Loading...
Agenda 01/26/2010 Item #10BAgenda Item No. 10B January 26, 2010 Page 1 of 18 EXECUTIVE SUMMARY Recommendation to approve the award of RFP #09 -5278 and authorize the Chairman to execute an agreement with Stanley Consultants, Inc., for Design & Related Services for the Intersection Capacity Improvements to the US 41 and CR 951 Intersection and Resurfacing, Restoration and Rehabilitation (311) roadway improvements to CR 951 in the amount of $1,700,000.00 for Project #60116. OBJECTIVE: To provide interim at -grade capacity improvements to the intersection of US41 and CR 951 (Phase 1) and 3.219 miles of resurfacing, restoration and rehabilitation (3R) to CR 951 (Phase IA). CONSIDERATIONS: On April 14, 2009, the BCC approved a Developer Contribution Agreement (DCA) between the Consortium Developers and Collier County to provide funding for improvements at the intersection of US 41 and SR/CR 951. A Conceptual Intersection Improvement Study Report dated November 2008, was the basis for the interim at -grade improvements within the footprint of the ultimate grade separated improvements. The Consortium Developers have committed $8,265,058.75. The Florida Department of Transportation (FDOT) is willing to commit $8,357,718 of resurfacing dollars that is allocated for SR -951 south of US -41, in the year 2013, in order to fund the 3R Project (FDOT TIP 2009- 2014). LOURFP #09 -5278 was posted on July 1, 2009, and six hundred and fifty RFP notices were sent out for this phased Contract. • Phase I will include the design and permitting of the US 41 and CR 951 ultimate at -grade intersection capacity improvements. • Phase IA will consist of resurfacing, restoration and rehabilitation (RRR) of CR 951 from the limits of Phase I to milepost marker 9.551. • Phase IB (optional) will be negotiated if funding becomes available and consist of the design and permitting of a grade separated overpass at the intersection of US 41 and CR 951. A non - mandatory pre - proposal meeting was held on July 8, 2009, and ten vendors submitted letters of interest (LOI) on July 15, 2009. On July 30, 2009, the selection committee chose four consultants to submit technical proposals and presentations. On September 10, 2009, the selection committee by consensus, ranked the following consultants 1 to 4; Stanley Consultants, Inc., H.W. Lochner, Inc., P.B. Americas and the TBE Group, Inc. Staff completed negotiations with Stanley Consultants, Inc. on December 2, 2009. FISCAL IMPACT: Budget is available within Impact Fee District 4 (Fund 336) Project #60116. This phase of the project is currently funded by a DCA in the amount of $8,265,059. Collection of these funds began in FY09 and continues through FYI 3. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office and is legally sufficient for Board action —SRT. Agenda Item No. 10B January 26, 2010 Page 2 of 18 GROWTH MANAGEMENT IMPACT: The County will be required to amend the CIE within the GMP to identify this project as financially feasible. RECOMMENDATION: That the Board of County Commissioners: 1. Approves the award of Contract #09 -5278 to Stanley Consultants, Inc., and 2. Authorize. its Chairman to execute the standard County Attorney approved Agreement. Prepared by: Marlene Messam, P.E., Sr. Project Manager, Transportation Engineering & Construction Management Department. Attachments: 1) PSA Agreement, Schedules B &C; 2) Conceptual Interim At -grade Improvement Appendix B Agenda Item No. 10B January 26, 2010 Page 3 of 18 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: 10B Item Summary: Recommendation to approve the award of RFP #09 -5278 and authorize the Chairman to execute an agreement with Stanley Consultants, Inc., for Design & Related Services for the Intersection Capacity Improvements to the US 41 and CR 951 Intersection and Resurfacing, Restoration and Rehabilitation (3R) roadway improvements to CR 951 in the amount of $1,700,000.00 for project # 60116. (Norman Feder, Transportation Services Administrator) Meeting Date: 1/26/2010 9:00:00 AM Prepared By Marlene Messam Project Manager, Senior Date Transportation Engineering & Transportation Division Construction Management 1!712010 2:26:14 PM Approved By Gary Putaansuu Project Manager, Principal Date Transportation Engineering & Transportation Division Construction Management 1!712010 3:32 PM Approved By Norm E. Feder, AICP Administrator - Transportation Date Transportation Division Transportation Administration 1/8/2010 4:30 PM Approved By Scott R.Teach Deputy County Attorney Date County Attorney County Attorney 1/1112010 8:33 AM Approved By Najeh Ahmed Director - Transportation Engineering Date - Transportation Engineering & Transportation Division Construction Management 1/11/2010 3:23 PM Approved By Lisa Taylor Management/Budget Analyst Date Transportation Division Transportation Administration 1/1112010 3:34 PM Approved By Therese Stanley Manager - Operations Support - Trans Date Transportation Division Transportation Administration 1111/2010 4:48 PM Approved By Rhonda Cummings Contracts Specialist Date Administrative Services Division Purchasing & General Services 1/131201010:66 AM Agenda Item No. 1OB January 26, 2010 Page 4 of 18 Approved By Steve Carnell Director - Purchasing /General Services Date Administrative Services Division Purchasing & General Services 111 31201 0 11:05 AM Approved By Pat t.ehnhard Executive Secretary Date Transportation Division Transportation Administration 111312010 11:29 AM Approved By OMB Coordinator Date County Manager's Office Office of Management & Budget 1114/2010 9:22 AM Approved By Jeff Klatzkow County Attorney Date 111412010 4:31 PM Approved By Susan Usher Management/Budget Analyst, Senior Date Office of Management & Office of Management & Budget 1/15/2010 4:34 PM Budget Approved By Mark isackson Management /Budget Analyst, Senior Date Office of Management & Office of Management 8 Budget 111612010 10:05 AM Budget Agenda Item No. 10B January 26, 2010 Page 5 of 18 SCHEDULE B BASIS OF COMPENSATION LUMP SUM PLUS REIMBURSABLES 1. MONTHLY STATUS REPORTS B.1.1 As a condition precedent to payment, CONSULTANT shall submit to OWNER as part of its monthly invoice a progress report reflecting the Project design and construction status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any then - authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. B1.1.1 All monthly status reports and invoices shall be mailed to the attention of Marlene Messam, P.E., Project Manager, Collier County Government, Transportation Division, 2885 South Horseshoe Drive, Naples, Florida 34104. 2. COMPENSATION TO CONSULTANT B.2.1 For the Basic Services provided for in this Agreement, OWNER agrees to make the lump sum payments for Items 1 — 4, and Item 5 shall be paid on a Time and Materials basis to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until all services associated with any such line item have been completed to OWNER'S reasonable satisfaction. Phase I Payment Phase IA Payment Schedule Schedule NOT TO NOT TO ITEM PHASE EXCEED EXCEED AMOUNT AMOUNT 1 Task I — 30% Monthly based Monthly based Submittal — Phase I upon upon 3R Report — Phase percentage percentage IA $ 560,973 complete $ 111,600 complete 2 Task 11 — 60% Monthly based Monthly based Submittal upon upon percentage percentage $ 343,660 complete $ 111,600 complete 3 Task III — 90% Monthly based Monthly based Submittal upon upon percentage percentage $ 295,025 complete $ 111,600 complete 4 Task IV —100% Monthly based Monthly based Submittal upon upon percentage percentage $ 98,342 complete $ 37,200 complete Agenda Item No. 10B January 26, 2010 Page 6 of 18 5 Task V — Post Monthly bast Design Services upon time anu 0 30 000 materials Total Fee $ 1,298,000 $ 402,000 B.2.2 The fees noted in Section 2, Items 1 — 4 shall constitute the lump sum amount of One Million Two Hundred Ninety Eiaht Thousand Dollars ($1,298,000) for PHASE I and Three Hundred Seventy Two Dollars ($372,000) for PHASE IA to be paid to CONSULTANT for the performance of the Tasks 1 - 4, and Task 5 shall constitute the Time and Materials amount of Thirty Thousand Dollars ($30,000.00) to be paid to CONSULTANT for the performance of the Post Design Services B.2.3. For Additional Services provided pursuant to Article 2 of the Agreement, if any, OWNER agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without OWNER'S prior written approval. B.2.4. The compensation provided for under Sections 2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out -of- pocket expenses incurred in the performance of all such services. B.2.5 Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by OWNER, pending resolution of the dispute provided that OWNER continues to pay to CONSULTANT all amounts that OWNER does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS: B.3.1. CONSULTANT shall submit, with each of the monthly status reports provided for under Section 1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by Owner. Additionally, the number of the purchase order granting approval for such services shall appear on all invoices. Agenda Item No. 10B January 26, 2010 Page 7 of 18 B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT'S letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3 Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4 Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for Additional Services, CONSULTANT shall be limited to a maximum markup of 5% on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses associated with Additional Services must comply with section 112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark -up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by OWNER. Such expenses, if approved by OWNER, may include coach airfare, standard accommodations and meals, all in accordance with section 112.061, F.S. Further, such expenses, if approved by OWNER, may include mileage for trips that are from /to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. 8.3.4.1.3. Permit Fees required by the Project. 8.3.4.1.4 Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. 8.3.4.1.5 Expense of models for the County's use. B.3.4.1.6 Other items on request and approved in writing by the OWNER. Agenda Item No. 10B January 26, 2010 Page 8 of 18 8.3.4.2 Should a conflict exist between the dollar amounts set forth in Section 112.061, F.S., and the Agreement, the terms of the Agreement shall prevail. Agenda Item No. 10B January 26, 2010 Page 9 of 18 SCHEDULE B ATTACHMENT A BASIS OF COMPENSATION 1. TASK 1— 30% SUBMITTAL Project General Tasks: Public Involvement, Contract Maintenance, Project Management, Coordination Roadway Analysis Roadway Plans — Phase I only Drainage Analysis Utility Data Collection and Coordination Utility Relocation Plans — Phase I only Permits Structures — Miscellaneous Tasks, Structures — Bridge Development Report — Phase I only Survey and Photogrammetry Right -of -way Appraisal — Phase I only Geotechnical Noise Analysis 3R Report — Phase IA Quality Assurance /Quality Control (QA/QC) Phase I — Lump Sum $ 560,973.00 Phase IA — Lump Sum $ 111,600.00 2. TASK II — 60% SUBMITTAL Project General Tasks Public Involvement, Contract Maintenance, Project Management, Coordination Roadway Analysis Roadway Plans Drainage Analysis Utility Coordination & Adjustment Plans Utility Relocation Plans Permits Miscellaneous Structures Signing & Marking Analysis Signing & Marking Plans Signalization Analysis Signalization Plans Lighting Analysis Lighting Plans Traffic Control Plans Landscape — Architecture Analysis Survey and Mapping Geotechnical Right -of -way Appraisal — Phase I only Pond Siting Report PD &E Revaluation Report Noise Analysis Agenda Item No. 10B January 26, 2010 Page 10 of 18 Phase I — Lump Sum $ 343.660.00 Phase IA — Lump Sum $ 111,600.00 3. TASK III — 90% SUBMITTAL Project General Tasks Public Involvement, Contract Maintenance, Project Management, Coordination Roadway Analysis Roadway Plans Drainage Analysis Utility Coordination & Adjustment Plans Utility Relocation Plans Permits Miscellaneous Structures — Signing & Marking Analysis Signing & Marking Plans Signalization Analysis Signalization Plans Lighting Analysis Lighting Plans — Phase I only Traffic Control Plans Landscape — Hardscape Survey and Mapping Specifications Agenda Item No. 10B January 26, 2010 Page 11 of 18 Phase I — Lump Sum $ 295.025.00 Phase IA — Lump Sum $ 111,600.00 4. TASK IV-100% SUBMITTAL Project General Tasks Public Involvement, Contract Maintenance, Project Management, Coordination Roadway Analysis Roadway Plans Drainage Analysis Utility Coordination & Adjustment Plans Utility Relocation Plans Permits Miscellaneous Structures Signing & Marking Analysis Signing & Marking Plans Signalization Analysis Signalization Plans Lighting Analysis Lighting Plans — Phase I only Traffic Control Plans Landscape — Hardscape Specifications Phase I — Lump Sum Phase IA — Lump Sum 5. TASK V — POST DESIGN SERVICES A. Bidding Services Participate in Two (2) Pre -Bid Meeting Respond to Bidder Inquiries Provide Necessary Plan Revisions Phase I -Time and Materials — Not to Exceed Phase IA -Time and Materials — Not to Exceed Construction Services Participate in Construction Meetings Participate in Field Reviews Respond to Requests for Information (RFI) Evaluate proposed revisions Review Shop Drawings Coordinate with adjacent Development Revise plan drawings SFWMD Certification Phase I - Time and Materials — Not to Exceed Phase IA - Time and Materials — Not to Exceed B. Expenses Copies Mailing, shipping and delivery Mileage @ $0.29 /mile Telephone and Facsimile Agenda Item No. 10B January 26, 2010 Page 12 of 18 $ 98,342.00 $ 37.200.00 $ 0.00 $ 5.000.00 $ 0.00 $ 20.000.00 Phase I -Time and Materials — Not to Exceed $ 0.00 Phase IA - Time and Materials — Not to Exceed $ 5,000.00 Agenda Item No. 10B January 26, 2010 Page 13 of 18 TOTAL COST - NOT TO EXCEED $ 1.298,000.00 PHASE I $ 402.000.00 PHASE IA Agenda Item No. 106 January 26, 2010 Page 14 of 18 SCHEDULE B ATTACHMENT B EMPLOYEE HOURLY RATE SCHEDULE END OF SCHEDULE B Rate Engineering Post Design Position Stanley Class Analysis, Design Services Plans, Bid (Time & Package Materials) Lump Sum) Project Principal SC -20 $228 $248.50 Chief Engineer Principal Engineer SC -18 $198 $215.80 Design Manager SC -17 $184 $200.60 Discipline Approver SC -16 $171 $186.40 Construction Engineer Project Manager SC -14 $148 $161.30 Senior Engineer Principal Designer SC -12 $129 $140.60 Senior Scientist Engineer Planner SC -11 $119 $129.70 Senior Designer Designer Construction Specifier SC -9 $103 $112.30 Technician Engineer Intern SC -8 $95 $103.50 Cost Estimator Scientist SC -7 $87 $94.80 Project Coordinator SC -4 $62 I $67.60 END OF SCHEDULE B Agenda Item No. 10B January 26, 2010 Page 15 of 18 SCHEDULE C PROJECT MILESTONE SCHEDULE Schedule is based on the number of calendar days from issuance of Notice to Proceed. 4. TASK IV - 100% SUBMITTAL: 730 Days 546 Days 5 TASK V - POST DESIGN 1460 Days 973 Days SERVICES: PHASEI PHASEIA TASK I - 30% SUBMITTAL: 1. PHASE I 181 Days 181 Days 3R REPORT — PHASE !A 2. TASK 11 - 60% SUBMITTAL: 424 Days 334 Days 3. TASK III - 90% SUBMITTAL: 608 Days 455 Days 4. TASK IV - 100% SUBMITTAL: 730 Days 546 Days 5 TASK V - POST DESIGN 1460 Days 973 Days SERVICES: ., . / MM 6 111 a \ 4 � rr y i r�jz pp G W l `�N 1^ t • Np � BE CC QjI