC & FDOT Holidays are to be observed.
An hourly burdened rate schedule is to be provided for the purpose of billing the
Contractor, at the discretion of the IRC Public Works Director or their designee, for work
outside of normal work hours, failed tests, or failure to pursue work.
10.2 PersonnelOualifications:
Provide competent personnel qualified by experience and education. Submit in writing to
the Construction Project Manager the names of personnel proposed for assignment to the
project, including a detailed resume for each containing at a minimum: salary, education,
and experience. The Consultant Action Request form for personnel approval shall be
submitted to the Construction Project Manager at least two weeks prior to the date an
individual is to report to work.
Personnel identified in the Consultant technical proposal are to be assigned as proposed
and are committed to performing services under this Agreement. Personnel changes will
require written approval from Indian River County. Staff that has been removed shall be
replaced by the Consultant within one week of Indian River County notification.
Before the project begins, all project staff shall have a working knowledge of the current
CPAM and must possess all the necessary qualifications/certifications for fulfilling the
duties of the position they hold. Cross training of the Consultant's project staff is highly
recommended to achieve a knowledgeable and versatile project inspection team but shall
Stage 1, 11 or III A- 16 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
not be at any additional cost to Indian River County and should occur as workload permits.
Visit the training page on the State Construction Office website for training dates.
Minimum qualifications for the Consultant personnel are set forth as follows. Exceptions
to these minimum qualifications will be considered on an individual basis. However, a
Project Administrator working under the supervision and direction of a Senior Project
Engineer or an Inspector working under the supervision and direction of a Senior Inspector
shall have six months from the date of hire to obtain the necessary
qualifications/certifications provided all other requirements for such positions are met and
the Consultant submits a training plan detailing when such qualifications/certifications and
other training relative to Indian River County's procedures, Specifications and Design
Standards will be obtained. The District Construction Engineer or designee will have the
final approval authority on such exceptions.
♦ (`..neroto Post Tensioned Segmental Box Girder- (CDTC)
Coner-ete Post Tensioned Continuous Beam (CPTCB)
Movable Bridges (N4B)
4W Post tensioned Stibstpaettir-es (PT -9)
CEI SENIOR PROJECT ENGINEER - A Civil Engineering degree and registered in
the State of Florida as a Professional Engineer (or if registered in another state, the ability
to obtain registration in the State of Florida within six months) and six (6) years of
engineering experience [(two (2) years of which are in major road or bridge construction)]
or [(five (5) of which are in major bridge construction) - for Complex Bridge Projects with
the exception of PTS projects which require two (2) years of major bridge construction],
or for non-degreed personnel the aforementioned registration and ten (10) years of
engineering experience (two (2) years of which are in major road or bridge construction).
Qualifications include the ability to communicate effectively in English (verbally and in
writing); direct highly complex and specialized construction engineering administration
and inspection program; plans and organizes the work of subordinate and staff members;
develops and/or reviews policies, methods, practices, and procedures; and reviews
programs for conformance with Indian River County standards. Also must have the
following:
QUALIFICATIONS:
Attend the CTQP Quality Control Manager course and pass the examination.
CERTIFICATIONS:
FDOT Advanced MOT
OTHER:
Complete the Critical Structures Construction Issues, Self Study Course, and submit the
mandatory Certification of Course Completion form (for structures projects)
A Master's Degree in Engineering may be substituted for one (1) year engineering
experience.
Stage I, II or III A- 17 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
CEI PROJECT ADMINISTRATOR/PROJECT ENGINEER - A Civil Engineering
degree plus two (2) years of engineering experience in construction of major road or bridge
structures, or for non-degreed personnel eight (8) years of responsible and related
engineering experience, two (2) years of which involved construction of major road or
bridge structures with the exception of Complex Category 2 (CC2) bridge structures.
For CC2 bridge structures, a Civil Engineering degree and registered in the State of Florida
as a professional engineer (or if registered in another state, have the ability to obtain
registration in Florida within six (6) months) plus five (5) years general bridge construction
experience, two (2) years of which must have been with the type of CC2 bridge
construction project for which CEI services are being provided by this scope or for non-
degreed and/or non -registered personnel eight (8) years of general bridge construction
experience, (4) years of which must have been with the type of CC2 bridge construction
project for which CEI services are being provided by this scope. Additionally, a minimum
of one (1) year of experience as the Project Administrator in primary control of the type of
CC2 construction project for which CEI services are being provided by this scope. As an
exception, only one (1) year of PTS bridge experience will be required for registered
project administrators and two (2) years of PTS bridge experience for non -registered
project administrators. Post -tensioning experience is not required for precast prestressed
concrete flat slab superstructures but successful completion of an FDOT accredited
grouting and post -tensioning course is required. To be in primary control, a Project
Administrator must have supervised two or more inspectors as well as two or more support
staff (Office Manager, Resident Compliance Specialist, and Secretary) and must have been
directly responsible for all CEI services assigned.
CPTS years of experience must have included a minimum of twelve (12) months
experience in each of the following areas: (1) casting yard operations and related
surveying; (2) segment erection and related surveying, post -tensioning (PT) of tendons
and grouting of prestressing steel.
CPTCB years of experience must include monitoring of the following: girder erection,
safe use of girder erection cranes, stabilization of girders after erection, false work for
temporary girder support, and PT and grouting operations.
PTS years of experience must include monitoring of the following: installation of PT
ducts and related hardware and post -tensioning and grouting of strands or be the level
of experience that meets the criteria for CPTS or CPTCB bridges.
MB years of experience must have been in MB mechanical and/or electrical
construction.
Receives general instructions regarding assignments and is expected to exercise initiative
and independent judgment in the solution of work problems. Directs and assigns specific
tasks to inspectors and assists in all phases of the construction project. Will be responsible
for the progress and final estimates throughout the construction project duration. Must have
the following:
QUALIFICATIONS:
CTQP Final Estimates Level II
CERTIFICATIONS:
FDOT Advanced MOT
Stage I, II or III A- 18 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
OTHER:
Attend CTQP Quality Control Manager Course and pass the examination.
Attend a FDOT accredited post -tensioning training course and pass the examination (for
post -tensioned CC2 projects)
Attend a FDOT accredited grouting training course and pass the examination (for post -
tensioned CC2 projects)
Complete the Critical Structures Construction Issues, Self Study Course, and submit the
mandatory Certification of Course Completion form (for structures projects)
A Master's Degree in Engineering may be substituted for one (1) year of engineering
experience
CEI CONTRACT SUPPORT SPECIALIST - A High School diploma or equivalent and
four (4) years of road & bridge construction engineering inspection (CEI) experience
having performed/assisted in project related duties (i.e., Materials Acceptance and
Certification (MAC) System, progress and final estimates, EEO compliance, processing
Construction Contract changes, etc.) or a Civil Engineering Degree. Should exercise
independent judgment in planning work details and making technical decisions related to
the office aspects of the project. Should be familiar with Indian River County's Procedures
covering the project related duties as stated above and be proficient in the computer
programs necessary to perform these duties. Shall become proficient in Trimble Business
Center - Heavy Construction Edition (HCE) or approved surface to surface comparison
software and Engineering Menu.
QUALIFICATIONS:
CTQP Final Estimates Level II
CEI ASSOCIATE CONTRACT SUPPORT SPECIALIST - High school graduate or
equivalent plus three (3) years of secretarial and/or clerical experience including two (2)
years experience in construction office management having performed project related
duties (i.e., Materials Acceptance and Certification (MAC) System, progress and final
estimates, EEO compliance, processing Construction Contract changes, etc.). Experienced
in the use of standard word processing software. Should exercise independent initiative to
help relieve the supervisor of clerical detail. Assists the Project Administrator in office
related duties (i.e., CQR, progress, and final estimates, EEO compliance, Processing
Construction Contract changes, etc.). Project specific work under the general supervision
of the Senior Project Engineer and staff.
QUALIFICATIONS:
CTQP Final Estimates Level I
CEI SENIOR INSPECTOR/SENIOR ENGINEER INTERN — High school graduate or
equivalent plus four (4) years of experience in construction inspection, two (2) years of
which shall have been in bridge and/or roadway construction inspection with the exception
of Complex Category 2 (CC2) bridge structures or a Civil Engineering degree and one (1)
year of road & bridge CEI experience with the ability to earn additional required
qualifications within one year. (Note: Senior Engineer Intern classification requires one (1)
year experience as an Engineer Intern.)
For CC2 bridge structures, be a high school graduate or equivalent and have five (5) years
of general bridge construction experience of which two (2) years must have been with the
Stage I, II or III A- 19 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
type of CC2 bridge construction project for which CEI services are being provided by this
scope. As an exception, only one (1) year of PTS bridge experience will be required.
Additionally, a minimum of twelve (12) months of experience as the Senior Inspector in
primary control of the type CC2 construction project for which CEI services are being
provided by this scope. To be in primary control, a Senior Inspector must have supervised
two or more inspectors and must have been directly responsible for all inspection
requirements related to the construction operations assigned.
CPTS years of experience must have included a minimum of twelve (12) months of
inspection experience in one or both of the following depending on which area the
inspector is being approved for: (1) casting yard inspection; (2) erection inspection. In
addition, two (2) years of geometry -control surveying experience is required for
inspectors that perform or monitor geometry control surveying in a casting yard.
CPTCB years of experience must include monitoring and inspection of the following:
girder erection, safe use of girder erection cranes, girder stabilization after erection,
false work for temporary girder support, and PT and grouting operations.
PTS years of experience must include monitoring of the following: installation of PT
ducts and related hardware and post -tensioning and grouting of strands or be the level
of experience that meets the criteria for CPTS or CPTCB bridges.
MB years of experience must have included the inspection of MB mechanical
components for machinery inspectors and MB electrical components/systems for
electrical inspectors.
Must have the following as required by the scope of work for the project:
QUALIFICATIONS:
CTQP Concrete Field Technician Level I
CTQP Concrete Field Inspector Level II (Bridges)
CTQP Asphalt Roadway Level I
CTQP Asphalt Roadway Level II
CTQP Earthwork Construction Inspection Level I
CTQP Earthwork Construction Inspection Level II
CTQP Pile Driving Inspection
CTQP Drilled Shaft Inspection (required for inspection of all drilled shafts including
miscellaneous structures such as sign structures, lighting structures, and traffic signal
structures)
CTQP Grouting Technician Level I
CTQP Post -Tensioning Technician Level I
IMSA Traffic Signal Inspector Level I
CTQP Final Estimates Level I
CERTIFICATIONS:
FDOT Intermediate MOT
Nuclear Radiation Safety
IMSA Traffic Signal Inspector Level I
OTHER:
Complete the Critical Structures Construction Issues, Self Study Course, and submit the
mandatory Certification of Course Completion form (for structures projects)
Stage I, II or III A- 20 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
Responsible for performing highly complex technical assignments in field surveying and
construction layout, making, and checking engineering computations, inspecting
construction work, and conducting field tests and is responsible for coordinating and
managing the lower level inspectors. Work is performed under the general supervision of
the Project Administrator.
CEI INSPECTOR/ENGINEER INTERN - High school graduate or equivalent plus two
(2) years experience in construction inspection, one (1) year of which shall have been in
bridge and/or roadway construction inspection, or an Engineer Intern with a Civil
Engineering degree (requires certificate) having the ability to earn the required
qualifications and certifications within one year, plus demonstrated knowledge in the
following:
Must have the following as required by the scope of work of the project:
QUALIFICATIONS:
CTQP Concrete Field Inspector Level I
CTQP Asphalt Roadway Level I
CTQP Earthwork Construction Inspection Level I
CTQP Pile Driving Inspection
CTQP Drilled Shaft Inspection (required for inspection of all drilled shafts including
miscellaneous structures such as sign structures, lighting structures, and traffic signal
structures)
IMSA Traffic Signal Inspector Level I
CTQP Final Estimates Level I
CERTIFICATIONS:
FDOT Intermediate MOT
Nuclear Radiation Safety
IMSA Traffic Signal Inspector Level I
Florida Stormwater, Erosion, and Sedimentation Control Training and Certification
Program for Inspectors and Contractors
OTHER:
Complete the Critical Structures Construction Issues, Self Study Course, and submit the
mandatory Certification of Course Completion form (for structures projects)
Responsible for performing assignments in assisting Senior Inspector in the performance
of their duties. Receive general supervision from the Senior Inspector who reviews work
while in progress.
CEI INSPECTORS AIDE - High School graduate or equivalent and able to perform basic
mathematical calculation and follow simple technical instructions. Duties are to assist
higher-level inspectors. Must obtain FDOT Intermediate MOT within the first six months
of the assignment.
CEI SURVEY PARTY CHIEF - High School graduate plus four years of experience in
construction surveying (including two (2) years as Party Chief). Experienced in field
engineering and construction layout, making and checking survey computations and
supervising a survey party. Work is performed under general supervision of Project
Administrator.
Stage I, II or III A- 21 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
CEI INSTRUMENT PERSON - High school graduate plus three (3) years of experience
in construction surveying one (1) year of which shall have been as instrument -man.
Responsible for performing assignments in assisting Party Chief in the performance of their
duties. Receives general supervision from Party Chief who reviews work while in progress.
CEI ROD-PERSON/CHAIN PERSON - High school graduate with some survey
experience or training preferred. Receives supervision from and assists Party Chief who
reviews work while in progress.
CEI SECRETARY/CLERK TYPIST- High school graduate or equivalent plus two (2)
years of secretarial and/or clerical experience. Ability to type at a rate of 35 correct words
per minute. Experienced in the use of standard word processing software. Should exercise
independent initiative to help relieve the supervisor of clerical detail. Work under general
supervision of the Senior Project Engineer and staff.
CEI ASPHALT PLANT INSPECTOR- High School Graduate or equivalent plus one
(1) years' experience in the surveillance and inspection of hot mix asphalt plant operations
or 80 hours working under an approved and qualified asphalt plant inspector at the asphalt
plant and have the following:
QUALIFICATIONS:
CTQP Asphalt Plant Level I
CTQP Asphalt Plant Level II
CEI GEOTECHNICAL ENGINEER for Category I Bridge Pile Foundations -
Registered in the State of Florida as a Professional Engineer (or if registered in another
state, the ability to obtain registration in the State of Florida within six months) plus four
(4) years of experience as a Geotechnical Engineer in responsible charge of geotechnical
work, including at least two Category I bridges with pile foundations. Experience
performing. Analyzing and interpreting the results of. non-destructive testing of pile
foundations, dynamic and static load testing, the Pile Driving Analyzer (PDA), CAPWAP
and WEAP as appropriate.
CEI GEOTECHNICAL TECHNICIAN for Pile Foundations- Qualified CTQP Pile
Driving Inspector, knowledgeable in pile installation in conjunction with dynamic load
tests with a minimum of three (3) years of experience on at least two (2) Indian River
County bridge projects: for projects with Embedded Data Collectors (EDCs), certified
EDC monitoring equipment operator.
CEI GEOTECHNICAL TECHNICIAN for Drilled Shaft Foundations- Qualified
CTQP Drilled Shaft Inspector, knowledgeable in drilled shaft installation with a
minimum of three (3) years of experience on at least two (2) Indian River County bridge
projects.
CEI SENIOR LANDSCAPE INSPECTOR- High School Graduate or equivalent plus
eight (8) years of roadway or commercial landscape construction experience, or a Bachelor
degree in Horticulture, Urban Forestry, Landscape Architecture plus three (3) years of
roadway or commercial landscape construction experience. The individual must be skilled
at plant identification, classification, and grades and standards for nursery plants as
Stage I, II or III A- 22 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
established by the manual "Grades and Standards for Nursery Plants" by the Florida
Department of Agriculture and Consumer Services. The individual must be knowledgeable
of current Indian River County methods for landscape and irrigation installation. The
individual must have the ability to read and interpret contract documents. For standalone
landscape projects, required certification and training includes FDOT Intermediate MOT,
FDEP Stormwater Erosion and Sedimentation Control Inspector, and Florida Licensed
Landscape Architect or Florida Nursery Growers and Landscape Association (FNGLA)
Certified Landscape Contractor. Desired certification and training includes, International
Society of Arboriculture (ISA) Certified Arborist, University of Florida Landscape Palm
Management Training, and International Society of Arboriculture Advanced Pruning.
CEI UTILITY COORDINATOR- High School Graduate or equivalent and be
knowledgeable of Indian River County's Standards, policies, procedures, and agreements
and shall have a minimum of four (4) years of experience performing utility coordination
in accordance with Indian River County's Standards, policies, procedures and agreements.
10.3 Staffing:
Once authorized, the Consultant shall establish and maintain appropriate staffing
throughout the duration of construction and completion of the final estimate. Responsible
personnel, thoroughly familiar with all aspects of construction and final measurements of
the various pay items, shall be available to resolve disputed final pay quantities until Indian
River County has received a regular acceptance letter.
Construction engineering and inspection forces will be required of the Consultant while
the Contractor is working. If Contractor operations are substantially reduced or suspended,
the Consultant will reduce its staff appropriately.
In the event that the suspension of Contractor operations requires the removal of Consultant
forces from the project, the Consultant will be allowed ten (10) days maximum to
demobilize, relocate, or terminate such forces.
11.0 QUALITY ASSURANCE (OA) PROGRAM:
11.1 Ouality Assurance Plan:
Within thirty (30) days after receiving award of an Agreement, furnish a QA Plan to the
Construction Project Manager. The QA Plan shall detail the procedures, evaluation criteria,
and instructions of the Consultant's organization for providing services pursuant to this
Agreement. Unless specifically waived, no payment shall be made until Indian River
County approves the Consultant QA Plan.
Significant changes to the work requirements may require the Consultant to revise the QA
Plan. It shall be the responsibility of the Consultant to keep the plan current with the work
requirements. The Plan shall include, but not be limited to, the following areas:
A. Organization:
A description is required of the Consultant QA Organization and its functional
relationship to the part of the organization performing the work under the
Stage I, II or III A- 23 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
Agreement. The authority, responsibilities and autonomy of the QA organization
shall be detailed as well as the names and qualifications of personnel in the quality
control organization.
B. Ouality Assurance Reviews:
Detail the methods used to monitor and achieve organization compliance with
Agreement requirements for services and products.
C. Ouality Assurance Records:
Outline the types of records which will be generated and maintained during the
execution of the QA program.
D. Control of Subconsultants and Vendors:
Detail the methods used to control subconsultant and vendor quality.
E. Ouality Assurance Certification:
An officer of the Consultant firm shall certify that the inspection and
documentation was done in accordance with FDOT specifications, plans, standard
indexes, and Indian River County procedures.
11.2 Ouality Assurance Reviews:
Conduct semi-annual Quality Assurance Reviews to ensure compliance with the
requirements of the Agreement. Quality Assurance Reviews shall be conducted to evaluate
the adequacy of materials, processes, documentation, procedures, training, guidance, and
staffing included in the execution of this Agreement. Quality Assurance Reviews shall also
be developed and performed to achieve compliance with specific QA provisions contained
in this Agreement. The semi-annual reviews shall be submitted to the Construction Project
Manager in written form no later than one (1) month after- the review.
On short duration CCEI projects (nine (9) months or less), the CCEI shall perform an initial
QA review within the first two (2) months of the start of construction.
On asphalt projects, the CCEI shall perform an initial QA review on its asphalt inspection
staff after the Contractor has completed ten (10) full work days of mainline asphalt paving
operations, or 25% of the asphalt pay item amount (whichever is less) to validate that all
sampling, testing, inspection, and documentation are occurring as required of the CCEI
staff.
11.3 Ouality Records:
Maintain adequate records of the quality assurance actions performed by the organization
(including subcontractors and vendors) in providing services and products under this
Agreement. All records shall indicate the nature and number of observations made, the
number and type of deficiencies found, and the corrective actions taken. All records shall
Stage I, II or III A- 24 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
be available to Indian River County, upon request, during the Agreement term. All records
shall be kept at the primary job site and shall be subject to audit review.
12.0 CERTIFICATION OF FINAL ESTIMATES:
12.1 Final Estimate and As -Built Plans Submittal:
Prepare documentation and records in compliance with the Agreement, Statewide Quality
Control (QC) Plan, or Consultant's approved QC Plan and FDOT's Procedures as
required by CPAM and as modified by IRC Procedures.
Submit the Final Estimate(s) and one (1) set of final "as -built plans" documenting the
Contractor's work in accordance with CPAM & IRC Procedures.
Revisions to the Certified Final Estimate will be made at no additional cost to Indian River
County.
13.0 AGREEMENT MANAGEMENT:
13.1 General:
(1) With each monthly invoice submittal, the Consultant will provide a Status Report
for the Agreement. This report will provide an accounting of the additional
Agreement calendar days allowed to date, an estimate of the additional calendar
days anticipated to be added to the original schedule time, an estimate of the
Agreement completion date, and an estimate of the Consultant funds expiration
date per the Agreement schedule for the prime Consultant and for each
subconsultant. The Consultant will provide a printout from the Equal Opportunity
Reporting System showing the previous month's payments made to
subconsultants. Invoices not including this required information may be rejected.
(2) When the Consultant identifies a condition that will require an amendment to the
Agreement, the Consultant will communicate this need to the Construction Project
Manager for acceptance. Upon acceptance, prepare and submit an Amendment
Request (AR), and all accompanying documentation to the Construction Project
Manager for approval and further processing. The AR is to be submitted at such
time to allow Indian River County 12 weeks to process, approve, and execute the
AR. The content and format of the AR and accompanying documentation shall be
in accordance with the instructions and format to be provided by Indian River
County.
(3) The Consultant is responsible for performing follow-up activities to determine the
status of each Amendment Request submitted to Indian River County.
14.0 OTHER SERVICES:
Upon written authorization by the Indian River County Public Works Director, or designee, the
Consultant will perform additional services in connection with the project not otherwise identified
in this Agreement. The following items are not included as part of this Agreement, but may be
required by Indian River County to supplement the Consultant services under this Agreement.
Stage I, II or III A- 25 Version 1.0
Attachment A
Financial Project ID (s): 436379-2-54-01
A. Assist in preparing for arbitration hearings or litigation that occurs during the Agreement
time in connection with the construction project covered by this Agreement.
B. Provide qualified engineering witnesses and exhibits for arbitration hearings or litigation
in connection with the Agreement.
C. Provide inspection services in addition to those provided for in this Agreement.
D. Provide services determined necessary for the successful completion and closure of the
Construction Contract.
15.0 POST CONSTRUCTION CLAIMS REVIEW:
In the event the Contractor submits a claim for additional compensation and/or time after the
Consultant has completed this Agreement, analyze the claim, engage in negotiations leading to
settlement of the claim, and prepare and process the required documentation to close out the claim.
Compensation for such services will be negotiated and effected through a Supplemental
Amendment to this Agreement.
16.0 CONTRADICTIONS:
In the event of a contradiction between the provisions of this Scope of Services and the Consultant's
proposal as made a part of their Agreement, the provisions of the Scope of Services shall apply.
17.0 THIRD PARTY BENEFICIARY
It is specifically agreed between the parties executing this Agreement that it is not intended by any
of the provisions of any part of the Agreement to create in the public or any member thereof, a third
party beneficiary hereunder, or to authorize anyone not a party to this Agreement to maintain a
claim, cause of action, lien or any other damages or any relief of any kind pursuant to the terms or
provisions of this Agreement.
18.0 INDIAN RIVER COUNTY AUTHORITY
Indian River County shall be the final authority in considering modifications to the Construction
Contract for time, money or any other consideration except matters agreed to by the Contractor
through contract changes negotiated by the Consultant, as authorized in Section 9.1 herein.
Stage I, II or III A- 26 Version 1.0
Friday, March 10, 2023
0 CONSOR
Attachment B
Proposed llalfllonl» I Nova
Caelucfm Enginesinp and Insi (CEI) Semces for RC -15058 With Ave (Oft St so CR510)
2.
Oka costa are based on 1 S mos (2 mos overlap tom IRC -1505)
IubconsulOnt
3.
Stalfrg horn and laboratory oats are based on FDOT COG SpeaScakae
The Caradno Group
TenaomCmaulmnts, Inc.
Foundebm & Geotechnical Enpn ownq (FGE) - Geotech
SURVEY
Unwell Enpineairtp Sdenoss, no - Mat Taking
—kops:
Betsy Lindsay, Inc MLS) - Survey
1.
Recover and vady hehonmntsl and verow cmtol
2
Perform Pre-cmnucecn am Name of be road right ofway at500-footin*wi.
3.
Perform Ylo Pre-catstucean eon seem of each offoM proposed ponds. The am sechonswll be taken at 11heml0-pont of the pond in too dreelaw.
!.
Perform Post con aaesseckansof Ivaroad right ofwoy at 500-kwt ntervak.
5
Perform Wo post-onstucOm aces secem of each offour proposed ponds. The eon swoonswill betoken at the mdpont of tw pond in Wo dr000ns.
6
Provide temporary benchmarks at 1000fton 60 and one moat ads of nest
7
Stake he ROW at 100 slasms and of ROW Ina chappas
Scopr.
1
D Ied Shane, review PP and In stalaUm oflogs, adsrdled pre-operasoos mseenp, CSL bslnp and on -ate ks demareWetlm shaft
r :
r r
�_
rr
hh
hr
rh
rh
rr
hh
hh
rr
rh
rr
rr
rh
nh
hh
rr
rr
rh
rh
:�_ .•. "s •.u�..
��_
rr
rr
rr
hh
rh
�
ih
hh
�1:�
rr
rr
��14!•�lii•�l'�
rd
rr
rr
illi
.:.. •••:
�®_______��
n
rr
rh
rh
rr
a
rr
n
®"
rn
rr
�1
2.
Oka costa are based on 1 S mos (2 mos overlap tom IRC -1505)
IubconsulOnt
3.
Stalfrg horn and laboratory oats are based on FDOT COG SpeaScakae
The Caradno Group
TenaomCmaulmnts, Inc.
Foundebm & Geotechnical Enpn ownq (FGE) - Geotech
SURVEY
Unwell Enpineairtp Sdenoss, no - Mat Taking
—kops:
Betsy Lindsay, Inc MLS) - Survey
1.
Recover and vady hehonmntsl and verow cmtol
2
Perform Pre-cmnucecn am Name of be road right ofway at500-footin*wi.
3.
Perform Ylo Pre-catstucean eon seem of each offoM proposed ponds. The am sechonswll be taken at 11heml0-pont of the pond in too dreelaw.
!.
Perform Post con aaesseckansof Ivaroad right ofwoy at 500-kwt ntervak.
5
Perform Wo post-onstucOm aces secem of each offour proposed ponds. The eon swoonswill betoken at the mdpont of tw pond in Wo dr000ns.
6
Provide temporary benchmarks at 1000fton 60 and one moat ads of nest
7
Stake he ROW at 100 slasms and of ROW Ina chappas
Scopr.
1
D Ied Shane, review PP and In stalaUm oflogs, adsrdled pre-operasoos mseenp, CSL bslnp and on -ate ks demareWetlm shaft
Attachment B
Friday, M" 10, 2023
0 CONSOR
loa
Billing Rate
YMh ON
5tsI5MaM
t m..
SM4Hars
llMHaun
Total
StsRHars
Cab
Cab
a
cab
Cab
Operating
M n
cab
nw
costs
OT
Premium
I eae6a
Ott E;wm
ect Erorw-I( Cowger, PE
f22B.68
12.00
2079960
Z080
1 39680
16839880
19971689
74878.56
91518
34 27.82
$475645
6ctAdmhistratar-kweAre PE
159.79
2000.
3486800
3,467
193782.94
19378294
23 016.31
87202.32
106581
39861.15
$55392853
It edakM- SWW Grin
117.25
10.00
1733300
1733
MUM.20
7628520
85630.57
34319.34
52.62
696301
Sr h tr-RalphLaChance
110.40
1900
3251270
656651
3.952
127186.09
2543722
15 62331
1 73589
880.49
839.43
31394.61
IndOr
h - T S
110.10
14
1 5
502 7
018
9708307
1941 61
11 47568
139
11108
81082
Z3 95905
Intlty
N43
- R r
1 00
3 0
4
3 952
10189618
20 3 4
1 0354
1 11 01
94
711
10 89
1h
Ix-RoW Lrveman
27
1250
2168625
433325
600
6690538
1338108
8020646
9812696
3612891
44158
16514.92
Ind
ntl
h to Aide - TBD
$M 03
1200
2079960
415992
496
4367918
73583
52,41499
75647
23586.75
26828
1078176
Intl
$149,82625
rid
T Sr. alt Plan) tr-Bien ne
29
450
779965
155.997
936
2616070
523214
3139284
2937428
1112678
43.64
582551
Intl
5807640
Totals
12350
21406255
2825.279
24232
OW SteRMSnS» I Hours
123.50
21,408
2,825
2032
000,135.52
92,53512
991,57351
1,173,138.73
418,25315
195535
194531.52
52,510,95330
L.B09q Y'ITBWgfUCOPI I.=VJf6eUGlafl 1=Ya11.01eNGIQ1
Casa Salary Rested Costs S 2,524955.50
Subeaw14ants:
Camdho Satsry Related Cow S 207,230.71
The Corradno Group
Terracm Salary Related Comb S 80,754.05
Terracon Cadultenb, hc.
FGE- Gsotsrhnieel Cow S 10,000.00
FcunOslon 5 Goolect $cal Engrwrp (FGE)-Geotsch
OLS. Suwy Cow S 75.000.00
Urwersal Ergnwrp Sdereq Inc. - Mat Tewq
Urdeerms4 Lab S 40,000.00
Batey Lindsey, Inc .(BLS) -Sway
ORkeEapwln S 53000.00