Loading...
Agenda 02/25/2014 Item #16D 1Proposed Agenda Changes Board of County Commissioners Meeting February 25, 2014 Move Item 16D1 to Item 11F: Recommendation to award Invitation to Bid (ITB) 13 -60311 "Gilchrist Windows, Doors, Roofs and Miscellaneous Services," to NR Contractors Inc, for construction services in the amount of $238,540, to authorize the Chairman to execute a contract with the vendor effective February 25, 2014. (Commissioner Henning's request) Move Item 16D4 to Item 11G: Recommendation to award Request for Quotation (RFQ) to Jensen Underground Utilities, Inc., in the amount of $2,000 plus $200 for contingency for a total of $2,200 for Video Tape of the constructed gravity sewer at Collier County's Bluebill Avenue Turnaround and Restroom Beach Park Facility and make a finding that the expenditure promotes tourism. (Commissioner Henning's request) Move Item 16D8 to Item 11H: Recommendation to authorize a one -time waiver to the Neighborhood Stabilization Program Administrative Plan, not to exceed an additional $5,000; to complete the rehabilitation of 2975 4th Street NE in order to dispose of the property from County ownership. (Commissioner Henning's request) Move Item 16D2 to Item ill: Recommendation to approve an agreement with NCH Healthcare System, Inc. for Collier County Parks and Recreation to provide water safety instruction to Collier County children ages four to five. (Commissioner Nance's request) Note: Item 16A20 Executive Summary title revised to read: Recommendation to adopt a Resolution amending Resolution 2009 -58, relating to the Stewardship Sending Area with a designation as "QK SSA 10 "; approving the extension of certain dates to March 10, 2015 in the Stewardship Sending Area credit agreement for WG SSA 10 and the Escrow agreement for C" SSA 10. (Staff's request) Time Certain Items: Item 13A to be heard at 10:15 a.m., followed by Items 138 and 13C Item 116 to be heard immediately following Item 13C Item 11D to be heard at 2:00 p.m. 7/25/201.9:39 AM 2/25/2014 16. D.1. EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) 13 -6031, "Gilchrist Windows, Doors, Roofs and Miscellaneous Services," to NR Contractors Inc, for construction services in the amount of $238,540, to authorize the Chairman to execute a contract with the vendor effective February 25, 2014. OBJECTIVE: To upgrade County owned housing in order to eventually successfully transfer multifamily rental housing acquired through the Neighborhood Stabilization Program to a community partner. CONSIDERATIONS: The Gilchrist Apartments are a twelve -unit multifamily housing property that was acquired with Neighborhood Stabilization funds in 2009. Housing, Human and Veteran Services (HHVS) attempted to transfer these properties to private ownership through the RFP process in 2012 but received no bids. Input from community meetings indicated that the condition of the property was deterring potential bidders. HHVS continues to plan to competitively procure a developer for Board consideration to complete the rehabilitation of the property and maintain the units as affordable rental housing. However, to make the property more attractive for this purpose, HHVS has identified the need to provide basic disaster mitigation and rehabilitation to the units. Staff has identified the areas of greatest need to include the roofs, windows, doors, and A/C system. Residents do not need to be relocated for this work to be completed. On September 19, 2013, the Purchasing Department solicited proposals from construction contractors; this solicitation included grant requirements, and therefore, the County's Local vendor preference policy was excluded. A total of 1,802 notices were sent out electronically with 14 companies downloading the solicitation packet. A total of one (1) sealed bid was received. A bid tabulation sheet is attached for review. Staff reviewed the sealed bid and obtained a price and cost analysis of the single bid from Alpha 1, a contractor procured under County Purchasing and Federal grant requirements and approved by the Board. The price and cost analysis demonstrate the price as fair and reasonable and consistent with the pre- bidding estimate. This contract is subject to Davis Bacon Wage Rate provisions. Staff has included the most current wage rate decision which supersedes the one contained in the original bid documents. This wage decision will be "locked in" through the execution of this contract. The prospective contractor has been made aware and has accepted this change. Staff recommends that the Board awards a contract with NR Contractors to be effective as of February 25, 2014. FISCAL IMPACT: Funds in the amount of $78,300 are located in Urban Improvement Grant Fund 121, Project 33050 and fund in the amount of $160,240.00 are located in Housing Grant Fund 705, Project 33104 for a total of $238,540.00. No general funds are associated with this project. Packet Page -623- 2/25/2014 16.D.1. LEGAL CONSIDERATIONS: Staff states that it continues to plan to competitively procure a developer to complete the rehabilitation of the property and maintain the units as affordable rental housing. Eligible entities that are designated as developers are not required to follow certain federal regulations such as the program income rules that apply to grantees and subrecipients. As such, program income is not required to be tracked and returned to the County, if a developer acquires this property in the future. This item is approved as for form and legality and requires a majority vote. - JAB GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this action. RECOMMENDATION: That the Board of Collier County Commissioners: (1) approves the award of ITB 13 -6031 Gilchrist Windows, Doors, Roofs and Miscellaneous Services to NR Contractors Inc and (2) authorizes the Chairman to execute the attached contract with the vendor to be effective as of February 25, 2014, after review by the County Attorney's Office. Prepared by: Geoffrey Magon, Grant Coordinator, Housing, Human and Veteran Services Attachments: 1. 13 -6031 Contract (Due to the size of the contract, a web link has been provided for viewing at http: / /www.colliergov. net/ ftp /AgendaFeb2514/PubServices /16D 1 l 1039GiichristContract.pd£ A hard copy is also available at the County Manager's Office.) Packet Page -624- 2/25/2014 16.D.1. COLLIER COUNTY Board of County Commissioners Item Number: 16.16. D. 16. D. 1. Item Summary: Recommendation to award Invitation to Bid (ITB) 13 -6031, "Gilchrist Windows, Doors, Roofs and Miscellaneous Services," to NR Contractors Inc, for construction services in the amount of $238,540, to authorize the Chairman to execute a contract with the vendor effective February 25, 2014. Meeting Date: 2/25/2014 Prepared By Name: MagonGeoffrey Title: Grants Coordinator 1/27/2014 1 :57:03 PM Approved By Name: JohnsonScott Title: Procurement Specialist, Purchasing & General Services Date: 1/31/2014 9:39:22 AM Name: MarkiewiczJoanne Title: Manager - Procurement, Purchasing & General Services Date: 1/31/2014 10:12:38 AM Name: WardKelsey Title: Manager - Procurement, Purchasing & General Services Date: 1/31/2014 6:05:28 PM Name: KushiEdmond Title: Accountant, Housing, Human & Veteran Services Date: 2/3/2014 2:12:35 PM Name: TownsendAmanda Title: Director - Operations Support, Public Services Division Date: 2/4/2014 2:26:44 PM Name: SonntagKristi Title: Manager - Federal /State Grants Operation, Housing, Human & Veteran Services Packet Page -625- 2/25/2014 16.D.1. Date: 2/5/2014 2:07:36 PM Name: AlonsoHailey Title: Operations Analyst, Public Services Division Date: 2/5/2014 2:16:21 PM Name: GrantKimberley Title: Director - Housing, Human and Veteran S, Housing, Human & Veteran Services Date: 2/10/2014 8:29:23 AM Name: CarnellSteve Title: Administrator - Public Services, Public Services Division Date: 2/12/2014 10:58:39 AM Name: BelpedioJennifer Title: Assistant County Attorney, CAO General Services Date: 2/12/2014 11:29:12 AM Name: RobinsonErica Title: Accountant, Senior, Grants Management Office Date: 2/12/2014 12:09:31 PM Name: KlatzkowJeff Title: County Attorney, Date: 2/12/2014 2:38:05 PM Name: FinnEd Title: Management/Budget Analyst, Senior, Transportation Engineering & Construction Management Date: 2/12/2014 4:30:18 PM Name: StanleyTherese Title: Management/Budget Analyst, Senior, Grants Management Office Date: 2/18/2014 3:50:09 PM Name: KlatzkowJeff Title: County Attorney, Date: 2/19/2014 8:09:27 AM Name: OchsLeo Title: County Manager, County Managers Office Date: 2/19/2014 8:50:03 AM Packet Page -626- CD o� u N L 7 C 6 J O c Z 0 O CD Y M O H c o c °1 0 m � c 0 ) 2 Cn 2/25/2014 16. D.1. O r 0000000000 0 0 0 0 0 0 0 0 0 0 O O T WOO O O N G O O 0 0 0 J Lo ') 00aDOc000 le Ict J Q CDOMOCOMtl700 0 H N N H H N H = F- TOCONNOOMT cl d 4) d 4) d d (1) T d ti N T r- M } } } } } }} N U 43 L d9 E3 69 E9 EF? d4 6R E9 Ef3 6A 6% 69 11 IL L C ( J O O O O O O O O O O O O V 000000000 oUl) V mV)000N000 Or ar �Ntn0wmCD00 tt Z d Cnocoor�r�tio0 F- T Co r N M T T M r ZT r � H3 di 69 E3 6F} EA c�i 69 6R EA CO Z U N 4) 4) 4) 4) a) 4) W W 2 U CD CD 0 CO CD cO 0 r T r T L} F �- C G 'a U) 4) 4) ? a) m C O L O M C �y C 0 v 4) m 4) Q 'a es d m Coma m U a K s m U L J m LLJ CL ` Q L V O H a) 0 CO) L = O J F- 0 = 0 ea N = d c _I C9 cu p N 0 CU C N U a � C (D E O — C U LL tII .0 � 0 O CO f0 f0 N E N Z O m p CL c� a 7 � L v LLI a c cx C N E a w w E O Q O fh -0 o c c _ 3 c 0 '� m ... 0 O N U '00 (0 O _ C (0 0 •C O N U c CL C a N N 0 N y ( �t 0 o a 0 3 0 a) a) Z U N N U C U C ` N cu O O w 0f 0 4 w w rr a Q Packet Page -627- Q 2/25/2014 16. D.1. O r 2/25/2014 16.D.1. Rick Scott Jesse Panuccio GOVERNOR _ EXECUTIVE DIRECTOR FLORIDA DEPARTMENT V ECONOMIC OPPORTUNrTY January 23, 2014 Ms. Lisa Olen, Grants Coordinator Collier County Housing, Human and Veteran Services 3339 East Tamiami Trail, Suite 211 Naples, Florida 34142 Re: Florida Community Development Block Grant (CDBG) Program Disaster Recovery Initiative Contract No.: 10DB- D4 -09- 21 -01 -K 09 Collier County Contractor Clearance Letter - Gilchrist Apts. (SA #8) Dear Ms. Olen: We have reviewed the bidding and contractor information for the above referenced project. NR Contractors, Inc. is not on the list of firms excluded from receiving federal funds. The contractor /subcontractor (lower tier) eligibility certification form, posted on the CDBG website, allows a contractor /subcontractor to certify that neither it nor its principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs receiving federal assistance. Each contractor and subcontractor must execute this certification prior to working on the project and the certification must be maintained in your project files. Please submit to the Department a copy of the Notice to Proceed after it is issued. The information regarding the construction period is used to schedule monitoring. An updated HUD 2880 form reflecting the participation of the contractor should be submitted when the construction contract has been executed. If you have questions or require technical assistance, please call me at (850) 717 -8407 or e-mail me at Garrv.ThomasOdeo.mvflorida.com. Sincerely, Garry Thomas Government Operations Consultant II /gt enclosure Florida Department of Economic Opportunity I Caldwell Building 1207 E. Madison Street I Tallahassee, FL 32399 866.FLA.2345 1850.245.7105 1850.921.3223 Fax www.floridaiobs.or¢ I www.twitter.com /FLDEO I www.facebook.com /FLDEO An equal opportunity employer /program. Auxiliary aids and services are available upon request to individuals with disabilities. All voice telephone numbers on this document may be ream-' -- ---- - ---r 'ITDD equipment via the Florida Relay Service at 711. Packet Page -628- 2/25/2014 16.D.1. January 22, 2014 3:01 PM Packet Page -629- Page 1 of 1 SAM Search Results List of records matching your search for Search Term: NR contractors* Inc* Record Status: Active ;: Nr Contractors Inc Status:Active DUNS: 842006868 +4: CAGE Code: 6ZPG8 DoDAAC: Expiration Date: Oct 3, 2014 Has Active Exclusion ?: No Delinquent Federal Debt?: No Address: 631 92nd Ave N City: Naples State/Province: FLORIDA ZIP Code: 34108 -2430 Country: UNITED STATES January 22, 2014 3:01 PM Packet Page -629- Page 1 of 1 Page 1 of 5 2/25/2014 16.D.1. General Decision Number: FL140102 01/03/2014 FL102 Superseded General Decision Number: FL20130102 State: Florida Construction Type: Residential County: Collier County in Florida. RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories). Modification Number Publication Date 0 01/03/2014 ENGI0487 -013 07/01/2013 Rates Fringes OPERATOR: Crane All Tower Cranes (Must have 2 operators) Mobile, Rail, Climbers, Static - Mount; All Cranes with Boom Length 150 Feet & Over (With or without jib) Friction, Hydro, Electric or Otherwise; Cranes 150 Tons & Over (Must have 2 operators); Cranes with 3 Drums (When 3rd drum is rigged for work); Gantry & Overhead Cranes; Hydro Cranes Over 25 Tons but not more than 50 Tons (Without Oiler /Apprentice); Hydro /Friction Cranes without Oiler /Apprentices when Approved by Union; & All Type of Flying Cranes ... $ 29.05 8.80 Cranes with Boom Length Less than 150 Feet (With or without jib); Hydro Cranes 25 Tons & Under, & Over 50 Tons (With Oiler /Apprentice) ........... $ 28.32 8.80 OPERATOR: Oiler .................$ 22.99 8.80 * IRON0272 -004 04/01/2013 Rates Fringes IRONWORKER, STRUCTURAL AND REINFORCING ......................$ 23.59 5.93 ---------------------------------------------------------------- SUFL2009 -098 06/08/2009 Packet Page -630 - http://www.wdol.gov/wdol/scafiles/davisbacon/FL 102.dvb ?v=0 1/17/2014 Page 2 of 5 2/25/2014 16.D.1. Packet Page -631 - http: / /www.wdol.gov /wdol /scafiles /davisbacon/FL 102.dvb ?v=0 1/17/2014 Rates Fringes BRICKLAYER .......................$ 20.00 0.00 CARPENTER ........................$ 13.66 2.67 CEMENT MASON /CONCRETE FINISHER ... $ 12.83 0.00 ELECTRICIAN ......................$ 13.15 0.00 IRONWORKER, ORNAMENTAL ........... $ 15.25 0.00 LABORER: Common or General ...... $ 9.18 0.00 LABORER: Mason Tender - Brick ... $ 11.51 0.00 LABORER: Mason Tender - Cement /Concrete ..................$ 10.94 0.00 LABORER: Pipelayer ..............$ 15.14 0.00 LABORER: Roof Tearoff ........... $ 9.00 0.00 LABORER: Landscape and Irrigation .......................$ 13.54 0.00 OPERATOR: Asphalt Paver ......... $ 12.40 0.00 OPERATOR: Backhoe Loader Combo ............................$ 17.04 0.00 OPERATOR: Backhoe /Excavator ..... $ 15.25 0.00 OPERATOR: Bulldozer .............$ 14.50 2.00 OPERATOR: Distributor ........... $ 11.41 0.00 OPERATOR: Forklift ..............$ 17.50 0.00 OPERATOR: Grader/Blade .......... $ 14.00 0.00 OPERATOR: Loader ................$ 12.17 0.00 OPERATOR: Roller ................$ 10.62 0.00 OPERATOR: Screed ................$ 10.93 0.00 OPERATOR: Trackhoe ..............$ 14.81 0.00 OPERATOR: Tractor ...............$ 10.20 0.00 PAINTER: Brush, Roller and Spray ............................$ 14.56 0.00 PLUMBER ..........................$ 13.45 0.00 ROOFER, Includes Built Up, Modified Bitumen, and Shake & Shingle Roofs (Excludes Metal Roofs ) ...........................$ 15.65 0.00 Packet Page -631 - http: / /www.wdol.gov /wdol /scafiles /davisbacon/FL 102.dvb ?v=0 1/17/2014 Page 3 of 5 2/25/2014 16.D.1. ROOFER: Metal Roof ..............$ 16.99 0.00 SHEET METAL WORKER, Excludes Metal Roof Installation .......... $ 9.85 0.38 TRUCK DRIVER, Includes Dump Truck ............................$ 10.22 0.00 TRUCK ---------------------------------------------------------- DRIVER: Lowboy Truck ...... $ 12.10 0.00 - - - - -- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non - union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198 -005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate /collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Packet Page -632 - http:// www. wdol. gov /wdol /scaftles /davisbacon/FL 102.dvb ?v =0 1/17/2014 Page 4 of 5 2/25/2014 16.D.1. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004 -007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage Packet Page -633 - http://www.wdol.gov/wdol/scafiles/davisbacon/FL 102.dvb ?v=0 1/17/2014 Page 5 of 5 2/25/2014 16.D.1. payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Packet Page -634 - http: / /www.wdol.gov /wdol /scafiles /davisbacon/FL 102. dvb ?v=0 1/17/2014