Loading...
Agenda 05/10/2011 Item #16A 9 Agenda Changes Board of County Commissioners Meeting May 10,2011 Withdraw Item lOB: Recommendation to award a construction contract in the amouut of $25,935,470.53 to Mitchell & Stark Constructiou Corporation aud reserve $3,315,000 on the purchase order for funding allowances, for a total of $29,250,470.53 for 1TB No. 10-5342 - "SR 84 (Davis Blvd) Radio Road to Collier Blvd: SRlCR 951 Intersectiou improvements; Collier Blvd (SRlCR 951) North to Magnolia Pond Drive; and CR 951 (Collier Blvd) North to the E Golden Gate Canal", Project No. 60073 and Project No. 60092. (Unsuccessful bidder has filed intent to protest the award) Move Item 16A7 to Item lOG: Recommendation to approve a Resolution to petition Governor Scott to extend the "Rural Area of Critical Economic Concern" designation awarded to Florida's Heartland Regional Economic Development Initiative, Inc. Region another 5-years and to keep the Community of Immokalee within the South Central Rural Area of Critical Economic Concern designation. This item is being placed on the agenda at the request of the Economic Development Council of Collier County. (Commissioner Hiller's request) Withdraw Item 16A9: Recommendation to approve a Work Order under Contract #09-5262 with Agnoli, Barber and Brundage Inc. (" ABB, Inc. "), to provide professional engineering services related to design, bidding assistance, and construction services of the Wing South Airpark Channels portion of the Lely Area Stormwater Improvement Project (LASIP) in the amount of $199,922, Project #51101. (After the agenda package went to print, the Clerk of Courts Finance Director presented concerns related to the CCNA process for this item. Therefore, staffis requesting that this item be pulled from the May 10, 2011 Agenda so staffmay work with the Clerk's office to address and resolve their concerns. The project construction schedule should not be adversely affected by this delay.) Move Item 16E3 to Item 10F: Recommendation to accept a bronze bust of former County Manager James V. Mudd from Abbas Asli (landlord of the former Property Appraiser's office building) for placement in the James V. Mudd Emergency Services Center. (Commissioner Hiller's request) Move Item 17C to Item SA: Recommendation to adopt an Ordinance amending Ordinance No. 1975-16, as amended, relating to the placement and presentation of matters on the official agenda. (Commissioner Hiller's request) Time Certainltems: Item 10C to be heard at 11:00 a.m. 5/10/2011 3:41 PM 5/10/2011 Item 16.A.9. EXECUTIVE SUMMARY Recommendation to approve a Work Order nnder Contract #09-5262 with Agnoli, Barber and Brundage Inc. (" ABB, Inc. "), to provide professional engineering services related to design, bidding assistance, and constrnction services of the Wingsouth Airpark Channels portion of the Lely Area Stormwater Improvement Project (LASIP) in the amount of $199,922, Project #511 OJ. OBJECTIVE: To approve a Work Order under Contract # 09-5262 in the amount of $199,922 to perform professional engineering services related to the Wingsouth Airpark Channels portion of the Lely Area Stormwater Improvement Project (LAS1P) construction. The public purpose of this action is to provide quality pre-construction, construction and engineering services related to LASIP; which in turn will improve drainage in the Lely Main Basin Area. CONSIDERATIONS: This Work Order will cover engineering services related to the design and construction of drainage facilities in the Wingsouth Airpark vicinity. It will include services necessary to design, permit, assist during bidding, and assist during construction. Staff has used the "rotation" method associated with Contract 09-5262 to select ABB, Inc.. for this Work Order. The fee to perfonn these engineering is $ I 99,922. In accordance with the provisions contained in Contract No. 09-5262, staff recommends ABB. Inc. for this project. The contracted work will be done as a Time and Materials Agreement. ABB, Inc. has been providing satisfactory consulting services for the Stonnwater Management Department since 1999, and they were the lead consultant and designer of the LAS1P in its beginnings. Staff and ABB, Inc. have had discussions about LASIP in general and this portion specifically. From our current knowledge, this dcsign will be more involved and challenging than most of the other earlier, separate LAS1P projects. A brief explanation is that there are a significant amount of wetland impacts, there are housing developments within the project scope, there are three control structures (each of which requires services of a structural engineer), and the total canal length is approximately twice as long as on other projects. The best available estimated cost to construct this project is $1,180,900, which is well below the $2,000,000 CCNA threshold, which would prompt requirement of these engineering services to be re-solicited under a new RFP. FISCAL IMPACT: Funds in the amount of $199,922 are available in the Stormwater Capital Fund (Fund 325), which was budgeted and approved by the BCC at the Budget Hearing of September 23,2010. Source offunds are Ad Valorem taxes. LEGAL CONSIDERATIONS: This item has been reviewed and approvcd by the County Attorney's Office, is legally suHicient for Board action and only requires a majority vote-SRT. GROWTH MANAGEMENT IMPACT: This action is consistent with the Gro\Vth Management Plan Drainage sub-element. RECOMMENDATION: That the Board of County Commissioners approve and execute this work order under Contract 09~5262 in the amount of $ I 99,922, with ABB, Inc., which is to Packet Page ~570~ 5/10/2011 Item 16.A.9. provide Professional Engineering Services for the "Lely Area Stonnwater Improvement Project, Wingsouth Airpark Channels" Prepared By: R. Shane Cox, P.E., Senior Project Manager, Transportation Engineering Department, Gro'Wth Management Division. Attachments: Work Order (Proposal attached as part of) Packet Page ~571~ 5/10/2011 Item 16.A.9. COLLIER COUNTY Board of County Commissioners Item Number: 16.A.9. Item Summary: Recommendation to approve a Work Order under Contract #09~5262 with Agnoli, Barber and Brundage Inc. ("ABB, Inc."), to provide professional engineering services related to design, bidding assistance, and construction services of the Wingsouth Airpark Channels portion ofthe Lely Area Stormwater Improvement Project (LASIP) in the amount of $199,922, Project #51101. Meeting Date: 5/10/2011 Prepared By Name: Cox Shane Title: Project Manager, Senior,Transponation Engineering 4/19/20111:3]:50 PM Approved By Name: ParkerNicole Title: Contracts Specialist,Purchasing & General Services Date: 4/20/2011 8:06:34 AM Name: Carnell Steve Title: Director ~ Purchasing/General Services,Purchasing Date: 4/21/20117:43:02 AM Name: BetancurNatali Title: Executive Secretary,Transportation Engineering & Construction Management Date: 4/25/2011 2:40:36 PM Name: PutaansuuGary Title: Project Manager, Principal,Transportation Engineer Date: 4/26/2011 1 :37:28 PM Name: AhmadJay Title: Director - Transportation Engineerillg,Transponation Engineering &. Construction Management Date: 4/27/2011 10:54:56 AM Name: TaylorLisa Packet Page ~572~ Title: ManagementlBudget Analyst,Transportation Administr Date: 4/27/20114:14:18 PM Name: FederNonnan Title: Administrator ~ Gro\\1h Management Div,Transportati Date: 4/28/2011 2:02:50 PM Name: CasalanguidaNick Title: Deputy Administrator - GMD,Business Management & Budget Office Date: 4/29/2011 9:03:12 AM Name: TeachScott Title: Deputy County Attomey,County Attorney Date: 4/29/20] 19:34:16 AM Name: KlatzkowJeff Title: County Attomey. Date: 4/29/2011 9:38:39 AM Name: UsherSusan Title: ManagementlBudget Analyst, Senior,Office of Manage Date: 5/3/2011 11 :26:46 AM Name: OchsLeo Title: County Manager Date: 5/3/201112:13:49 PM Packet Page ~573~ 5/10/2011 Item 16.A.9. 5/10/2011 Item 16.A.9. WORK ORDER # Under Contract 09-5262 Fixed Term Professional Engineering Services This Work Order is for Professional Engineering Services for Collier County, (Contract #09-5262) for work known as Construction Design and Permitting of the Lelv Area Stonnwater Improvement Proiect: Wingsouth Airpark Canals The work is specified in the proposal dated April 8, 2011, which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above, Work Order # _____________ is assigned to Agnoli. Barber & Brundage. Inc. Scope of Work: Tasks A. Preliminary Design B. Design and Permitting C. Final Design and Permitting D. Pre-construction Assistance E. Construction Services Although LASlP has overall permits issued by the SFWMD and the US ACE, they are for conceptual design, not final construction. The construction -level design and some permitting efforts will be needed to reach the stage where construction of this portion can begin. This scope consists of permitting, design and production of plans suitable for construction, as well as engineering assistance during the bidding phase and afterwards during the construction phase. Find more detail and explanation in the attached proposal. SchedUle of Work: Complete all work as directed within 48 months of receipt of the "Notice to Proceed" which will contain a Collier County purchase order number. Compensation: In accordance with Article Five of the Agreement, the County wilJ compensate the Firm in accordance with the negotiated Lump Sum amount provided below (use the established hourly rate(s) as enumerated in Schedule "A" of the Agreement). Task A. B. C. D. E. Cost $ $ $ $ $ 68,876 56,714 49,714 7,428 17.190 T&M TOTAL $ 199,922 Any change within monetary authority of this Work Order made subsequent to final department approval will be considered an additional service and charged according to Schedule "A" of the Agreement. Packet Page ~574~ ~ , PREPARED BY: ' Shane Cox r.E., enior Project Manager Roadway, Stormwater and Bridge Section Capital Construction and Maintenance Department REVIEWED BY: ~_. A.P Gary Putaansuu, P.E., Principle Project Manager Roadway, Stormwater and Bridge Section Capital Construction and Maintenance Department REVIEWED BY: V'" J Ahmad, Dir tor Capital Const ction and Maintenance Department APPROVED BY: Norman Feder, Administrator Growth Management Division ACCEPTED BY: A noli Barber & Brunda 0Qmpany Name . , ie1 W. Brund President ATTEST: Dwight E. Brock, Clerk 5/10/2011 Item 16.A.9. 4-/;2./11 f Date 4//2./ /1 r Date 4/1~ Iii I Date Date 4 /2. I ( Date BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: By: Fred W. Coyle, Chairman Deputy Clcrk APr~ 1S~TO FPj and Legal Sufficiency: -&~'ttL --4~-L-------, County A orney Packet Page ~5 75~ 5/10/2011 Item 16.A.9. ....!~ 1IIIhGNOIl .....18 ~IIII. iARBER & 1.....!B ....... ...... RUNDAGE, 1Ne. I'roks.,i0I1.l1 CI1~IIl<.:,T';, pL\lll1Crs. ';lI)'\'<.'l'or,~ & IlI.Q'I":I"<; April 8,2011 Shane Cox Collier County Transportation Engineering & Construction Management Stormwater Management / Road Maintenance Section 2885 South Horseshoe Drive Naples, FL 34104 Re: LASIP Wingsouth Airpark Improvements ABB PN 7599-7 Dear Shane: At your request, Agnoli, Barber & Brundage, Inc. is pleased to submit this proposal to render professional services for design, permitting, and post design services on the above referenced project. Agnoli, Barber & Brundage, Inc., hereinafter referred to as ABB, proposes to provide Collier County with the professional services outlined in Exhibit A attached. We hope that this proposal satisfactorily responds to your request. Sincerely, encl. 1 Projects:70QO:7599-7 LASIP Wingsouth Airpark Improvements:Cnrrespondences:Proposal:LASIP Winsooth Airpark proposal.doc 7400 T;ul1iJmi Trdil N , Suite 200,:--J: Packet Page -576-?) :'j97-:,] It FAX: C~39) 566-2203 w'ww.ahbinc.com 5/10/2011 Item 16.A.9. EXHIBIT A SCOPE OF SERVICES LASIP Wingsouth Airpark Improvements I. OVERVIEW The Collier County Stormwater Section of the Road Maintenance Department, is seeking services for the design, permitting, bidding and engineering services during construction necessary to construct the LASIP Wingsouth Airpark Improvements. The subject improvements consist of the following items. A. The existing man-made channel (C4C-01-C0005) located immediately east of the Air Park runway will be modified as needed to carry upstream flows. 1. The proposed channel improvements extend from the 9/16 section intersection south to Rattlesnake Hammock Road. B. Near the south end of the channel on the east side of the Air Park runway (C4C-01- C0005) a weir (C4C-01-SOIOO) will be constructed where the existing drainage structure is located. I. The crest length will be 30 feet 2. The crest elevation will be 9.0 3. A 3- by 3-foot sluice gate will be installed for emergency dumping of water. C. A spoil berm exists east of the canal (C4C-OI-C0005) which will be reshaped; fill may be added as needed in order to construct a maintenance travel way. D. The downstream weir (C4C-OI-SOIOO) will discharge into an existing 4- by 8-foot box culvert (C4C-OI-S0700) constructed along the Rattlesnake Hammock Road right- of-way. E. The existing channel along the west side of the Air Park (segments C4C-02-C0035 thru C4C-02-C055) will require improvements along the west side of the runway and the residential development. F. A weir (C4C-02-S0100) is to be placed in this channel west of the Air Park to force water via overland flow to a cypress wetland. 2 Projects:7000:7S99~7 LASIP Wingsouth Airpark Improvements:Correspondences:Proposa1:LASIP Winsouth Airpark proposal.doc Packet Page ~577~ 5/10/2011 Item 16.A.9. G. The small section of the channel along the north side of the Air Park runway is included in the project, as well as design of the weir, structure C4C-Ol-SOllO(P), located just north of the channel along the north side of the runway. This weir is proposed to control the overland movement of water flowing south from the wetland, located to the north, into the channel. H. A restricted access maintenance travel way 18 to 20' wide will be constructed adjacent to all the channel improvements. Access to all new weirs for perpetual maintenance must be addressed. Security and restricted access gates and fencing will be included in this design for all proposed facilities. I. This project does not include proposed improvements to the ditch that runs west of the Wingsouth Air Park along the Section 9/16 boundary. J. The project shall include but not be limited to normal surveying, civil, structural, mechanical, electrical, and any other required engineering services and professional services necessary to prepare, submit and support an application to modify South Florida Water Management District (SFWMD) conceptual permit and prepare construction plans and specifications. K. The Consultant shall provide services to cover the project's design as it relates to ecological compliance issues with existing permits, geotechnical evaluation to quantify rock excavation and handling, and hydrological evaluation needed to secure dewatering permits. L. The project is currently covered by a SFWMD conceptual permit and a USACOE construction permit. M. Copies of the approved permits are provided with this proposal as reference docwnents. N. Project Design will be in conformance with the six (6) drawing sheets of the SFWMD conceptually approved and the USACOE final approved plans provided see sheets 68, 69,70,71,72, and 73. O. The Consultant shall secure a dewatering permit from the SFWMD. P. The Consultant shall attend two community and public involvement meetings, as determined and coordinated by the County, and as deemed necessary by the County 3 Projects:7000:7S99-7 LASIP Wingsouth Airpark Improvements:Correspondences:Proposal:LASIP Winsouth Airpark propos81.doc Packet Page ~578~ 5/10/2011 Item 16.A.9. to present and explain the project design and to address public concerns and issues relating to the project. I. The canal top of bank and maintenance path will be staked prior to the meetings. Q. Set up, perform and provide report for at least six soil borings or as many as may be required to design all elements of this project. II. TASK DESCRIPTIONS The proposal shall include, but not be limited to, the following services: A. Preliminary Design I. Conduct site visits and perform engineering survey as follows: . Conduct site visit and perform a topographical survey to aid in design and acquisition of permanent and temporary easements. . Establish all necessary surveying controls (horizontal and vertical) and bench marks. Establish a project baseline survey, approximately 13,000 LF Station the baseline at 100 foot intervals along the proposed improvements. Obtain the topographic information at the appropriate stations along the baseline. The cross sections along the canal shall be a minimum of 150 feet long and inclusive of the existing canal, the areas of proposed improvements, and shall also extend out far enough to get the natural ground beyond the proposed improvements. . Prepare a hard copy topographic survey, to be signed and sealed for inclusion . . . in the design set as prepared for the permit application. 4 Projects:7000:7599~7 LASIP Wingsouth Airpark Improvements:Correspondences:Proposai:LASJP Winsouth Airpark proposal.doc Packet Page ~579~ 5/10/2011 Item 16.A.9. . Where wetlands exist, locate the jurisdictional wetland line. The located jurisdictional wetland line shall be added to the topographic survey, and annotated accordingly. . Locate all drainage features (pipe sizes, inverts, manholes, inlets, etc...) . Locate existing utilities within the project limits including buried utilities crossing existing canals . Locate properties and section comers to establish and verify the ROWand or existing easement lines. o Provide legal descriptions for each. o Provide owner information for each property. . Provide survey cross sections of the existing canal every 100 feet. 2. Prepare preliminary plans of the proposed improvements (30%). 3. Submit schematic plans along with a preliminary engineer's opinion of probably cost to Stormwater Management Section. . All utility owners within the project limits will be copied on this submittal for their review and comments. 4. Submit right-of-way plans identifying existing rights-of-way (ROW) and any other easement, whether temporary or permanent that are needed for construction of the proposed improvements. 5. Attend meeting with Stormwater Management Section staff to review preliminary plans and comments provided by all reviewers. 6. Conduct a pre-application meeting with SFWMD. B. Design and Permitting 1. Prepare complete plans (60%) incorporating the utility information provided by the utility owners. 2. Submit complete plans along with an engineer's opinion of probably cost (60% submittal). 5 Projects:7000:7599-7 LASIP Wingsouth Airpark Improvements:Correspondences:Proposal:LASIP Winsouth Airpark proposal.doc Packet Page ~S80~ 5/10/2011 Item 16.A.9. 3. Attend 60% meeting with client to review complete plans and comments provided by all reviewers. 4. Attend utility meeting to review comments and develop solution to utility conflicts. . If needed, develop alternative approaches to design and construction of the Project. 5. Prepare and submit any local, state or federal permit packages determined to be required. The permit process includes responding to review comments, plan revisions, calculations and reports as may be required to successfully obtain the permits. . Note: A Federal Aviation Administration (FAA) permit may be required. C. Final Design and Permitting 1. Prepare complete plans (100%) incorporating utility information provided by the utility owners and other comment from other County departments. 2. Locate underground utilities at potential utility conflicts with drainage structures. 3. Submit complete plans along with an engineer's opinion of probably cost (100% submittal) to the Stormwater Management Section. 4. Prepare final signed & sealed plans incorporating all utility information provided by the utility owners or other reviewers, quantity take-off, cost estimate, bid schedule and Construction Specifications. 5. Monitor and secure permits. D. Pre-Construction Assistance 1. Assist during the bidding phase of the project, attending the pre-bid conference to respond to questions or issues raised by potential bidders. Preparation of any addenda required during the bid process and then issuing a conformed set of docwnents that incorporates all of changes made to the design during bidding. E. Construction Services 6 Projects:7000:7599-7 LASIP Wingsouth Airpark Improvements:Correspondences:Proposal:LASIP Winsouth Airpark proposal.doc Packet Page ~S81~ 5/10/2011 Item 16.A.9. E. Construction Services The Consultant shall provide the following construction services as requested by the County . 1. Attend one (l) pre-construction conference. 2. Review shop drawings submitted by the Contractor for compliance with the Construction Documents (structural review only). This item will include up to two reviews per shop drawing submittal. 3. Provide limited review and assistance in field changes. 4. Provide periodic observations of the work in progress (structural only). 5. Review the Contractor's applications for payment and accompanying data and schedules during monthly progress meetings. Based upon quantity verification by county on-site observations, review the amount owed to the Contractor and advise of payment irregularities if noted. 6. Attend one final punch list meeting in the field. 7. Record drawings are to be prepared by the Contractor. Signed and sealed post construction surveys to be prepared by contractor to facilitate submittal of Record Drawings. Prepare special provisions to have this accomplished by Contractor. Review record drawings provided by the contractor for accuracy.. 8. Submit certification of conformance with permitted plans to the SFWMD. III. PROJECT REQUIREMENTS A. Plan Preparation I. All of the services to be provided should utilize design standards and construction specifications set by the Florida Department of Transportation (FOOT), as updated to date, to the greatest extent possible. 2. Preferred plan production software is Autodesk AutoCAD/Civil 3D, following the NCS "CAD Standards". Any other program is acceptable if the consultant uses it to produce a cost-effective and/or time-saving design, as approved by the County. 7 Projects:7000:7599-7 LASIP Wingsouth Airpark Improvements:Correspondences:Proposal:LASIP Winsouth Airpark proposal.doc Packet Page ~582~ 5/10/2011 Item 16.A.9. B. Proiect Deliverables 1. One overall CAD file containing all of the survey points, line work, symbols, DIM and SUE information (where applicable). This file will be an AutoCAD Civil 3D file and will be to current Collier County Transportation Division standards as directed by the County. 2. Two copies of the [mal plans signed and sealed by a Florida Professional Engineer. 3. Two copies of the final technical and administrative specifications. 4. Three copies at the various design stages of the project (30%,60% and 100%) for internal review. Copies of those plans shall also be submitted to the utility owners by the Consultant as part of the utility coordination effort. 5. Copies of all utility As-Built plans, Plats or ROW Maps obtained during the design phase of the project. 6. All final plans, specs, and bid documents will be provided on CD for Collier County Purchasing Department use. IV. OVERALL SCHEDULE Exhibit B, attached, contains the anticipated project schedule. V. FEES Fees for the above scope of services are shown on the following spread sheet. 8 Projects:7000:7599- 7 LASIP Wingsouth Airpark Improvements:Correspondences:Proposal:LASIP Winsouth Airpark proposal.doc Packet Page ~583~ . "' ~ ~ " <( ~ ~ ~ ffi ~ ~ ;: ~ 5 . >< ~ 17l w ~ ~ ~ ' 5/10/2011 Item 16.A.9. Packet Page ~584~ I. I~' !~ I I , I h i ! ~0 I ! , II , i, i; .. , . ~ ~. pil I ,. li li I , I I ! i , ! , I I < , , 81~H , I ii, ~i:llU , ~ , ~ , , i8~t: ~8'" ~ ~..q i ~ j ~ ""I, I ~l Wig ~ ! "'~ g ~- i 1"''' t-i ,18,1 ~:U ~ ~ allZd. i ~~ ~ j Ii::i~q ! I : i ! I i I' ! I II I, .il,ll if " ' i! ~ 181 j II ~' I I . '1' I. "', lIS I I . wi. . ~ .l: 1111 g! > ~ il') ill!i I'll: Ii! I~' ~ '..1 !! J 10, ~I 51 10 ~! ~, l-gl 'II i.. 'i I', ~ '5' 11!1 I::.: 3~ i~ !:& ~ & I~I ,~ 11:, I ~ .! i. ", " ,- w' , ., ' Ii! ! ff.. ;" I 5/10/2011 Item 16.A.9. ; ". . ~ , , , , , i , :; i ! , " I, Ii ! ! I; , ~ , g i ., I l I I" ~ I i~; ~ 10 II ! !", " ~ Packet Page ~585~