Loading...
Agenda 01/26/2016 Item #11A 1/26/2016 11 .A. EXECUTIVE SUMMARY Recommendation to award a construction contract in the amount of $7,178,472.15 to Quality Enterprises USA, Inc. and reserve $572,000 on the purchase order for funding allowances, for a total of $7,750,472.15 for ITB 16-6550 "Immokalee Road and Collier Boulevard Intersection Improvements," Project No. 60132; declare a valid public emergency to complete the design and post design services; and approve work orders and necessary budget amendments. OBJECTIVE: To exigently improve the intersection of Immokalee Road and Collier Boulevard, including a new bridge over the Cocohatchee Canal, to provide safe access to a new emergency room and accommodate the increased traffic due to significant growth in the area. CONSIDERATIONS: On May 8, 2007, the Board of County Commissioners (Board) approved a Developer Contribution Agreement (DCA) funded by IM Collier Joint Venture for the Mirasol Planned Unit Development (PUD), Ordinance Number 2001-20. As a result of that agreement, design plans (approximately 60%) were completed by CH2MHiI1 and turned over to the County for the Immokalee Road and Collier Boulevard intersection. That design included some utility work and allowed for increased capacity at the intersection. Thereafter, the County put the design (and construction) on hold due to a lack of funding during the recession. Over the last several years, it had become apparent that this intersection needed to be improved as soon as possible. The Naples Community Hospital emergency center opened along with numerous commercial businesses. Additionally, multiple residential developments that must use this intersection have also come on line. One of these developments ultimately triggered the failure of the westbound left turns. The Board approved a second DCA with Naples Associates IV, LLLP for Twin Eagles South on June 24, 2014, to fund a modification of the intersection plans to add a third left turn lane on to southbound Collier Boulevard from westbound Immokalee Road and to complete the intersection design plans. This DCA directed the developer to contract with the original design engineer, CH2MHill, to finalize the design (for approximately $150,000), and further designated some money (approximately $15,000) for post design services. Funding for the construction of the project was approved in fiscal year 2016. In July 2015, the County reviewed final plans provided by the developers' design engineer (CH2MHil1) for the intersection, including the impacts resulting from a third turn lane. During this review it became apparent that a large diameter water main should be re-designed and relocated, along with, and at the same time as the intersection improvements. The utility infrastructure enhancement would accommodate and support the rapid growth (e.g. the opening of the hospital and new/updated commercial business, as well as new and growing residential communities), and eliminate the need to tear up the planned intersection improvements at a later date. The synergy of combining the work significantly reduces the cost to the utility and the impacts to the traveling public. The County Public Utilities Department requested that this design work be added in the "final design review phase,- as it was critical for the construction project to be bid, awarded and started prior to the June, 2016 rainy season. The South Florida Water Management District (SFWMD) will only allow a window of canal closure from March 1 to June 1, 2016. This utility re-design work would result in a construction project valued at approximately one million dollars ($IM). The design consultant continued to finalize the construction design (including utilities) prior to receiving a purchase order from PUD staff because the critical path for the design and construction reached urgent status due to the increased demands of the intersection traffic load. Packet Page -133- 1/26/2016 11 .A. On November 25, 2015, Procurement staff advertised Invitation to Bid No. 16-6550, Immokalee Road and Collier Boulevard Intersection Improvements. The specifications in the ITB incorporated all design elements, including the utility water main infrastructure. The County sent out 1,990 notifications and 95 sets of plans and specifications were downloaded. The County received eight (8) bids, which were opened and read aloud at 3:00 pm, January 8, 2016. The following is a list of the bids: FIRM NAME PRICE Quality Enterprises USA, Inc. $ 7,750,472.15 Haskins, Inc. 8,155,029.92 Douglas N. Higgins, Inc. 8,323,884.60 Bergeron Land Development inc. 8,393,526.00 Ajax Paving Ind., Inc. 8,527,872.06 Manhattan Road and Bridge Company 8,673,385.19 Wright Construction, Inc. 8,906,486.23 Community Asphalt Corporation 11,598,000.00 Transportation Engineering and Public Utilities staff as well as the Engineer of Record performed a bid analysis on the contractor submittals and found Quality Enterprises USA, Inc. to be the responsive bidder. The bid is approximately 11% higher than the Engineer's Estimate, largely resulting from several factors including the ascending construction prices, the complex nature of staged bridge and roadway construction, and very restrictive permitting requirements that allow work in the canal only during the period of March 1, 2016 through June 1, 2016. By declaring a valid public emergency to allow for the use of the original design engineer to provide the completed final design and post design services, and authorizing the issuance of all design and corresponding construction Work Orders for this project to be issued, the County will avoid losing critical time (estimated to be approximately six months for the processing of a Request for Proposal), and avoid significant costs that would be incurred by having to restart the design from the beginning. Accordingly, staff requests that the Board and the Ex-Officio the Governing Board of the Collier County Water-Sewer District: • Waives competition for the design and post design services pursuant to Florida Statutes§ 287.055 (3) (a) I and the Collier County Procurement Ordinance, Section Nine (9B.3.); • Declares and certifies that a valid public emergency exists, and exercise the above- referenced exception under the CCNA, in an effort to allow staff to expediently process the design and post design services Work Orders with CH2MHil1; • Retroactively approves the proposal from CH2MHi11 for $73,308 for the updated County required utility design work to efficiently accommodate the "third turn lane;" and, • Approves the post design construction services proposal from CH2MHilI for $19,192 (utility work) and $34,900 (intersection work); and • Awards Invitation to Bid No. 16-6550, Immokalee Road and Collier Boulevard Intersection Improvements to Quality Enterprises USA, Inc. and authorizes the Chair to execute the contract. Packet Page -134- 1/26/2016 11 .A. The factors supporting a declaration of a valid public emergency in an effort to keep this project on schedule include: • South Florida Water Management District permits will only allow the Cocohatchee Canal to be closed from March 1 to June 1, 2016, which is critical to the construction schedule; • Opening of the NCH Hospital including an emergency room; • Access to two major housing developments, as well as a number of current and planned future commercial developments must be provided; and, • Insufficient time to prepare and execute a request for proposal for the design and post- design services. FISCAL IMPACT: This project will be funded through several sources including existing project budget within Gas Tax Fund (313); developer proportionate share revenue recognized in Gas Tax Fund (313); existing budget within the various impact fee trust funds due to the regional transportation network nature of the improvement, and a Public Utility contribution to offset relocation expense. The following table identifies the proposed funding sources and necessary budget amendments; Source Description Amount Gas Tax Fund Existing budget—project 60132 $1,590,000.00 (313) Gas Tax Fund Developer proportionate share —budget amendment $2,493,280.00 (313) recognizing revenue into project 60132 Impact Fee Fund Existing budget(project 60132) $106,898.51 (331) Impact Fee Fund Budget amendment moving dollars from Wilson $2,635,000.00 (336) Benfield project to this project(60132) Public Utilities Budget Amendment moving dollars from Dist $ 787,453.13 Fund (412) System TSP project to project 70071 Public Utilities Utility relocate costs $137,840.51 Fund (414) Total $7,750,472.15 Budget amendments are needed to recognize and appropriate funds for developer contributions, utilities, construction and project related expenses. The county currently maintains Collier Boulevard and Immokalee Road, so incremental maintenance costs ultimately related to the improvements will be minimal compared to the overall benefits of the project. The expected useful service life of the new Cocohatchee Canal replacement bridge is estimated to be 75 years. The new bridge and all new or replacement features to be installed during execution of the project, such as signalization, roadway, turn lanes, and stormwater features, will be new. New roadway construction has a maintenance curve of approximately 5 to 7 years before any incremental costs are required for repairs or replacement. LEGAL CONSIDERATIONS: Florida Statutes, § 287.055(3)(a)1 (the "Consultant's Competitive Negotiation Act" or "CCNA") authorizes a public body to certify a case of a valid public emergency to allow the procurement of consultant services without going through the notice and competitive negotiation requirements of the CCNA. Florida Attorney General Opinion 75-78 (March 18, 1975), states that "the question of what is an `emergency' is . . . a question of fact to be determined [by the Board] in the particular context in which it arises. Id. Packet Page -135- 1/26/2016 11 .A. (Noting that it was up to the Escambia County Board of Commissioners to determine whether an emergency existed so it could employ another engineering firm to complete a study in order to meet a federal deadline); also see, City of Miami v. Gioia, 215 So.2d 780 (Fla. 3rd DCA 1968)(defining "emergency" to mean "a pressing necessity or exigency, not necessarily wholly unexpected.'') This item is approved as to form and legality, and requires a majority vote for Board (and in its capacity as the Ex-Officio the Governing Board of the Collier County Water- Sewer District) approval.—SRT GROWTH MANAGEMENT IMPACT: The project is in accordance with the goals and objectives of the Transportation Element of the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners Collier County, Florida as the Governing Body of Collier County and as the Ex-Officio the Governing Board of the Collier County Water-Sewer District, awards Contract No.16-6550, Immokalee Road and Collier Boulevard Intersection Improvements, to Quality Enterprises USA, Inc. in the amount of $7,750,472.15; authorizes the Chairman to sign the attached contract after final review by the Office of the County Attorney; certifies and declares a valid public emergency to complete the design and post design services (with the original design consultant), as directed and executed by the County Manager or designee; and, approves the issuance of work orders based upon the attached work proposals and direct payment as requested herein for those services and authorize any necessary budget amendments. Prepared by: Joseph F. Delate, ASLA, Senior Project Manager, Transportation Engineering Division, Growth Management Department Nathan Beals, PMP, Project Manager, Planning and Project Management Division, Public Utilities Department Attachments: 1) Contract Weblink http://www.coliiergov.net/ftp/2016BBCCMeetings/AgendaJan26i6/GrowthMgmt/16- 6550 Contract Final.odf 2) Bid Tabulation with Summary 3) Recommendation to Award 4) Work Order Proposals (4) Packet Page -136- 1/26/2016 11 .A. COLLIER COUNTY Board of County Commissioners Item Number: 11.11.A. Item Summary: Recommendation to award a construction contract in the amount of $7,178,472.15 to Quality Enterprises USA, Inc. and reserve $572,000 on the purchase order for funding allowances, for a total of$7,750,472.15 for ITB 16-6550 "Immokalee Road and Collier Boulevard Intersection Improvements," Project No. 60132; declare a valid public emergency to complete the design and post design services; and approve work orders and necessary budget amendments. Meeting Date: 1/26/2016 Prepared By Name: DelateJoseph Title: Project Manager, Senior, Transportation Road Maintenance 12/21/2015 9:22:27 AM Submitted by Title: Project Manager. Senior,Transportation Road Maintenance Name: DelateJoseph 12/21/2015 9:22:29 AM Approved By Name: PutaansuuGary Title: Project Manager. Principal, Transportation Road Maintenance Date: 12/21/2015 1:34:04 PM Name: NauthRookmin Title: Management/Budget Analyst, Capital Construction &Maintenance Budget/Fiscal Date: 1/14/2016 10:13:31 AM Name: PutaansuuGary Title: Project Manager,Principal, Transportation Road Maintenance Date: 1/14/2016 10:18:53 AM Packet Page-137- 1/26/2016 11 .A. Name: TaylorLisa Title: Management/Budget Analyst. Senior, Capital Construction &Maintenance Budget/Fiscal Date: 1/14/2016 10:29:45 AM Name:Nathan Beals Title: Project Manager,Public Utilities Engineering Date: 1/14/2016 10:45:42 AM Name: KearnsAllison Title: Manager-Financial &Operational Sprt, Capital Construction&Maintenance Budget/Fiscal Date: 1/14/2016 12:08:49 PM Name: ShueGene Title: Division Director-Operations Support, Growth Management Department Date: 1/14/2016 12:3 8:54 PM Name: JohnsonScott Title: Manager-Procurement, Procurement Services Date: 1/15/2016 7:08:23 AM Name: MarkiewiczJoanne Title: Division Director-Procurement Services, Procurement Services Date: 1/15/2016 7:18:00 AM Name: MarkiewiczJoanne Title: Division Director-Procurement Services, Procurement Services Date: 1/15/2016 7:1 9:20 AM Name: LynchDiane Title: Supervisor-Operations, Road Maintenance Date: 1/15/2016 9:17:25 AM Name: MarcellaJeanne Title: Executive Secretary, Transportation Administration Date: 1/15/2016 11:21:58 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 1/19/2016 8:22:33 AM Name: KlatzkowJeff Title: County Attorney, Date: 1/19/2016 8:34:24 AM Packet Page-138- 1/26/2016 11 .A. Name: IsacksonMark Title: Division Director-Corp Fin &Mgmt Svc. Office of Management&Budget Date: 1/19/2016 1 0:44:03 AM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 1/19/2016 12:29:49 PM Packet Page-139- 4 a 9 9 a - B = 8 3 - 7 a 5 B $ 1/26/2016 11.A. -�E � 8 a a B a a 8 a - a $ 3 a a a a 8 a 8 a 8 8 8 8 a a - J o$ j ■ M '' 3 - a - a; 4 8 r _ a a a a a P. 8 = 8 a m Q , f', a .. ° N m A 6 2. R a� a a a a a a a B B 8 a a 8 a a a 8 8 a a E a 8 8 8 B a 1 r r- $ $ $ $ a 8a a a a a 8 a a a a a a a a B a $ $ a $ a a a a a a a a 2 a 8 a a a a a 44 = a Ea a a: .4 m - a B 3 K g a a - S 8 a a a a a a 8 $ 7 II 71 a a a a a a 8 a a a a a a a a a 8 3 8 8 a $ 8 8 a a 5 .55555R25 51 "fikEiR 'gF,, E, F, 55k4 5, ga a a a a a a a a a a a a a a a a a a a a a a a a B 8 B 8 8 8 8 8 8 8 3 a a a a a 8 8 a a a a 8 8 8 8 7 «, w k e a a 3 w w a a a a a a a a- a a a a a a a 8 a r' S , - 5 - a t g a g r = p r,4'.. ry ry ry -. a r. IE z 8 a a a a a a a a a a a a a 18888,. a a a a a a a a u 0 ._ a _ 4 3 4 4 4 - - 5 a a 'S n a - ry _ Y Qr - a - n - rc t _ i r z. r a r T ry E. _ _ -r‘L 3.tl ri - - - n - r - ry _ J a - - :r + N• n a _ a e - a 55 = Z _ _j - yz Z z = - I E a F _ - = a A ? z - -` z - 1 `. - =rg . gQ _ - o', Q x Z r ? ?z 2 t _ Z _ � z C Z z Z ¢ s. Z = z Q F 3 x a _ L - - _ z Q L Q z - F. _ > Q- _Z z Q= z F Q z -3 z e _ Z ¢ z s Z z 3 r z < _ ? F - - n- C_ ..^.. i Z Z - Z Q F v Z Q J Q -Q g` _ - _ Y _ z _ z 1 u _ _ 2 Z 3 2 3" l ry m ¢ 5' N x ,9 r- ' - o. ry a a - N N a - t - a 7 T 2 e - M. Packet Page-140- : 'L a _ _ - ry a a a ry a a 8 ; ,R - T ; 8 - ; ; ° ° = = 1/26/201611 .A. ° < w « w w w w w w « w w w w w w w w w « w w w w w wl « E = A 8 8 8 8 8 8 8 8 2 8 8 8 8 $ 8 8 8 B '� R Q - ? 8 _.4 ..: 5 ^ a w w « w w w w w w w wt - F µ , 1 , '. r r + r ry ▪ N ,S. N m r r '. n _ -« c X N - 'a 1. I: 5 9' 5 2 _• 8 7 9 '. 5 8 - H H ' 8 _ 8. SE ' r,_ a ry a w w w w « w w w w w w w w w w « w w w w w w w w w 8 8 8 8 8 8 8 8 8 6 8 8 8 8 8 8 8 8 8 8 88 n te 33 m 8 8 9 9 9 N 9 & 9. 9 9 3 9 9' 9 9 9. a : H a e c w w w w w w w w w w w w w w w w w w w w « w w c e 8 9 $ 9 8 8 8 8 9 9 8 w 8 8 8 8 8 8 8 8 8 N 8 8 8 K w w w w w K w w w w M. 49 w w w w w w w w w w « 8 $ E R 8 8 R ` _4R. [4448 8 P d £ 5 8 8 8 8 5 H a x m Lg w H H g g t 8 a g '° ry §, d F.m 8 q & G 9 « g 8 r w R 7 w w « a$ a 7 5 $ 8 5 ° 8 8 E G. ' Q ? 2 1 p 5 ^ a .. 0 a d H 9 p a a a a 8 8 8 8 8 9 8 8 9 8 9 8 8 8 8 8 9 8 8 8 9 8 8 8 8 E - 8 9 "-'1. , F' 8 9 8 9. 9. ''8 F " 9. 9. 3 9. 8 9 i' 9. 9. $ r. a .� g.T. H ry „ T g -, a a • N 9 T _ r '- '* ry c ', ' 9 99 9 e'R. _ p, w 8 w w « « w w w w w w w w w w w « w w w w w w w w 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 $ 8 9 - • 9. 8 8 8 8 9 P _ 8 ry 9 8 ry ry 8 §_ 9. 8' ' S: 4k al a C at w w w w w w w w w w w w w w w w w w w w w w 8 8 9 8 8 8 8 8 8 8 8 _ 8 $ 8 8 8 8 5 $� 8 8 8 8 8 8. . ry w 9 9 _ 1 ' .c 9 ry c N m _ - 8 89 9 C F w Z 9 9 .48Z8888 .8 .9 .6. 8 8 8 8 8 8 8 8 8 8 8 8 8 u 8 a 8 ` - d N a _ - a • .• w « w w « w w w w w w w w w w w w w w w « w w 9 - - 9 9 2 - - .,, ___ F 2 .F .5 F 8 _ 3 R 9 8 a 8 3 2 x M - _ 9 - 9 9 9 - 5 8 8 - - �, 5 -' ry 3 - -a. a. 2 ,4 5 w r w E 8 8 a - _ ',`i a _ 9 8 6 6 r% 9 - 3 = _ 3. = 4 w , = w w w w w w w w 4 . h �$ S 4 w 4 4 w 4 a• IN r 'J' Z I t - - � - 8 ? x S _ ....',,i3, = L--. .,--9 a 9 O 2 C Z - .2i- _ Z ' t Q W LE Z J - - - '7 _ ±Z {J < x - _ - Z Z ✓- - - < Z _ U fE .8. _ Z x z Z J 2 - z Q? Q Q c z o rJ N. _ z z - z 8 s Q - 17 r ` Q - w■ w Z S _ F - _ - Q 2 6 Q W i , 4,. .:,, G 4 - 3 0 i Z 2 ¢ - ~` .7-C ., 2 Z Z Q - < z-. w C L _ 5 F F _ j G _i v; 7 , W u. Q C d 4�y 4E, Q ¢ 6 ¢ ¢ Q < Q F., U•rzl m ? - = t x 9 2 _ `_ ZZ. r9 9 9 9 _ _ _ Q' 9888 _ i i uQ. u¢i F r 2 i 4 i 0 v 4 RS c c' _ -' x ^ •• _ _ w _ ry ° F L x c 5 _ k - 3 z 0 a z - 'n �, _ - r 9 Q _ 7 6 a `,.. 8 9 7. 7 ,`: 7 Packet Page -141-, 41 4 j 9 8 ' 4 7 '17- 1/26/2016 11 .A. 4.- ..;• .c .- ,,,,, .--' i f 1 Es' 2 2 - -'',1 z 1,,,W J,'11-s kg t"' 5F.- 282 8822238 2 * 28 4, S3k 8882 22 • R E4 rq. rglR - ''' . ° ° ° ,,-..' N '" :1F, F. F, " A ? A4 :11 E,5 - ',.: - - . 1 ✓ 4 ■•. ;:=: .:- E ','-' :Zi• 7, 4 Kil '45 :; lt.—= ; ▪ '.= ^ " 5 ;71—;7, 7 ';-" Pi' F :7, g 774- 1 ,; - ., - - ,,, , , „-; 2 `:: — - : , ,8.. ,,, !. ., '-' '"' ;!-, • g ° ''' - '5 '' E i :i I • ,. . . . . ., . . . . . . . . ,. . .. . ww ., ,. ., ww 8 ES5 5 2 2 9S9 9 8 $ n5 5 49 8 8 58 8 SE ,, gg '....,;, .'irF. 9. S Eggi : i S ;11-- -, Pi 3 .f. g E. 8.= e 9 , ,i4 ,r .,. , , <-7 -7 t ecc: 9 .... ., ; ; ; ; 88 . 9 ; ; ; 53" ; ; ; ; ; ; ; ; " 58 00 A ,..J g d ei oti d d _6 A A ei o er: 60 ,4 f55 5 2 4' a ww 2222R $ R8 = P, g1',12 = 4RR. 4R' S RR 6-' '4g ,-'1 ,. * Ifi' l-, AIRk ,10ggE" gg 6F, ,; `c :-. - - 2- r, ';',';' iri -.' ' re7 .- ■ e ..= e 4 t: r:f viz, 1 wo, ,▪ q22 ,T, F.; c9 , 7 ',>17 ,74 ,"2. $ 7r. 4 l' R ".'E' '' g ° ' 2 " — F aR g „':' . . ,,, . .. . . ... .. w ., ,, .. . w .. . .. .. . .. .. ..., .,, ,• i RERRE , 898-,-; R228288974, 7RARERE S5r, S 1 1 . „ ., 'Al 222251.18. 89 9222, 826188 E8 RR g ■1'. t '' 5' r'j -. '-' ''' .- -- '' ',72 ''' '' ' '', .. F - 'gg 1.° ;4 . ,., E R7, 882 .222 ,9g42222844E2222 ER A - igr1g12gP; k1. 2Hg : 4 :r11 .7.,i , ggF. g,. ,,, ''' '' ' ER2REE :98, 92. 8RASERRRER RE f'-, A = 5 2 9 9E99 = .92 14: = 2 : 8 9 -E= =2 8 8 5 ,--2., ...2 Cr 4 '' gr, 9 -",' ,38299981,. 8595588858 2 "':.1' , .-7;, 'i ..2. 2 ' ; - ' .-- - - 2' ;94 - "J9 7 ^, 8, k A = = = ,,, . '4S - 5 5 9 I';:1 :2, 45 = 5 8 2 ER7 '1'• 5 .,. - 55' ; :i-lA ,,:, 6' 'Ai71 E. : ' 71 '1. Eg' i 'fe ' S ''' -, ''' 9, E '4 ',,, g' 2 =r= = ',,1: ',P, P8, ',29ir8', ! 72 94 2. P■ 4 ., 4 i 7 Z _ ;T: 5 t ' 1 c 2 - = --; , ,- 'i" 9- - --- ,. - .-- = '-', 2 E .E '71 5 2 7 ,7. <- — r:. 2 , :- .7 ` '' '' Z' 7 '7c' 9 .4. 7, ,, 2 = '3 5'. . ,-. 7 ,.', ,, 2 ?, IS 5i .32 ;' 222 :-, : .-,2 ,?, ..= , ;,, .: ; 2 ; ,= g 12: 1E ?-- 5 -',- : 7 . 5” ,.''. Zr- 0 2 .7,-. '1 'I ' - ` •- i- ,,, 4 4 S 5 g S. -• 3 . _a „.C., ' --- '.Y 79 , : = 59 =, , fE' z : 4 22 E - 8 z , ,, ,2.. o 8, .2' 9 3 5 4• <5■-"t 7P z- z 3, `",. n n z^ 5" 5- 5 t 5 i.';. z;LT, i' z , "..- ,_ , „ , , ,-Y -t .- - -2 . 1 ,-.75 , z .L' 4 Th 1j , - . 1 ;..:, .777 7 7 7 7 7 77 771.7t''f7. 5,Z.5 tE 22 .. ._ ._ ... .3- * .L. .. . * :.,, .i. 3 7 7 :7 """ 'I.= 57 r= 5 5 5 C = C = 5 . 5 5... C7 5,.. ^t .11' 7 ._, it ..a :.{ af,'. :',' 2-, t .'- ', ',—., - - .1f, tttirin >, tt R. --,'-' ' - iii-:, § ';',-. ' 72 —gi ' 'i. " - 7. ,. cy a' ^ 5 , P 1... Packet Page -142- 5 ,', 9 5 r 9 91 1r, ,_,F: 8 88 838388838 . .E. ' 2. '-' 1/26/2016 11 .A. .i. S S R. ,,-'9R ,- 55 .1. 5- 55 -Z .:;. PR. Nii 1 1, , - , _ _ tf,F `.Z•• a 88 Ea8888888888888888888 a a a “ ic5 :°: ..T'. 2 ....i 2. " -. 2 . 5Pr°, R101F- AiRE5, a.' A 17', .&. Ezi 0 f.. - 0 .. E 9 2 ..,• „ 112 =-.2. :4792992775722r a7P229 .977E2 ,7 4 - 3 . 49. 49 49 49 19 49 49 KY K IR- K 49 49 49 49 49 K 49 69 99 K. 49 49 4/9 49 49 8 FE 928E8E88 8 EEE888888888 a Ea t 1 :-- - De gg 97 p, Tr - 7r _ t_ , H 11. 5 ° 8 88 888888888888888888888888 4R :€ & § § ie & 82t qk 1 . ... 49 49 49 49 49 49 ON 49 49 49 49 49 49 49 49 49 44 K 49 49 VI 49 K . .19 P RE 9222729 r' .2 S 29E2.1757: 55959 7 .92 . 9 --^ . , 5 - - -, ., ,,, . .2. ',,,-- ,..... ..., ..: „., _ .. a - - 4 •r P, 22 2S225728S e = a2SH. 7 977912E7 9. 2 Z "g 8 a 8 8E 8E88 8E888E8888E88E8 888 g = Eg 5PR ',.:1E- Ro a a `..2., Fz' ',..= a aS A5i . 5 i". 7.. r,:, a .4 4 719. 55 , a - - , _ , 7 -' 7. 9 , -,:■.?, 3 „ E Pa 89888888888888E888888888 " 0 P " i,'@. ii g 1,2 ',. 5 g :9 g ,zi`,, E.; § 1jRR :45 ,9 Sr- S ... ,:t - '=' a a .... 5 5 5 5 5 a 288E8REEE a 88 E 'ER ,2 ' ', 7 ` 9 a a .4 ; 7-, r4 7 , a .-: .2 29 _ =• 9 - z a 88 8882a a 88888E88E8E8E8E88 a 1 .,:" .8, 8 ., -'. § <, ■8, § g , R. E § § F, -...' 3 t t t § 2t H .. 4 a v, i•7 -'' :4 F, ':: ifi '%-i '.1 3-5-;i5RR., --4, a5.- 5 i. 5 a .= a 5 .-' 9, - ., ..2. ..: ] ..1 .4 RE 'a "4-' "gaFiFF, .a. S F_ ESESEEEF 83E2 a ! a V. " n ;.F.' a PI ,';', a a a a a 12 a a a a .1 a a ,..°. :-..; c " ' t - - - _ " IF z , 7 . , 7 .7 .6 7 . 7 6 as .., 7 , 7 7 7 7 .7 7r, •. ,, . r s ' - ' `-. ;' 7, `'' `4 ' - " ' i7. ..... 4. - ..r. ¢. -.. .p. ., . ,,, ..• .. - ¢, .,-. - -. .4 .F. .A , ... ...- i. ---' =-• a ' = •--A =.= a 9E ' E ■aR a r "o- a a a a a a a 2 _,' -; ■ 2 ': ',, ' „ _ -' r, :-. . _ x - ,.- F.,, ,, 75 7- , '-.-.„ ,,,-', h 9. 9 2 = 42 7= - 2 L 2 7 ,,-, 7■ Z.,' '4:. 7 • C7 N r.. :- . ' 5 ' .J L ' 1 '' A : 1 2 r.:9 a .- .71- = -- .... .. z i 7 7. _ r.t-7 - J_ - , ¢ F.. a,= ? -' z - It a .= ..'= = = 5 z =, z z .,. :. t "J .= 5 2 - 2 --.' '',. ..- .,?-, ' ± -., ..7 r.:_.' -._, 7, 4 4 : LT.- .,C 25 r .6 7 7 7 - 4 -L. ... '-'' .¢ 7.7_ i--- = '-. 1. 7 t E 7--.'¢- '' ." - ., a t t 7 7 Z F ,.1.1 - : , =- - -.7.. F.. . 3 ,, y„ . ,, , - -_, - - - t- - '2' a .7 c m - z -1 t' 7 ' : 7 '-" 7 - t t 7 I! t 7 _ ,. i '2 ... E .2 ,, , -27", ,.= .1.• ..., : :... :::, 2 .L ',4.,- .:. ..,-,.. . :,-,- :' - .:...". 1 ; '":. ,,- a ,5, E,'„,- '-2:,. ?,l'I'. al '' = . - =-,, .- t,t ; iz- : 1` .- 5 f '' t-' ., ± '2 - J. r; a > - 2 ..' _ _ 'L•'E .. _-i z ,._, 7 - 1 °7 .. = ±' R., 7 - .?.,- if 7 '.2 j __.., -<.. 2E- .' `-` ° :--, - zz 17 L-, .5 ,,- 2..9- .t: .T, --; .:,!--,',:a z z z - = - 4- - z z :, - --; .T.-- z -- 2 , .., 5. .:, = .i '''-: 1" . t g..' c'L'.. .' 1 -,..;.-.4 2E' 2i .. ,-- . = L = 587 .4 '-- =2 =-. -> = -E. , -5 g ''' ,- ■-. :`- ,-, '2 2 7 - -- " ' "- E .2 -"' - - Ew 4 <- LE r'- z 'a ,_ , 7: ;I! it m . = -2 ,.-` a a a :, 7. ;¢ ; ";., I'-i 1 Z.7 a 7 71 i7rt- 2E=7 -. 7 - 77 :2 -7,' 7, 2 2.f.• ,. as 2 2 ..-.."1Er .4 .7-' 5',--. 5 ,..-5.7; 2 ▪ "- ,a. •-•'. a a .--•.=-.- L. .. L,. -.2L.k. . k. ',(.., ,a ..-. 111.1 .1,, f-, ::',' I R. "2 Cr Z 2 27 .1 ,.7 ,-, =. 3 .7 .^-liE ?, :'-' .. F = r-' '..S. 5 ,1 :.-2- .7 =7 2 ,-. f 22 275 Packet Page -143- 5 '31 sass g' --8 ,'g. '.1 9 - 2 E 8 8 22 4 9 % r 9 4 Q 7' 8 = 1/26/2016 11.A. -qE a= w w w w w w w w » w w w w w w » w w w w w w w = 2° 8 8 8 8 8 R R 8 8 8 8 8 8 8 8 8 8 E 8 8 9R a ;I sn t. _ - g • ' 8 3 - F 8 8 3 x A ro 9 2 9E 4' 3 8 3 .. r a r e, R g m 5, A g 5 V, 5 A g o 0• 3 ,2 v, M m r - 9 a 8 8 » 8 8 8 = 9• 8 8 8 8 8 8 8 8 ;T 8 8 8 8 9E 99 d ' F. w - eo ✓,5 d 8 8 8 B 8 8 $ $ 8 8 ' B 8 8 8 8 8 8 8 $ 8 • Sj 8 $ i 2 w w w w . w 49 2 » w w » » w » w » w w w w m °, 8 c 8 a 9 9 F -...� 5?' 8 r ei, 9 o -. 8 °. - 4ti N S P g 9 g _ a 5 8 ,z E s A: '89 R 9 8 .i d » » 1 wi » » w w w w » » w w w » » w w w w » » » » 28 239 C. F 8 89 6 F° 8 a » E - < F a 8 8 8 8 8 8 8 3 8 $ '" 8 8 8 R 8 8 8 8 8 8 ▪ N H- - .. tI `�� w r, w - 9 '€ 9' m - � 9, F _ R 8 9' - = 99999 » w w w w w w w w w » » » w w w w 8 8� 8 8 8 8 8 8 P. 8 8 88 9 8 8 8 $ 92 g t g a 6 Ss ;. S 8 S - _ - 8 w p 8 8 w E C - 8 8 8 8 8 8 8 8e 8 8 8 8 88 8 8 8 Q - - W 9 _ 9` 9' - - _ �Y g0 i 2 5 9: 9: 9: 9: .^ °, - .. M - k. n - 9 ° - _ - _ S' ..r R 5 - r° w w z • 229: 59: 8 8 8 8 N 8 8 8 8 8 9895 8 8 R 2 .c 8 3 9 N 9 n P 9= 5 8 L G B s o a 9 wl s 7I xi `s1 a w = ' w w wl F F w w w w 7 r 51 I - € _ _ € a ,, E . E ;N - r a K r: . ., ▪ W - x r. w - 9 8 w 8 E. 5 8 - _ 2 2 .. . � •� a L 5 # w w - w 9 w w » w w w w w z .4 = ¢ z W ¢ z { 4 F z 0-, 9' Z Z _ u'. Z Z _ Z Z � N ... Z F. r Z '- z , N Y - - - 'r_ S Y 9' ¢ - 9' _ ay▪ t Z G p Q z W Z▪ < V Z w Z - - 2_ a w 5 i - z U Z Z -3 LL U ¢ v - d G Z• Z _ _, 4 - Z Z _ _Z Z _ - _ w -12, - .: 9 = _ _ - _ r. - r. a c n' - "1 - - ., _ rt - 9' Z a PacketPage -144 a - - 9 9 9 2 -3 99 8 a 8 8 a a a a a 1/26/2016 11 .A. cg _ 1 5: = -°-E < w w w w w w w w w w w w w w w a a SE a a a a a a a 8 8 8 _ E� r $ - 5 N r ! _ m n M > - z w w w w w w w w w w w w w - B. - c 2 7 `I -_ _ _ M E. = s s _ f.J ■ w 8 w w 8 w w 2 = y F:', B z E R R E 8 8 B 8 8 8 8 8 8 a 5 w E E E - - - E a E. K a = B 8 8 8 8 8 -' 8 B B 8 8 -. 8 8 8 c I - . . w a - w B ■984284 a _ a F ,-, % a g: a a g a M s _ d - k w r. a a ss a 8 a _ a a 0 a 8 8 a 8 ? s a s 8 a a s a s r a m .J g d r, Z n F° .. w_ 'S w w w w w w w w w w w w w w 8 a s a 8 8 a a a a a 8 8 8 a a w a, '' a w w w w w w a a a M ' R r e - " a S x N g w w w - ;-,' w w w w w w w w Z B B a B a a a a a a a 8 S T. R _ R . B a E E E a a F E to _ B a - e, j 1 1 - - wi w w w w wi wi w w w - - - - = "a �, = � m = r w w E 8 8 8 8 r w _ = w r ° z a - S m , S - T - _ ~< 7 w w w w w w w w w w w w w z z r.1 "ic J a z 5 5 z - . FE z Z r ¢ z _ < - c B i z ` a- s i q ._ I - 0 B r Z - - C _ U e - U z 4 - - B > - 4 - -c. - Z 2 S B z z i _ C - 5 O Y - 6 Z _ - •E a <. 7,. w z = = s? z y - - - _ It z y z z.2 = C 5 _ Z _ -- 5 0 Z _ ¢_ 0 _ __ C 5 -0 2 2 - S< ?< > U O ? 4. _ o - ^ - P E 5 2 - r r - 0, 0 `< z 5 Ez ,t, oc� E i f n 2 7 e = Packet Page 145 = 2 2 2 2 2 RR 2222 R. 2 2 E 2 5, 1/26/2016 11.A. a a , r. a a ',. S E., . E. g..-g =9 -2 , ,, ,. ,„ ,. ' 7. r' .i... 7. a ' a ^ ' ';, ., '; - - LT a 1 8 8 E 8 8 a a 8 8 8 8 8 8 R 8 E ., g 4 E '. .?. ; ? §. ,:-... z g i ■ ,5-. fr-1 7 ; a .r., -= r % rc. E ' 7, ;, ! ,..," ▪ 1-,, . , 4 c 7.- , ,., a: 6 f: 1- « « « « « « « « « « « ; X.. :-.' ,L',. ,-'' .1 ,LES: ,=. ;L'-:. J'• ;L: ; P. a a a. `,22 :'-' a a a a a a a a a 2 .,.. , s; „ to Fd g g 4 g g .. gra, i: , 828 ER EL 8 8 8 8 8 .7.. E a a 8 a - .I'., • , - ;■• , ,8 -6, F. Fi. ,, 7: ..i.. ^ 8 .- ..'v i « « « « « . 888 Be 88888 $ $ $ $ $ 8 g 5.6 •= 000 g kgggkg k •.li, t4 g g .2 a. 1 n ,r--, 1., `E. PR aq VI' F a a g a .1 « a a 6 4 : e 4 4 4 4 . a ;i' "g a a a a a SESSER a 8 a a a rg zz2 § § § _ , 4 2 g Li. ,i. ,▪ • .,,,, ,,, .., . .4. ;I 4 q . . , 7 ', 6 .6 REE 22 E. R. 8 3 2 8 8 E. 2 8 R a 2 2 8 i g 5 5 5 5 5 5 5 E g g :. 3 ;".• ,7. , 7, .r: -, ..,..„:, ...: ...r 74 s6 g 7 '4 E `',,i. , F.6 12. g ..1' « « « « « « « « « « « ' ' " " ' ;• ,`-l- ;Li' ..= X..' ,'. ;- >‘...1: >"-• j' .1 . „, 282. ER a a a 8 a a ERR RE a 4 ■,' g g g g g g g g g g g k 8 2 5 5 a a a = 2 2 2 a 2 E E a E 2 2 EF F, FR -.- g g g a g - i i g g a ..A.- .- 7 F2 a R., tri. :, ,... 2" r AE: - . - ,- ; a.a a a a a a SE a a a a E ,,-;n t: ,L1 :2 '-= :L.: a A 1....., -,4 p: a A '..., ..1 - ; ,I• ' '- ..i, oi -.,,, F a = al. = a rt. a a .? i '. ? ?, ';. a 7:. [ E. -.. 7 n - a 7 7 ; '..... '' a .. ... '", <6 ri ..!' `.......' .2 F?, ..;64 ' - : ' 1 '' F2 .,.. .',..,. „ a a 2 a a EF. 482 .2 a 7..." a a 2 .., R R R .:7,-. =4 2 F.,4' E 1 5,- :-',:. a ,, F2 27 -,r; ,., 7 4' 4 z• 4 '.:-," :t a 5 a ,.. r7 7', 7 '...t. 12- ■,-L. z - ..L., 1 L.. E E' '''. ,". - < -E 5 , z ,--7" a E ?'. ',-• ; , ,7.. L E ., o '•-t 'Z. `,,,1 "..': ,,:, 0 i z -.,' ,-. . - -.' .2.e- = 7.- 1 7:- -..-. - _ I - ,,, , .i- .. 2 - , 2 f. 5 12 D. ,.- .-` •-• - E - ..= ..: C. ■., '..a.. t ;.E.-...= 5. 7- 7: • 2 Z - . -= .=. - i -7 .. 2 - 2- Z 9 a a - a; ; - ; d 2 L I i.' = ; ,2 ; =^ - -= 7 4 ; - = = .." = - - -E. .?. . E. =E ,. . 2. -,-... = 4 .g. z: z ..,,. ,. ..`j i2 ". .2•.s t: E .i. 7 i' t .,,'c 5'FL' A '-c E7 -5 .'. ?, -.=., z i l-' z 2 <.,.. 5 5 a EE'n ,,.-E > z2, ,,... --4 5' =; ; .22 -,.■'-.. R2 ‘4 t t ,__, ,..= ..,.- E .P g Z.,.,- .-, < ,.-. 4, '&-.= 0 ,. 1:1 = ,' " -. ..4 55 2.-ZL .z ,- 5 R> L'' ‘"..., ,. .,. s'..7,-. . ,--_, a... r_ z.:.: . 7 7 .... a- '6 ' 2 .. 2 ,1-7.-- r4H ' := - i7 t 2 E i - 2 E I , t3 ,. .2 4 a . .7 2 ..< 4 ti .?`,.. : ...7.2' - - :4. 81 ,7, 7. ,. tt .7c ,- ,- 7.' 0 :::2 :.,...■ 7; ; E .7-7-.. -7:... 7., 72 7_.... 6 2 2 2 2- 2. a 1 5 3 .-■ 0 _ t ' Z z r.2 2 2 a a a .2.' 2. - - L E. E E E . ' - 7.2 ; '... E i .2 .2 2- .: .7 a 7 - ,-, 2 -L: ...1..' 7. E- E' 7' 77 7 " zE - 8 8 '''' !';'. - =. E .., -2.- -• ,.. - 1 a Packet Page -146-E '5 E '5' = '5, -E. 3 5 i ! ! •F-. = l ; .'' >" 1/26/2016 11 .A. CH2M 5801 Pelican Bay Boulevard m Suite 505 Naoies,FL 3«105 Telephone: 239-595-1715 Fax:239-596-2579 January 14, 2016 Joe Delate; PLA, ASLA Senior Project Manager Collier County Transportation Engineering Division Growth Management Department 2885 South Horseshoe Drive Naples, FL 34104 Subject:Invitation to Bid No. 16-6550 Imntokalee Road and Collier Boulevard Intersection Improvements, Recommendation for Award—Quality Enterprises USA,Inc. Dear Mr. Delate, The purpose of this letter is to document our recommendation that Quality Enterprises USA, Inc. be awarded the following project: Bid No. 16-6550-Immokalee Road and Collier Boulevard Intersection Improvements A review of the Bid Tabulation sheets for Invitation to Bid No. 16-6550, confirmed that their price quote of$7,750,472.15 was the low bid out of the eight(8)Firms which submitted price proposals. VENDOR QUOTE Quality Enterprise USA Inc. $7,750,472.15 The unit prices quoted for the various items of work shown in the Bid Tabulation Sheet were in line with estimates, industry prices and the other bidders. Therefore, based on a review of the bid tabulations and unit prices, it would be CH2M's recommendation to award the Contract to Quality Enterprises USA, Inc. pending a successful review and approval of their remaining bid documentation by Collier County staff. If you have any questions, please do not hesitate to contact me with your inquiry. Regards, Bill Cramer,P.E., AICP Senior Project Manager CH2M-Vice President Transportation 239.431.9222 burameriu2ch2m.conl Packet Page -147- 1/26/2016 11 .A. — \ { \ , ) } \ = j / : § : § < 0 ! ! ` 7 ` Z = ! ( ) _ ` ; ( \ r { ) j ` ® \ / @ § ` $ ; _f . . \ _ ?\ i ,a / $. . § _ : : - / / \ ~ _ ® 0 \ K § cc k, \ \ j z « ` 5- ` \ 3 _ : : \ \ /� » \ ` \_ \ \ ` ` \ 7 .2. --7- ® 0 z \ \ \ — - ` — \ ) _ ` ` ~ , / ) \ ® I. ; { — { 5 = / } / I \ — . E \ }} - C. E _ - k ) £ _ ` _ E ® \ \ \ : \ ( — ` § § g — - \ } \ \ \ \ = Packet Page -148- 1/26/2016 11 .A. 8 _ !:l i = - z I ' r.■ 1 ''. "47 t - , :n I I 9' ., r'' 7. Z ';': 1.1 s s s s s . E ,i ,■= - '3' g r.' f.: ;,-,2 2 .r7.. -. .:6. = '' n 7, ?: ,7; LI, n :^, c.D . . 7., it . z - . B .T w . - . k ,T 1 i 2 - 8 s 5 - 7, zi, 7- 1 '2 7 ,•,..,. = , ,.• 4. ., .. e 3 8 a ::: 7 ---. z,r.. -..I ;F, ',5.• 15 2 3 g , -._. . . '2 R 3 , , 1 t , 2 = . n < _ `7 , ■ = , .E I ,,..t i t 2 §,.‘ i. "1 :-... 1 a' I',. I i ,.. 7'- = r: .F: E. 2 11,.. i '.;- Z' .., = 1 -7,; E. E. ,1,' 3 1 g K1 1 ,%; 4 7 t 7 5 g - 1-; 4 5. 1. 5. .1; ' 2 i :■:.' i.,., -, 6 7 ,, :.- : I: : z 7 g 7 - f. r Le. t e .. , - _ F. . 1 r, a 1-• .. - 2 E f E , t ::,r z g •.g = 5 ", 2 '''' ' = .. ' ' .4 :7 'I- .4 - , , .= ., = t. 3 : :.- 4 ., ,-, 7. i... '' 2 '7;' = .2 .2. .,, "; 3 -2 . 3.: `,., ,e 3 E E zit, 77- 7 5 2. 7 - 7, 6. E .=. 2 '"... `! 2 '1 .E 7,.. a: ,t5 .7, E z :7 :.: - .-.,', 2 t; -: :: i I t `i. 5= 1 = .-:. i.. -g, = = = - = = G ■ & L.. CI .- ■ ... , 7: ...i. E ili g t.,, E ,t. = i , =4 ., 2 ; ,%,' t ,._ „ , ..:1-.. ri- K t., ,- :4 . L.: F. ..1. 1 . 1 -. 7 :7. •.. ,... = 1 :- . 7 , 1 , . E ; - z ,, .-, , . . I 4 " i 1.' " . . 62 ' :..., :.... :::, Packet Page -149- 1/26/2016 11 .A. CH2M HILL 5801 Pelican Bay Boulevard Suite 505 Naples,FL 34108 C- RA ILL Teiephone: 239-596-1715 Fax:239-596-2579 ATTACHMENT A - SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES AGREEMENT FOR "IMMOKALEE RD—COLLIER BOULEVARD INTERSECTION: SERVICES DURING CONSTRUCTION" CONTRACT NO. 13-6164 (CEI)—CEI,Project Management, and Value Engineering DESCRIPTION The general objective for this task is to contract outside Consultant Engineering Services (referred to hereafter as CONSULTANT) for the Collier County Transportation Department: Roadway Stormwater and Bridge Section (referred to as COUNTY), to providing limited services during construction for the following: TASK A: Services During Construction Limited Services During Construction for construction of the Immokalee Road and Collier Boulevard Intersection Improvements. PART 1.—SCOPE OF WORK TASK A: Services During Construction (SDC) CONSULTANT will provide Limited Services During Construction for construction of the Immokalee Road and Collier Boulevard Intersection Improvements. Services shall include: • Provide contract document interpretation and assistance in addressing requests for information and unforeseen conditions when requested by the COUNTY. • Periodic Meeting Attendance and Field Visits • Review and assist in field changes which include minor redesign as requested by the COUNTY. • Attend one substantial completion walk through meeting in the field. Packet Page-150- 1/26/2016 11 .A. • Contractor will be responsible to provide Record Drawings based upon the contractor's markups, visual observations. and record survey. CH2M HILL will provide files (PDF format) to CONTRACTOR for use. • CONSULTANT will prepare and submit required Project Certification(s) to SFWMD. Note: 1. The presence or duties of CONSULTANT's personnel at a construction site, whether as onsite representatives or otherwise, do not make CONSULTANT or CONSULTANT's personnel in any way responsible for those duties that belong to COUNTY's and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. CONSULTANT and CONSULTANT's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except CONSULTANT's own personnel. The presence of CONSULTANT's personnel at a construction site is for the purpose of providing to COUNTY a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). CONSULTANT neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. PART 2. —PROJECT SCHEDULE: Overall Project Schedule will be 21 months from Notice to Proceed (NTP). • This will allow sufficient time for the Construction and Certification of the Improvements. PART 3.—EXCLUSIONS: The following tasks are not included in the Scope of Work for this Agreement: 1. Design Services. Packet Page-151- 1/26/2016 11 .A. 2. Construction Inspection Services 3. Services During Construction other than those listed above or requiring more effort than that listed in the Fee Schedule. PART 4.—CONSULTANT COMPENSATION: • The COUNTY will compensate the CONSULTANT a fee of $34,900.00 for Task A on a Time and Materials basis. An estimated budget to be utilized for the above tasks has been established and is shown as Attachment A —Manhour and Cost Summary. A man-hour estimate for the above Scope of Services has been prepared for the sole purpose of establishing the maximum upset limit for this Task Work Order not to exceed $34,900.00 The hourly labor rates shown for staff reflect the Rate Schedule agreed upon under Contract #13-6164 Professional Services: Architect and Engineering — CEI, Project Management, and Value Engineering (CEI) —Schedule B. Packet Page-152- 1/26/2016 11 .A. CH2M HILL 5801 Pelican Bay Boulevard Suite 505 Naples.FL 34108 .FL Telephone: 239-596-1715 Fax:239-596-2579 ATTACHMENT A - SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES AGREEMENT FOR "IMMOKALEE RD—COLLIER BOULEVARD INTERSECTION UTILITY RELOCATIONS/RECONFIGURATIONS" CONTRACT NO. 13-6164 (PU) —PUBLIC UTILITIES FACILITIES DESCRIPTION The general objective for this task is to contract outside Consultant Engineering Services (referred to hereafter as CONSULTANT) for the Collier County Public Utilities Planning and Project Management Department (PPMD) (referred to as COUNTY), to prepare plans, details, quantities, cost estimates, specifications, FDEP permits and a SFWMD-BCB Permit as well as providing limited services during construction for the planning and design of the following: TASK A: 24 Inch Water Main Relocation/Reconfiguration Preparation of Plans, Details, Quantities and Estimates for the proposed water main(s) reconfiguration/relocation west of/within the Immokalee Road/Collier Boulevard Intersection. The proposed improvements will: Relocate approximately 1850 LF of existing 24 Inch PVC Water Main; Install approximately 120 LF of 30 Inch HDPE Water Main (Sub-aqueous); Install approximately 100 LF of 24 Inch PVC Water Main and 480 LF of 30 Inch HDPE Water Main. TASK B: 12 Inch Raw Water Main Relocation Preparation of Plans and Details for the proposed Raw Water Main relocation east of the Immokalee Road/Collier Boulevard Intersection. The proposed improvements will: Relocate approximately 950 LF of existing 12 Inch PVC Raw Water Main. TASK C: Permitting Preparation and Submittal of: Two (2) FDEP Permits (One (1) Water Main - One (1) Raw Water Main), One (1) SFWMD-BCB ROW Permit for proposed Water Main improvements within the SFWMD-BCB Cocohatchee Canal ROW, One Dewatering Permit. TASK D: Services During Construction Limited Services During Construction for construction and activation of the Water Main and Raw Water Main reconfigurations/relocation. Packet Page -153- 1/26/2016 11 .A. PART 1. —SCOPE OF WORK TASK A: 24 Inch Water Main Relocation/Reconfiguration Preparation of Plans, Details, Quantities and Estimates for the proposed water main(s) reconfiguration/relocation west of/within the Immokalee Road/Collier Boulevard Intersection. The proposed improvements will: • Relocate approximately 1850 LF of existing 24 Inch PVC Water Main from within the Immokalee Road pavement to a location along the north side of the Cocohatchee Canal beneath a "future" Pathway/SFWMD-BCB maintenance access roadway. • Install approximately 120 LF of 30 Inch HDPE Water Main (Sub-aqueous) under the Cocohatchee Canal to connect the existing 24 Inch Water Main to the relocated 24 Inch Water Main on the north side of the Cocohatchee Canal. • Install approximately 100 LF of 24 Inch PVC Water Main and 480 LF of 30 Inch HDPE Water Main, from the southwest side of Collier Boulevard, under Immokalee Road and the existing/relocated Cocohatchee Canal, where it will connect to a new 36 Inch Water Line Extension being installed as part of the Collier-Immokalee Intersection Improvements. CONSULTANT will Conceptual Plans and Bid Documents for the proposed improvements. • The horizontal and vertical layout (Conceptual Design) of the proposed utility will be prepared by CONSULTANT and reviewed and approved by COUNTY Utility staff. • The COUNTY will review and approve locations for tie in points, connections and provide isolation valve requirements. These locations will be marked on the utility plans by the COUNTY and provided to CH2M HILL. • After the Conceptual Design Review Meeting, CONSULTANT will prepare 100% Construction BID Plans, Details and Estimates. TASK B: 12 Inch Raw Water Main Relocation Preparation of Plans, Details, Quantities and Estimates for the proposed raw water main relocation east of the Immokalee Road/Collier Boulevard Intersection. The proposed improvements will: Relocate approximately 950 LF of existing 12 Inch PVC Raw Water Main from within the Immokalee Road pavement to a location along the north side of Immokalee Road. CONSULTANT will prepare Conceptual Plans and Bid Documents for the proposed improvements. • The horizontal and vertical layout(Conceptual Design) of the proposed utility will be prepared by CONSULTANT and reviewed and approved by COUNTY Utility staff. Packet Page -154- 1/26/2016 11 .A. • The COUNTY will review and approve locations for tie in points, connections and provide isolation valve requirements. These locations will be marked on the utility plans by the COUNTY and provided to CH2M HILL. • After the Conceptual Design Review Meeting, CONSULTANT will prepare 100% Construction BID Plans, Details and Estimates. TASK C: Permitting Preparation and Submittal of: Two (2) FDEP Permits (One (1)Water Main - One (1) Raw Water Main), and One (1) SFWMD-BCB ROW Permit for proposed Water Main improvements within the SFWMD-BCB Cocohatchee Canal ROW. • CONSULTANT will prepare four(4) separate plans, details and quantity packages for the proposed improvements for submittal to: o FDEP—Two (2) Water and Raw Water o SFWMD-BCB ROW o SFWMD-BCB Dewatering • CONSULTANT will prepare two (2) FDEP Permit Applications and Permit Packages for submittal. CONSULTANT will coordinate with FDEP staff to verify requirements of permit process (1 Mtg. or phone Meeting is assumed). • CONSULTANT will prepare a SFWMD-BCB Permit Application and Permit Package for submittal. CONSULTANT will coordinate with BCB staff to verify requirements of permit process (1 Mtg. or phone Meeting is assumed). • CONSULTANT will prepare a SFWMD-BCB Dewatering Permit Modification/Application and Permit Package for submittal. CONSULTANT will coordinate with SFWMD-BCB staff to verify requirements of penult process (1 Mtg. or phone Meeting is assumed). Note: CONSULTANT shall not he responsible for potential agency caused delays during permit process. County will provide Permit Fees. TASK D: Services During Construction (SDC) CONSULTANT will provide Limited Services During Construction for construction and activation of the Water Main and Raw Water Main reconfigurations/relocation. Services shall include: • Provide contract document interpretation and assistance in addressing requests for information and unforeseen conditions when requested by the COUNTY. • Periodic Meeting Attendance and Field Visits Packet Page-155- 1/26/2016 11 .A. • Review and assist in field changes which include minor redesign as requested by the COUNTY. • Attend one substantial completion walk through meeting in the field. • Contractor will be responsible to provide Record Drawings based upon the contractor's markups, visual observations, and record survey. CH2M HILL will provide files (PDF format) to CONTRACTOR for use. • CONSULTANT will need to be present for any Utility Testing to complete the Utility Certification process. CONSULTANT will require sufficient notice (Written - 5 Work Days Prior) of any planned Utility Test. COUNTY will provide a utility field inspector during construction to review and document Contractors methods and means and daily performance. • CONSULTANT will prepare and submit required Utility Certification(s) to FDEP. GENERAL SCOPE OF SERVICES —APPLICABLE TO ALL TASKS: The following General Tasks are associated with Task(s) A and B detailed above. • Coordinate with COUNTY to confirm size of proposed utility and connection points. • Evaluate potential pipeline connection alternatives for the proposed connections. • Develop design per Collier County standards with plan and profile views on separate Utility Drawing Sheets and Utility Cross Sections. • Work with County to determine construction "Phasing Plan" to limit any interruption of service. • Review pertinent roadway drawings to evaluate potential opportunities and conflicts. • Prepare specifications per Collier County standards including project specific conditions for incorporation into the specifications, as necessary. • Provide utility coordination and conflict resolution during design. • Coordinate with existing drainage and lighting design and minimize conflicts. • Provide Quantities and a Construction Cost Estimates Note: 1. ENGINEER'S Cost Opinions: In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, ENGINEER makes no warrant that the COUNTY's actual PROJECT costs, financial aspects, Packet Page -156- 1/26/2016 11 .A. economic feasibility, or schedules will not vary from ENGINEER's opinions. analyses, projections, or estimates. 2. The presence or duties of CONSULTANT's personnel at a construction site, whether as onsite representatives or otherwise, do not make CONSULTANT or CONSULTANT's personnel in any way responsible for those duties that belong to COUNTY's and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. CONSULTANT and CONSULTANT's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except CONSULTANT's own personnel. The presence of CONSULTANT's personnel at a construction site is for the purpose of providing to COUNTY a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). CONSULTANT neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. PART 2.—PROJECT SCHEDULE: Overall Project Schedule will be 21 months from Notice to Proceed (NTP). • This will allow sufficient time for the Design, Permitting Construction and Certification of the Utility Improvements. PART 3. —EXCLUSIONS: The following tasks are not included in the Scope of Work for this Agreement: 1. Permit Fees—SFWMD-BCB, FDEP (Paid by County) 2. Utility Modeling Services 3. Utility Modeling Calculations for DEP Permits (if required) will be "Performed by others" and provided to CH2M HILL Packet Page -157- 1/26/2016 11 .A. 4. Design Services other than those specifically listed above or requiring more effort than that listed in the Fee Schedule. 5. Construction Inspection Services 6. Services During Construction other than those listed above or requiring more effort than that listed in the Fee Schedule. PART 4.—CONSULTANT COMPENSATION: • The COUNTY will compensate the CONSULTANT a fee of$73,308.00 for Task A, Task B and Task C on a Lump Sum basis. • The COUNTY will compensate the CONSULTANT a fee of$19,192.00 for Task D on a Time and Materials basis. An estimated budget to be utilized for the above tasks has been established and is shown as Attachment A —Manhour and Cost Summary. A man-hour estimate for the above Scope of Services has been prepared for the sole purpose of establishing the maximum upset limit for this Task Work Order not to exceed $92,500.00 The hourly labor rates shown for staff reflect the Rate Schedule agreed upon under Contract #13-6164 Professional Services: Architect and Engineering — Public Utilities Facilities (PU) —Schedule B. Packet Page -158-