Loading...
Agenda 09/27/2016 Item #16D10 16.D.10 09/27/2016 EXECUTIVE SUMMARY Recommendation to award a work order using fixed term Contract Number 13-6164 to Q Grady Minor & Associates, P.A., in the amount of$27,055, for the Design and Permitting of the Barefoot Beach Toll Booth replacement and make a finding that this expenditure promotes tourism. OBJECTIVE: To replace the existing Barefoot Beach Toll Booth, which is deteriorated and in need of repair,with a new unit providing more space and sanitary facilities for the park attendant. CONSIDERATIONS: Currently, the Barefoot Beach wooden toll booth is deteriorated, small and doesn't include any sanitary services for the beach park attendant. To remedy those issues, the County plans to replace the beach park toll booth with a new, pre-fabricated, concrete unit that will provide more space and adequate sanitary facilities at the entrance to Barefoot Beach Park. The County seeks to utilize the services of an Engineering/Architectural firm to prepare and acquire the necessary permits and develop the detailed bidding documents to procure the replacement toll booth. The installation must comply with all applicable regulations. The project includes removing the existing toll booth and replacing it with a 10' x 20' flood-proof toll booth that will have an Americans with Disabilities Act approved bathroom. A temporary facility will be located to serve as toll booth while the construction finishes. FISCAL IMPACT: Funding in the amount of $27,055.00 from Tourist Development revenues is available and appropriated for this Project No. 80242 within the Parks and Recreation Beach Park Facilities Capital Fund 183 (TDC Beach Parking Facilities). GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan from this action. ADVISORY BOARD RECOMMENDATION: On August 22, 2016, the Tourist Development Council approved, by unanimous vote (8-0), the expenditure of funds for the Q Grady Minor & Associates, P.A. work order with a recommended finding that this expenditure promotes tourism. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-CMG RECOMMENDATION: That the Board of County Commissioners approves the award of a proposed work order using Contract Number 13-6164 to Q Grady Minor for the Barefoot Beach toll booth replacement, Project No. 80242, in the amount of$27,055.00, and makes a finding that this expenditure promotes tourism. Prepared by: Leandro A. Goicoechea, P.E.,Project Manager, Facilities Management Department Attachment: Cost Proposal, Work Order ATTACHMENT(S) 1. Q Grady Minor proposal (PDF) 2.Work Order (PDF) I Packet Pg. 1021 16.D.10 09/27/2016 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.10 Item Summary: Recommendation to award a work order using fixed term Contract Number 13- 6164 to Q Grady Minor & Associates, P.A., in the amount of$27,055, for the Design and Permitting of the Barefoot Beach Toll Booth replacement and make a finding that this expenditure promotes tourism. Meeting Date: 09/27/2016 Prepared by: Title: Project Manager—Facilities Management Name: Leandro Goicoechea 08/31/2016 8:27 AM Submitted by: Title: Division Director-Facilities Mgmt—Facilities Management Name: Dennis Linguidi 08/31/2016 8:27 AM Approved By: Review: Facilities Management Dennis Linguidi Level 1 Sim.Reviewer 1-8 Completed 09/01/2016 11:06 AM Facilities Management Hank Jones Level 1 Sim.Reviewer 1-8 Completed 09/01/2016 12:25 PM Parks&Recreation Ilonka Washburn Level 1 Sim. Reviewer 1-8 Completed 09/01/2016 12:58 PM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 09/01/2016 4:32 PM Procurement Services Adam Northrup Level 1 Purchasing Reviewer 1-4 Completed 09/08/2016 3:18 PM Procurement Services Scott Johnson Level 1 Purchasing Reviewer 1-4 Completed 09/09/2016 3:40 PM Public Services Department Steve Carnell Level 2 Add Division Reviewer Completed 09/12/2016 7:43 AM County Attorneys Office Colleen Greene Level 2 Attorney Review Completed 09/12/2016 9:07 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/12/2016 10:21 AM Budget and Management Office Ed Finn Level 3 OMB 1st Reviewer 1-4 Completed 09/12/2016 12:02 PM County Attorneys Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 09/14/2016 11:04 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 09/18/2016 10:29 PM Board of County Commissioners MaryJo Brock Meeting Pending 09/27/2016 9:00 AM I Packet Pa. 1022 co 1-14008 Ilo! 14oea8 ;oo}eJe8 aot iapio 3poM p.iemv : 8066) iesodoid.iouiw icpeio D :;uawyoe;;y 0 N GradyMinor Civil Engineers • Land Surveyors • Planners • Landscape Architects a May 19,2016 Mr. Leandro Goicoechea Collier County Facilities Management 3335 Tamiami Trail East, Suite 101 Naples, FL 34112-5356 RE: Proposal for Professional Services Barefoot Beach Toll Booth Replacement Dear Mr. Goicoechea: Q. Grady Minor&Associates, P.A. is pleased to provide this proposal for Professional Services for the proposed replacement toll booth at Barefoot Beach. We assume that the project can be submitted as an Insubstantial Change to the existing SDP. A Coastal Construction Control Line (CCCL)permit will be required from FDEP. We will also work with you in selecting a pre-fabricated building product to be specified in bidding. We propose the following tasks for the project: Initial Design Tasks: Task No. 1—Engineering Survey Obtain detailed topographic survey and CCCL line location for the proposed addition. Obtain sanitary sewer location and inverts. Task No.2—Architectural Coordination Coordinate with you on type of building and specifications. Task No.3—Civil Base Plan Design Utilizing conceptual plan, comments from you and updated survey data, prepare engineering plan. This will become the Base Plan utilized for permitting. Permitting Tasks: Task No. 4—Coastal Construction Control Line Permitting Prepare plans and supporting data/reports and submit to FDEP for the Coastal Construction Control Line permit(CCCL). 0. Grady Minor &Associates, RA. Ph. 239-947-1 144 • Ex: 239-947-0375 3800 Via Del Rey EB 0005151 • LB 0005151 • LC 26000266 Bonita Springs, FL 34134 WWW.gradyminor.com 16.D.10.a Mr.Leandro Goicoechea Re: Barefoot Beach Toll Booth May 19,2016 Page 2 Task No. 5 — Collier County SDPIC Permitting — Set up and attend pre-application meeting for an Insubstantial Change to the existing SDP. Prepare SDPIC application, reports and exhibits. Submit to the County and follow up for approval. Prepare water and sewer plans, specifications and an reports for water service and grinder pump station (gravity sewer is not obtainable). Prepare and o submit FDEP sewer permit. 5 a) Task No. 6 — Bidding— Prepare bid documents and submit to you in pdf format and one (1) hard CD copy for bidding. Attend pre-bid meeting. Answer bidders' questions. Review bids and co a recommend award. °' w Y Construction: 0 0 Task No. 7 — Pre-Construction, Construction and Permit Close Out Assistance — Set up and m attend FDEP pre-construction meeting. Assist Collier County in closing out FDEP permit. Review o shop drawings, set up and attend pre-construction meeting with Collier County, inspect utility o installation and attend tests. Observe building installation. Prepare project close out and utility m acceptance documents. Close out permits. 0° 0 0 We propose to provide these services as follows: m TOTAL m L TASK BUDGET FEE TYPE TIME TIME ,8 (wks) (wks) 1. Topo and CCCL Survey $2,587.00 Lump Sum 3 3 0 2. Architectural Coordination $555.00 Lump Sum 2 5 3. Civil Base Plan $3,198.00 Lump Sum 4 9 8 4. CCCL(FDEP) $4,068.00 Lump Sum 16 25 T2 5. County SDPIC $6,792.00 Lump Sum 12 21 3 6. Bidding $2,275.00 T/M 12 21 a 7. Construction $7,180.00 T/M 31 52 0 Reimbursables: $400.00 With Back- 0) up Ts TOTAL $27,055.00 a. 0 This Proposal is subject to the Standard Provisions of the Collier County Fixed Term Engineering o. Service Contract(FT13-6164). oc Any services requested beyond the scope of this Proposal will be performed for a fee negotiated o when the scope of additional services is known or at the approved Collier County Fixed Term 0 Contract(#13-6164)hourly rate schedule. a 0 E 0 czw Zi G:\AdminMarketing\PROPOSAL\C\Collier County Facilities Mgmt\LG60519 Barefoot Toll Booth.doc I Packet Pg. 1024 as 4 008 llol yoea8 loojaaeg aoj aapap jaoM pieMy : 8064) lesodoad aoulw Apeip 0 :luawyoelly ,n Mr.Leandro Goicoechea `— Re: Barefoot Beach Toll Booth per, May 19,2016 Page 3 v Invoices will be issued monthly,payable per the applicable Collier County Purchasing Policy. Any government imposed sales taxes or fees shall be added to our fees for services under this Proposal. Services related to asbestos, hazardous or toxic materials are excluded. Client shall provide a site that complies with applicable laws and regulations. This Proposal is void if no Task Authorization or Purchase Order is issued within 90 days of this date. Very truly yours, Prij/46Cak- Michael J. Delate, P.E. Sr.Vice President MWM:cjd \\awn.local\files\AdminMarketine\PROPOSAL\C\Collier County Facilities Memt\L060519 Barefoot Toll Booth.doc 16.D.10.b WORK ORDER/PURCHASE ORDER Contract 13-6164"Professional Set-vices for Engineers and Architects-CR" a' .N Contract Expiration Date:March 8,2019 This Work Order is for professional engineering services for work known as a) Project Name:Barefoot Beach Toll Booth Replacement Project No: 80242cc Q. The work is specified in the proposal dated May 19,2016 which is attached hereto and made a part of o this Work Order. In accordance with Terms and Conditions of the Agreement referenced above,this Work Order/Purchase Order is assigned to:Q.Grady Minor&Associates,P.A. 00 Scope of Work: As detailed in the attached proposal and the following: _c ° * Task I Engineering Survey a' m * Task 11 Architectural Coordination * Task III Civil Base Plan Design m * Task IV Coastal Construction Control Line Permitting * Task V Collier County SDPIC Permitting 00 * Task VI Bidding ,8 * Task VI! Pre-Construction,Construction and Permit Closeout Assistance °' .a L Schedule of Work: Complete work within 365 days from the date of the Notice to Proceed which is 0 accompanying this Work Order. The Consultant agrees that any Work Order that extends beyond the ° expiration date of Agreement#13-6164 will survive and remain subject to the terms and conditions of -�La that Agreement until the completion or termination of this Work Order. co Compensation: In accordance with the Agreement referenced above,the County will compensate the Firm in accordance with followingmethods : °' O ONegotiated Lump Sum (NLS) ®Lump Sum Plus Reimbursable Costs(LS+RC) Time& Material (T&M)(established hourly rate—Schedule A) ❑ Cost Plus Fixed Fee(CPFF),as provided in the attached proposal. a) Task I $2,587.00 LS O Task II $ 555.00 LS Task 111 $3,198.00 LS ° Task IV • $4,068.00 LS Task V $6,792.00 LS ai Task VI $2,275.00 T&M Task VII $7,180.00 T&M tokeimbursables $ 400.00 With Back-Up TOTAL FEE $27.055.00 Page 1 of 2 Packet Pg. 1026 16.D.10.b PREPARED BY: f _ ,l.164,. Leandro '.Goicoechea,P.E.,Pr' ect anager Date a) Facilities Management Division 0a) r 0 REVIEWED BY: .,A 11-111141.�� a) �•: 57/2 H: f' ,Principal Project Manager Da es Faciliti. :r ._ement Division Q. co cc APPROVED BY /7/1, : ,t1/(1\-------- l,� o Barry lliams,Director � // 00 Parks&Recreation Division Date H C) ca o co By the signature below, the Firm (including employees, officers and/or agents) certifies,and hereby o discloses,that,to the best of their knowledge and belief,all relevant facts concerningo currently planned interest or activity (financial, contractual, organizational, or er present,e or a relates to them proposed work; and bear on whether the Firm has a potential conflict have been fully disclosed. 0 L Additionally, the Firm agrees to notify the Procurement Director, in writing within 48 hours of 0 learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. 0 ACCEPTED BY: Q Grady Minor&Associates,P.A. 'a L es a 11/4C1.0011C— o 5/2/!/16 Mike Delete PE,Senior Vice President 0 Date p '6 c co E U co Q I Page2of2 1 Packet Pg. 1027