Loading...
Agenda 02/23/2010 Item #16B 6 Agenda Item No. 1686 February 23, 2010 Page 1 of 24 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: Meeting Date: 1686 Recommendation to approve Contract #1 0-5206, Professional Services for Design Services for Collier Area Transit (CAT) Transfer Station, in the amount of $305,495 with Post, Buckley, Schuh and Jemigan, Inc. 2/2312010 9:00:00 AM Prepared By Gary Putaansuu Project Manager, Principal Transportation Engineering & Construction Management Date Transportation Division 2/4/20104:32:02 PM Approved By Najeh Ahmad Director ~ Transportation Engineering Transportation Engineering & Construction Management Date Transportation Division 2/9/201011:25 AM Approved By Glama Carter Planner, Principal Date Transportation Division Alternative Transportation Modes 2/9/201011:51 AM Approved By Scott R. Teach Deputy County Attorney Date County Attorney County Attorney 219120103:39 PM Approved By Michelle Edwards Arnold Director - Alt Transportation Modes Date Transportation Division Alternative Transportation Modes 21912010 5:06 PM Approved By Steve Carnell Director. Purchasing/General Services Date Administrative Services Division Purchasing & General Services 2/9/20107:50 PM Approved By Barbara LaPierre Management/Budget Analyst Date Transportation Division Transportation Administration 2/10120109:43 AM Approved By Rhonda Cummings Administrative Services Division Contracts Specialist Date Purchasing & General Services 2110/20102:20 PM Approved By Norm E. Feder, AICP Administrator ~ Transportation Date Agenda Item No. 1686 February 23, 2010 Page 2 of 24 Transportation Division Transportation Administration 2/10/20104:52 PM Approved By Therese Stanley Manager - Operations Support - Trans Date Transportation Division Transportation Administration 2/11120108:08 AM Approved By Pat Lehnhard Executive Secretary Date Transportation Division Transportation Administration 2/11120109:35 AM Approved By Jeff Klatzkow County Attorney Date 2/12/20108:35 AM Approved By OMS Coordinator Date County Manager's Office Office of Management & Budget 2/12/201012:53 PM Approved By Mark Isackson Management/Budget Analyst, Senior Date Office of Management & Budget Office of Management & Budget 2/15/201011:23 AM Agenda Item No. 1686 February 23, 2010 Page 3 of 24 SCHEDULE A SCOPE OF SERVICES SECTION 1: BACKGROUND AND PROJECT DESCRIPTION in the CONSULTANT shall provide architectural and engineering services for the construction of a Sustainable Intermodal Transit Station in Collier County at the Government Complex located at 3301 East Tamiami Trail. The Intermodal Transfer Station can be defined as a centrally located facility which functions as a gathering point for public transportation services, including local bus, express bus, and the potential for alternative transportation modes for passengers. The Transfer Station would include sheltered boarding platforms and enclosed waiting areas for passengers, transportation offices, ticket purchasing areas, and passenger amenities such as restrooms, telephones, ATM's, and information kiosks. Private development such as office or retail development may also be included with the transportation center project. A primary goal for this project is to acquire the highest level of the Leadership in Energy and Environmental Design (LEED) certification pOSSible within the given budgetary limitations. 1.1 SYSTEM BACKGROUND INFORMATION In January 2001, the Collier County Board of County Commissioners (BCG) approved the Public Transportation Operation Plan (PTOP) and Collier County received delivery of seven new buses for the start up of the CAT System. Today the system consists of nine (9) fixed routes with operating hours from 4:30 a.m. to 8:00 p.m. seven days a week excluding holidays. The weekday base level service requires approximately seven buses, and a total of sixteen (16) buses are operated in the peak. CAT provides more than 1.2 million unlinked passenger trips on its fixed route each year and is financed through a combination of fare revenues, Federal funds, State of Florida funds, and local property tax revenue. CAT Paratransit provides demand response transportation service for senior citizens and persons with disabilities. The paratransit fleet consists of twenty (20) buses and operates daily door-to-door Paratransit services to over 100,000 passenger trips per year. Paratransit service is funded through Florida's Transportation Disadvantaged Program and Medicaid Program. 1,2 PROJECT HISTORY The Collier County Government Complex contains of a number of government facilities including office for the County Manager's Agency, the Clerk of Courts, the Sheriff's Office and Jail, the Health Department, and the Tax Collector. On August 1, 2007, Collier Area Transit (CAT) moved their passenger transfer facility to the Collier County Government Center campus next to the Museum, after being asked to relocate by Lorenzo Walker Institute of Technology. This current location by the Museum was always intended to be a temporary location until a permanent facility could be built. The temporary Transfer operations consist of portable restrooms, tents and benches providing limited amenities to passengers making connections to seven of the nine routes in the system. Although the area is functioning it was not designed for this activity and consequently the area is wearing rapidly creating maintenance issues. Additionally, during inclement weather passengers are forced to wait in less than comfortable surroundings. The site proposed for the permanent location of the Transfer Station is located at the southeast corner of the campus adjacent to US 41 (Tamiami Trail) and Espinal Boulevard across from Wal-mart. The proposed facility location is within the Collier County Government Center Community Facility Planned Unit Development ("CFPUD"), which was previously approved as a Development of Regional Impact (DRI). As part of the PUD ordinance, the CFPUD was determined to be consistent with the DR!. Permitted uses within the CFPUD include "administrative service facility"; "essential public service TPA#1953637.9 PSA A-t Agenda Item No. 16B6 February 23, 2010 facilities"; "parking facilities"; and "any other uses that are comparable in nature with the foreg~ul;eS24 and are consistent with the permitted uses of [the] CFPUD, as determined by the Board of Zoning Appeals". In addition, accessory uses within the CFPUD include "accessory uses and structures customarily associated with the principal permitted uses." Because the proposed facility is intended for use by the public for transportation services, the facility falls under both the permitted and accessory uses of the CFPUD. 1.3 PROJECT OBJECTIVES & DESCRIPTION COLLIER AREA TRANSIT (CAT) through the Alternative Transportation Modes (A TM) Department requires preparation of detailed architectural and engineering plans for the Sustainable Intermodal Transit Station Project. Key objectives of the project include: . A noteworthy design of the Transfer Station building and boarding platforms that visually acknowledges that the facility is "green", and incorporates the surrounding architecture while creating a vibrant and urban sense of place. . All aspects of this project will radiate efficiency, sustainability, and social and environmental responsibility, resulting in an environmentally sensitive and high performing building that achieves the highest level of the Leadership in Energy and Environmental Design (LEE D) Certification possible given financial constraints. . The project will be the most prominent representation of Collier County's commitment to alternative transportation. The facility's design will boldly symbolize this sustainable commitment to public transportation. . The facility shall be designed so that it can be operated and maintained throughout its useful life in a manner that gives public transportation a positive and strong image in the community. . The development of the plan should deal with the interrelationship between the Transfer Station facility and the flow of pedestrian and bus traffic in the context of the Government Complex and surrounding area. . The project should be primarily catered to the customer, the bus rider, and shall be highly responsive to their needs, comfort and safety. The Sustainable Intermodal Transit Station can be defined as a centrally located facility which functions as a transfer point for public transportation services, including local bus, express bus, bicycle and the future possibility of alternative transportation modes for passengers. The project will allow the convenient, safe and efficient transfer of passengers from one vehicle to another, and will seamlessly contribute to the pedestrian oriented complex. The Station shall include sheltered boarding platforms and enclosed waiting areas for passengers, transportation offices, ticket purchasing areas, and passenger amenities such as restrooms, telephones, ATM's, and information kiosks. Private development such as office or retail may also be included with the Station as a joint use development. 1.4 SUSTAINABILITY While any type of environmentally sound innovative building technology may be proposed, COLLIER AREA TRANSIT (CAT) is particularly interested in technologies that address the following; . Ecological site design: on-site erosion control, water purification/pollution reduction, and stormwater management (bioswales, ecoroofs, stormwater filtration, pervious pavements, etc.). . Waste reduction: building reuse, job site recycling, and efficient use of materials. . On-site management of sewage and organic wastes, such as graywater systems and biological wastewater treatment. . Energy efficiency: efficient thermal envelopes, efficient space and water heating, lighting, controls and monitoring, and appliances. TPA#1953637.9 PSA A-2 Agenda Item No. 1686 February 23, 2010 . Renewable energy; photovoltaics, geothermal pumps, wind turbines, microturbineS',a!Jlnli cfUl!I cells. . Water efficiency, both domestic and irrigation, including rainwater harvesting for irrigation and toilet flushing. . Materials and resources: durable building envelopes and long-lived materials or assemblies, recycled-content materials, FSC-certified woods, safer less toxic materials, such as altematives to CCA-treated wood, innovative application of natural materials (characterized by low embodied energy, local availability, good performance, biodegradable, safe, esthetic) such as straw, earth, and other composites. . Indoor environmental quality, pollution reduction, worker and occupant safety, air cleaning, humidity control and thermal comfort. . Operations and maintenance: resource-efficient building operations practices, monitoring of energy, water, waste, and indoor and outdoor air quality. 1.5 PROJECT START UP AND COMPLETION This project may be subject to strict time deadlines or detailed reporting requirements as defined by federal economic recovery or other funding regulations. CONSULTANT must assume responsibility for complying with these types of requirements. SECTION 2: STATEMENT OF WORK 2.1 GENERAL The goal of this Agreement is to secure the services of an Architect as the prime consultant along with an Engineer that can develop the overall the Leadership in Energy and Environmental Design (LEED) certified Transfer Station project while considering the overall functions within context of a transit orientated Government Complex. The design of the overall complex and particularly the Station itself needs to be functional and aesthetically noteworthy; noteworthy from the perspective that the Station building (and associated private development) will represent a strong statement to the community, not only about the development but COLLIER AREA TRANSIT (CAT) as well. This project will become a major catalyst for continued expansion of the COLLIER AREA TRANSIT (CAT) public transportation system. The funding for construction of the project has partially been secured through the State of Florida Intermodal Program Funds. It is COLLIER AREA TRANSIT (CAT)'s intention to complete the design and commence construction in as expeditious a manner as funding, and regulatory approvals will allow. Depending upon the type of additional funding acquired, the chosen firm will need to comply with any necessary federal reporting; including, if necessary, progress reports on attaining specific project milestones and the number of primary and secondary jobs created as a result of this work. The design shall comply with the FDOT Project Development and Environmental Manual; the Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways, State of Florida, 1994 Edition (Green Book); and the Manual on Uniform Traffic Control Devices, 1988 Edition. The design and construction effort for this project will be completed in a two phase process utilizing the tasks listed below. Phase One: The CONSULTANT will perform preliminary site investigation activities necessary for the complete design effort and preparation of six (6) conceptual designs for the proposed site. The CONSULANT will begin the preliminary environmental research for the site permitting effort. The CONSULTANT will be responsible for the preparation of a Contamination Search Record Technical Memorandum, identifying any potential contamination issues in the project area. The CONSULTANT will also prepare a Cultural Resource Assessment Technical Memorandum, identifying any potential historical or cultural issues in the project area. TPA#1953637.9 PSA A-3 Agenda Item No. 16B6 February 23, 2010 Page 6 of 24 Based on the information proved by the CONSULTANT, the County will approve one of the conceptual designs for design and construction. Phase Two: The CONSULTANT will proceed with the preparation of all necessary construction contract documents based on the scope listed in the task below: PRE-DESIGN ACTIVITIES P.2 SITE INVESTIGATION Task P.2.1 Site Investigation Kick-Off Meeting Task P.2.2 Field Survey Task P.2.3 Assessment of Site Contamination Task P.2.4 Geotechnical Investigations Task P.2.5 Site Investigation Report 2.2 TASK DESCRIPTIONS Part 1 - Proorammino and Conceot Desion Task 1.1: Program Study The first focus of this task is to identify the program and statement of need as to the size, as well as other programmatic needs including passenger amenities, administrative offices and retail space of a new transfer facility. During this study phase, bus distribution and patron allocation will be critical factors in determining the programmatic needs of the facility. Once those elements have been defined and approved by COLLIER AREA TRANSIT (CAT), conceptual drawings and preliminary layouts that will meet the program needs can be advanced. Task 1.2: Concept Drawings After development of the program for the facility a concept drawing specific to the proposed site will be advanced. Exhibits A1 and A2 are provided as examples from prior concepts. At a minimum, three concept designs will be provided, and may be used to solicit public input regarding the project. The selected drawing approved by COLLIER AREA TRANSIT (CAT) will serve as the basis for the next phase of the project (0 percent - 30 percent) plans. . Deliverables: Provide five (5) copies of all draft and final reports and response documents. Also, provide one electronic copy of the document. RWA Task 1.0 Task 1.3: Review & Revision The Design Team shall assist COLLIER AREA TRANSIT (CAT) with the identification of, application for and obtainment of all necessary plan reviews, approvals and permits as required and as they apply to all phases of the project. At a minimum, monthly review sessions will take place in addition to a written report to allow COLLIER AREA TRANSIT (CAT) to check progress throughout the concept and design process. Following the submittal of deliverables under Task 1.2, COLLIER AREA TRANSIT (CAT) will provide the Design Team with a written summary of comments/suggested revisions. The Design Team will be required to revise the deliverables and drawings based on these revisions as well as provide documentation that each revision has been considered. It should be assumed that this "one-round of revisions" approach will be employed following the submittal of all documents and drawings throughout the entire design phase. TPA#1953637.9 PSA A-4 Agenda Item No. 1686 February 23, 2010 Page 7 of 24 Part 2 Preliminary Architectural Design/Engineering Task 2.1: 30 Percent Design On the basis of decisions made in the previous tasks, the CONSULTANT shall prepare Preliminary Design Documents to 30 percent design. The Preliminary Design Documents shall fix and describe the size and design character of the project as to its architectural, structural, mechanical, plumbing, communication and electrical systems, equipment, schedules and other essentials as appropriate, and should represent approximately 30 percent complete design with the Leadership in Energy and Environmental Design (LEE D) certification. The Preliminary Design Documents, Specifications, Schedules and associated documents shall include at least the following information: o Conceptual design criteria, to establish required levels of performance, configuration and quality for all programming and system elements, o Develop equipment lists that include preliminary cost estimates. o Specific functional requirements and spatial relationships for all program elements. o Support preliminary design decisions by analysis, evaluations and studies, consistent with acceptable engineering and design practices. o Specific design requirements needed for project approval by permitting authorities to include a Phase 1 Environmental Assessment. o Plan of Development (POD). o Quality assurance procedures to ensure coordination interface and consistency between the design/engineering disciplines. Implement environmental sustainability concepts as demonstrated through The Leadership in Energy and Environmental Design (LEE D). o Design of offsite utility services, traffic and street improvements, and control devices. o All necessary permits, utility clearances, and other authorizations. Interagency coordination/Public involvement process. o Project cost estimate (30 percent). o Layout of project elements to a suitable level for initiating final design phase. Task 2.2: Interagency Coordination/Pubic Process This task is to provide and participate in assistance/services to COLLIER AREA TRANSIT (CAT) during the course of the design effort, which may involve coordination with various federal, state, county or local authorities. The CONSULTANT will be looked upon to provide services including but not limited to: o The submission of renderings and other presentation materials suitable to illustrate the proposed project. The CONSULTANT should be prepared to inform user groups and local citizens of the work to be performed using media, meetings, flyers, etc., or as COLLIER AREA TRANSIT (CAT) deems necessary. o Attendance and assistance at select COLLIER AREA TRANSIT (CAT) meetings and events, in accordance with environmental or community information programs. Record and prepare minutes of all meetings. o The identification of, application for and obtainment of all necessary plan reviews, approvals and permits as required and as they apply to all phases of the project. Deliverables: The Preliminary Design Drawings, Specifications, Schedules and associated documents shall be submitted in ten (10) copies, with eight (8) half-scale, one (1) half-scale reproducible, and one (1) full size set of plans, to COLLIER AREA TRANSIT (CAT) for review and comment. Submittals shall include the following: . Cover sheet TPA#1953637.9 PSA A-5 Agenda Item No. 1686 February 23,2010 . Index of drawings Page 8 of 24 . Site drawings . Utility distribution systems . Plans, elevations, sections and other details pertinent to feature designs . Utility plans/lighting plans . Design analysis, separately bound and labeled and sufficiently complete to permit review of: 01' Structural analysis 01' Mechanical analysis with line diagrams 01' Electrical analysis with line diagrams 01' Special features/systems (e.g., seating, graphics, communications, corrosion prevention, storm sewer, sanitary sewer, etc.) 01' Building and site security (video/camera) . Technical Specifications/equipment lists and evaluation. . Statement of Estimated Construction Costs in sufficient detail (quantity take-offs) to permit evaluation. Due to the many differing requirements of COLLIER AREA TRANSIT (CAT) and external interested parties for review of specific elements of the project, it will be necessary to reproduce the design documents. This will require their enlargement, downsizing, modification, and display without certain elements or with emphasis on certain elements. Part 3 - Final Design (60 Percent-100 Percent), Bid Phase Services; Construction Phase Services; Commissioning and Project Close-outlWarranty Task 3.1 - Client Review The CONSULTANT will: advance the approved Preliminary Design, including all recommendations through 60 percent, 90 percent and 100 percent complete design and engineering, and will prepare detailed construction bid documents, including plans, specifications and cost estimates, for all construction work necessary; prepare construction phasing schedule/work plan; and coordinate phasing plan with final funding plan. The consultant will also conduct any remaining engineering technical study tasks needed prior to commencing final design. Monthly review sessions will take place to allow the Collier Area Transit (CAT) to check progress of the design. These meetings will be in addition to reviews at the preliminary, 60 percent, 90 percent and 100 percent design levels. Time should be budgeted by the consultant and any necessary sub-consultants accordingly. Task 3.2 - 60 Percent Design At 60 percent complete architectural engineering design; the CONSULTANT shall prepare the following for the 60 percent complete review; . Site plans at 1" = 3D', which shows all elements of construction layouts, grades and elevations. . Construction staging and execution plans, as necessary, to execute the construction work as agreed to by COLLIER AREA TRANSIT (CAT) and regulatory review agencies. . Elevations and sections, as necessary, to show layout and configuration of all construction elements. . Typical sections as necessary. . Electrical plans showing diagrams, load protection, typical lighting fixtures, specialized electrical systems, and other electrical equipment. TPA#1953637.9 PSA A-6 Agenda Item No. 1686 February 23, 2010 . Composite plumbing plan combining all sector drawings into one floor plan showing all~illQf 24 water distribution piping, all storm, sanitary and industrial drainage. . Structural plans, elevations, and sections as necessary. . Mechanical plans, elevations, sections as necessary, including any specialized systems, . Landscaping plans. . Signage plans. . Structural, mechanical, electrical and/or any other calculations or analysis used for the 60 percent design/engineering documents. . Construction costs estimate, with quantified items for each type of work. . Preliminary Construction Schedule, . Draft technical Specifications in CSI format, and special provisions including construction staging and execution practices from Task I. . Leadership in Energy and Environmental Design (LEED) Certification Checklist. Task 3.3: 90 Percent and 100 Percent Complete Architectural The CONSULTANT shall prepare Final Architectural Design/Engineering documents. Final Design Documents shall be submitted to COLLIER AREA TRANSIT (CAT) for approval. Final drawings and Specifications shall set forth in detail the requirements for the construction of the entire project, including necessary bidding information. The consultant shall also prepare the complete bid package. The final design shall include: . Title sheet with key and location plans in sufficient detail and clarity indicating the surrounding area. Vicinity map if required. . Site plans, including contours at one (1) foot intervals in elevation, property and easement lines, benchmarks, structures, buildings, pavement types and limits, drainage, utilities, and other features which define the existing site, the proposed construction, and final configuration. The plan and profile of underground utilities and invert elevations of storm drains, if any, shall be shown. . Plans, profiles, sections and typical sections necessary to define the site work. . Details of all site work. . Architectural, electrical, drainage, landscaping, signage and structural plans (as required). . Demolition plans (as required). . Technical Specifications using CSI format. . Preparation of special provisions, as required. . An estimate of quantities and final cost estimate, including unit prices where appropriate, along with documentation of analysis used to establish unit and lump sum prices. . Utility agreements, plans, and evidence of coordination with utility facilities affected by the project. . Bidders' proposal forms by discipline, including quantities where appropriate. · Construction staging plan and temporary signage plans as required for each stage of construction. A summary of all criteria used in the design, including loads (dead, live, wind, seismic, impact or other loads as appropriate), material grades, codes and assumptions, in a format which is appropriate for use by reviewing parties, including Federal Transit Administration (FT A), state, and city/county agencies. TPA#1953637.9 PSA A-7 Agenda Item No. 1686 February 23, 2010 At the 90 percent design stage, ALL PLANS AND SPECIFICATIONS MUST BE COMPLETEP,.n1IiSs!iigl drawings/sections shall be allowed at this stage. The CONSULTANT shall submit drawings and other related data as set forth above for COLLIER AREA TRANSIT (CAT) review and approval. As part of this task, the CONSULTANT shall obtain any and all necessary plan reviews, approvals, and permits as required by federal, state, regional, and city/county authorities. At the 100 percent stage, CONSULTANTS must abide by the following signature procedures: . 100 percent design/engineering drawings/specifications are defined as complete when all regulatory agencies' and COLLIER AREA TRANSIT (CAT)'s comments are incorporated. . The CONSULTANT shall sign and seal all drawings. . Any sub-CONSULTANT shall sign and seal his or her own drawings. . The CONSULTANT'S logo shall appear on each drawing prepared by a sub-consultant. . All drawings prepared for this contract shall be signed and sealed by a principal of the firm who possesses a valid Florida Professional Engineer or Florida Registered Architect License. . The Design Team shall submit all necessary documentation to apply for and receive the approved Leadership in Energy and Environmental Design (LEED) Certification. Design Calculations and Diagrams: Submit complete computations and design drawings covering all structural framing and supports such as primary framing members, bracing, foundations, slabs and architectural finishes. All engineering calculation sheets shall be numbered, dated, and indexed. The index sheets shall be sealed by a Professional Engineer, licensed in Florida, who is familiar with and responsible for the design. Construction Phasing Schedule; Coordinate Schedule with Final Funding Plan. Provide an estimate of the time required to complete construction in the format of a cost loaded schedule. Present the Schedule in bar graph form using days, weeks or months as appropriate for the limit of time. This Schedule is for project control purposes only and will not be used by any contractor. Determine from the project plan the delivery time required for long-lead time equipment, and material. Prepare material lists for all long-lead or COLLIER AREA TRANSIT (CAT) supplied materials, equipment, and apparatus, and submit to COLLIER AREA TRANSIT (CAT) for approval. Task 3.4: Bid Phase Services Prepare all bid package materials including Drawings & Specifications, Invitation for Bids, Instructions to Bidders, Bid Forms, the Form of Bid Bond, Performance and Payment Bonds, Material Bonds, the General Conditions, the Special Conditions, the General Scope of Work, Addenda (if any), regulatory requirements and compliance issues, and Davis-Bacon and Prevailing-Wage rates issues. Prepare Bid Notice. Hold a pre-bid conference. Prepare Bid Document Addenda including Contract Drawing revisions and engineering calculations, as necessary or as requested by COLLIER AREA TRANSIT (CAT) for COLLIER AREA TRANSIT (CAT) approval and issuance. Furnish originals for final printing. Answer questions asked of COLLIER AREA TRANSIT (CAT) staff by bidders during the bid period. Bid Opening: Review all contractor's bid documents for conformity with technical requirements and completeness of response of the Bid Package and reasonableness of bid quoted. Perform due diligence activities to determine the most responsible and responsive bid. In determining the responsibility of a bidder, the consultant will consider overall compliance with bid terms and conditions, integrity, compliance with public policy, record of past experience and performance, financial and technical resources (including construction and technical equipment), and bond capacity. Make written recommendation as to contract award to COLLIER AREA TRANSIT (CAT). Conform all contract drawings to Addenda as required after award of the construction contract. All contract drawings must be conformed within one month of the construction bid opening date. Task 3.5: InterageneyCoordination TPA#1953637.9 PSA A-8 Agenda Item No. 1686 February 23,2010 Final Design: Provide assistance/services to COLLIER AREA TRANSIT (CAT) during the co~1t1l1lt!24 design effort, which may involve coordination with various federal, state, county or local authorities. The consultant may be required to attend meetings and events, assisting COLLIER AREA TRANSIT (CAT) in accordance with environmental or community information programs. The CONSULTANT will be required to identify, apply for and obtain all necessary plan reviews, approvals and permits as required, as they apply to all phases of the project. The grant funds for this project shall be spent by December 31, 2012. It is the intent of the County to have design and construction oversight services completed by June 30, 2013. Time will be of the essence to meet this requirement. Strict attention to schedule, a CONSULTANT with staff familiar with local fire code and building code requirements will be needed in order to meet this obligation. General: The CONSULTANT shall exercise reasonable care in the preparation of contract documents to conform to all applicable code requirements in effect at the time of issuance of the contract documents. As previously mentioned, the approval of plans and specifications which have been submitted to COLLIER AREA TRANSIT (CAT) is not to be construed as authority to violate, cancel or set aside any provisions of applicable codes or this contract. Nothing contained in this Agreement is intended to relieve the CONSULTANT of responsibility for maintaining adequate supervision over design, in order to guard COLLIER AREA TRANSIT (CAT) against deficiencies in the design work. The CONSULTANT shall be liable to COLLIER AREA TRANSIT (CAT) for any costs incurred to correct, modify or redesign any drawings submitted by the CONSULTANT that are found to be defective or not in accordance with the provisions of this agreement as a result of any act, error or omission on the part of the consultant, agents, servants or employees. The CONSULTANT shall be given reasonable opportunity to correct any deficiencies at no additional cost to COLLIER AREA TRANSIT (CAT). Deliverables; Design Calculations - originals and one (1) copy; 90 percent Design Documents - three (3) copies and one electronic copy; 100 percent Design Documents - three (3) copies and one electronic copy; 100 percent Construction Bid Packages - TBD. Part 4 - Construction Phase Services w/Commissioning and Project Close-OutJAs-Suilts Task 4.1: Construction Phase Construction Phase Services requirements for the project are defined by four subtasks: 4.1A - Response to Questions/Request for Information (RFI) 4.1 B - As Needed Construction Inspection/ Quality Assurance & Quality Control Construction Management (To be Negotiated as Needed) 4.1 C - Change Order Preparation/Evaluation/Estimates (To be Negotiated as needed) 4.1 D - Shop Drawing Review and Material Approvals. As part of the services performed under this task, the CONSULTANT or his or her representative will be required to attend one (1) preconstruction meeting, and at a minimum, one (1) project status meeting and one (1) field meeting per each week of construction activities. Subtask 4.1A - Response to Questions/RFl's: As necessary throughout the construction period and post-construction period, the CONSULTANT will provide the required technical expertise necessary to respond to any design document related question, request for clarification, etc. This service shall be available for issues brought forward by COLLIER AREA TRANSIT (CAT), the prime contractor, his or her subcontractors, or any related or impacted federal, state, county or municipal entity. Subtask 4.1 B - Construction Management/Inspections/Quality Assurance & Quality Control: TPA#1953637.9 PSA A-9 Agenda Item No. 1686 February 23, 2010 This task includes all activities of as needed construction inspection to determine quality confi'et!arilf of 24 assurance functions, procedures, and responsibilities for construction, system installation and integration of system components, The CONSULTANT shall designate a quality representative with defined authority and responsibility; Establish and implement procedures to maintain & control nonconforming work; Investigate nonconforming work and action needed to prevent recurrence; and document and implement corrective actions The fof/owing are optional services, to be negotiated on an as needed basis with the County; Construction Management and material testing/tests that shall be performed to verify the basic strength of materials and/or fabrication and construction techniques. Testing plans should be done to organize inspection and testing to ensure adequate control over the work to verify acceptability. These plans should control the progress of work to provide evidence of acceptability and to discover nonconforming conditions at the earliest time. Subtask 4.1 C Change Order Preparation/Evaluation/Estimates: The CONSULTANT will review, analyze, and provide recommendations on contractor requests for change and Change Orders through the preparation of detailed cost estimates. Cost estimates shall include material quantities and cost, labor quantities and all direct and indirect costs, and an analysis of the contractor's proposal for alternate methods and materials. In addition, the CONSULTANT will prepare all necessary change order documents (designs, specifications, cost estimates, schedule analysis, etc.) as required by COLLIER AREA TRANSIT (CAT) for effective change order evaluation, negotiation and construction. All Change Orders of $25,000 or greater will require prior approval by FDOT. Subtask 4.1 D Shop Drawing Review and Material Approvals: The CONSULTANT shall review and approve all project design related Shop drawings and material submittals as designer-of-record. These reviews and approvals shall be completed and returned no more than ten (10) working days after receipt from the construction manager/contractor. Task 4.2: Project Close Out Assistance requirements for this task are defined by three subtasks: 4.2A - Test Operational Systems/Corrective Actions 4.2B - Final Punch List 4.2C - Final Inspection/Project Acceptance Subtask 4.2A: Prior to accepting project, CONSULTANT is to activate and test all operational systems including but not limited to: electrical and communication, plumbing (if provided), active storm water systems, and mechanical (if provided). Establish and implement procedures to maintain and control nonconforming work. Investigate nonconforming work and action needed to prevent recurrence. Document and implement corrective actions. Subtask 4.28: The CONSULTANT will participate in the inspection and development of the final punch list to be received by the contractor prior to final acceptance. The CONSULTANT will provide the necessary services to qualify or not quality the project as "substantially complete" and offer documented notification of the same. Subtask 4.2C: As the designer of record, the CONSULTANT will participate in the final project inspection following completion of punch list activities, and provide COLLIER AREA TRANSIT (CAT) with formal written notification of project acceptance. Task 4.3: As-Builts TPA#1953637.9 PSA A-tO Agenda Item No. 1686 February 23, 2010 Upon completion of construction, the CONSULTANT is required to modify the original contra~I'll~\ih"1!i4 to reflect "as-built" conditions. The construction management forces and/or the contractor will furnish the "as-built" information to be verified and incorporated. Three (3) reproducible sets and three (3) sets on disk or CD-ROM of "as-built" contract drawings will be required prior to any payment of the consultant under this task item, As a condition of the CONSULTANT'S final project acceptance of payment under this task item, the contractor will assemble all required equipment/systems operating and maintenance manuals as well as specific warranty certificates, and transmit the same to COLLIER AREA TRANSIT (CAT), 2.3 SUSTAINABLE INTERMODAL TRANSIT STATION REQUIREMENTS Transfer Area: The Transfer area will include bus platforms that will allow at least eight CAT buses to stage at one time (off of public streets). Platform areas should be lit and covered to shelter patrons from rain and sun. In addition, it is anticipated that a fully enclosed passenger waiting area will be designed into the facility in close proximity to the buses. This area should incorporate some type of heating & cooling systems for the comfort of waiting passengers. Other conveniences such as phones and newspaper racks would also be provided as well as information kiosks that give route and schedule information to customers. Transfer Buildinq: The Transfer building will house a number of administrative functions for COLLIER AREA TRANSIT (CAT) including office space, a public meeting room(s), space for customer service functions, as well as ticket and information counters. Space for a drivers' break room and lavatory facilities should also be included. The building will also include an indoor air conditioned/heated waiting area for passengers. Other passenger amenities such as restrooms, concession, and telephones should be provided. A limited amount of retail/restaurant space is also proposed as well as a security mini-station. Technoloqv: It is anticipated that numerous passenger amenities involving emerging technologies will be implemented in the Transfer Station. Real-Time Schedule information displays, passenger information kiosks, automatic fare vending machines, etc. must all be accommodated by the facility design. TPA#1953637.9 PSA A-II Agenda Item No. 1686 February 23,2010 Page 14 of 24 SCHEDULE B BASIS OF COMPENSATION DIRECT LABOR COSTS PLUS REIMBURSABLE EXPENSES 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. B 1.1.1 All monthly status reports and invoices shall be mailed to the attention of Gary Putaansuu, Principal Project Manager, 2885 South Horseshoe Drive, Naples, 34104. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, OWNER agrees to make monthly payments to CONSULTANT based upon CONSULTANT'S Direct Labor Costs and Reimbursable Expenses in accordance with the terms stated below. Provided, however, in no event shall such compensation exceed the amounts set forth in the table below. TASK PHASE NOT TO EXCEED AMOUNT: P Phase I - Pre-Design Activities $ 54,694.00 including Reimbursables 1. Phase I -Programming and Concept $ 45,084.00 Design including Reimbursables 2. Phase II - Preliminary Architectural $ 45,669.00 Design/Engineering including Reimbursables 3. Phase 11- Final Design (60 - 100 $106,973.00 Percent), Bid Phase Services, Construction Phase Services, Commissioning and Project Close- outlWarranty includina Reimbursables 4. Construction Phase Services with $ 53,075.00 Commissioning and Project Close- Out/As-Builts includina Reimbursables TOTAL FEE (Total Items P-4\ $ 305,495.00 B.2.2. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT'S personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment I to this Schedule B. TPA#1953637.9 PSA B-1 Agenda Item No. 1686 February 23, 2010 B.2.3. With each monthly Application for Payment, CONSULTANT shall submit de'laitelPtitm! records, and any other documentation reasonably required by OWNER, regarding CONSULTANT'S Direct Labor Costs incurred at the time of billing, to be reviewed and approved by OWNER. B.2.4 For Additional Services provided pursuant to Article 2 of the Agreement, OWNER agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided. 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 provisions of Section 3.5.1 below. There shall be no overtime pay on Basic Services or Additional Services without OWNER'S prior written approval. B.2.5. 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.2.6 Notwithstanding anything in this 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 and Reimbursable Expenses 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. 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 the Project name and shall not be submitted more than one time monthly. B.3.3 Notwithstanding anything herein to the contrary, in no event may CONSULTANT'S monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task limits set forth in the table in Section 2.1 by the percentage Owner has determined CONSULTANT has completed such task as of that particular monthly billing. B.3.4 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. TPA#1953637.9 PSA B-2 Agenda Item No. 1686 February 23, 2010 B.3.5 Unless specific rates have been established in Attachment 1, attached to thlSalll:cl11eQtRe 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.3.5.1 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.3.5.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.5, 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. B.3.5.1.3. Permit Fees required by the Project. B.3.5.1.4 Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. B.3.5.1.5 Expense of models for the County's use. B.3.4.1.6 Other items on request and approved in writing by the OWNER. B.3.5.2 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. TPA#1953637.9 PSA B-3 SCHEDULE B - ATTACHMENT A SCHEDULE OF FEES FOR SERVICES Agenda Item No. 1686 February 23, 2010 Page 17 of 24 "Design Services for Collier Area Transit (CAT) Transfer Station" Task P- Pre Desian Activities: Not to exceed: . Site Investigation Kick-Off Meeting . Field Survey . Assessment of Site Contamination . Geotechnicallnvestigations . Site Investigation Report $54.694 Task 1 - Proarammina and Concept Desian: Not to exceed: . Program Study . Concept Drawings . Review and Revision $45.084 Task 2 - Preliminarv Architectural Desian/Enaineerina: Not to exceed: . 30 Percent Design . Interagency Coordination/Public Process Task 3 - Final Desian 160 Percent - 100 Percent}. Bid Phase Services: Construction Phase $45.669 Services: Commissionina and Proiect Close-outlWarrantv: Not to exceed: . Client Review $106.973 . 60 Percent Design · 90 Percent and 100 Percent Complete Architectural documents . Bid Phase Services · Interagency Coordination Task 4 - Construction Phase Services with Commissionina and Project Close-OutlAs- Builts: Not to exceed: · Response to Questions/Request for Information (RFI) · As Needed Construction Inspection/Quality Assurance and Quality $53.075 TP A#1953637.9 PSA BA-l Agenda Item No. 1686 February 23,2010 Page 18 of 24 Total for Items P,and Items 1 through 4 $305,495.00 -Due to the nature of a large construction project, while the total dollar amount might remain the same, there may be some fluctuation in the task categories calculations. TPA#1953637.9 PSA BA-2 SCHEDULE B - ATTACHMENT B Agenda Item No. 1686 February 23, 2010 Page 19 of 24 Contract # 10-5206 "Design Services for Collier Area Transit (CAT) Transfer Station" TPA#1953637.9 Consultant's Emolovee Hourlv Rate Schedule Title Hourly Rate Principal Planner $ 21 O.OO/hr Principal Architect $195.00/hr Senior Project Manager $180.00/hr Quality Control $150.00/hr Senior Planner $ 145.00/hr Project Architect $ 135.00/hr Designer II $100.00/hr Senior Inspector $ 85.00/hr Planner $ 80.00/hr Administrative $ 65.00/hr END OF SCHEDULE B PSA BB-l Agenda Item No. 1686 February 23,2010 Page 20 of 24 SCHEDULE C PROJECT MILESTONE SCHEDULE T k o . f o f Start 0 t E dO t . --.------ 1.1 Program Study 49 days 03/08/10 04/23/10 1.2 Conceot Drawings 119 days 03/01/10 06/25/1 0 1.3 Review and Revision 119 days 03/01/10 06/25/10 -.------ 60 Percent Oesi 90 Percent Oesi 100 Percent Oesi Bid Phase Services lntera enc Coordination 07/30/10 09/17/10 11/05/1 0 12/06/1 0 03/01/1 0 09/17/10 11/05/10 12/03/10 02/18/11 02/28/11 F-I Agenda Item No. 1686 February 23, 2010 Page 21 of 24 F-2 Agenda Item No. 1686 February 23, 2010 Page 22 of 24 F-3 Agenda Item No. 1686 February 23,2010 Page 23 of 24 EXECUTIVE SUMMARY Recommendation to approve Contract #10-5206, Professional Services for Design Services for Collier Area Transit (CAT) Transfer Station, in the amount of $305,495.00 with Post, Buckley, Schuh and Jernigan, Inc. OBJECTIVE: To provide funding for the design of a permanent bus transfer facility at the Collier County Government Center campus, CONSIDERATIONS: On August I, 2007, Collier Area Transit (CAT) moved its passenger transfer facility to the Collier County Government Center campus in the parking lot next to the Museum, after being asked to relocate by Lorenzo Walker Institute of Technology. The current location adjacent to the Museum was always intended to be a temporal)' location until a permanent facility could be built. The temporary Transfer operations consist of portable restrooms, tents and benches providing limited amenities to passengers making connections to seven of the nine routes in the system. Although the area is functioning it was not designed for this activity and consequently the area is wearing rapidly and creating maintenance issues. Additionally, during inclement weather passengers are forced to wait in less than comfortable surroundings. The site proposed for the permanent location of the Transfer Station is located at the southeast comer of the campus adjacent to US41 (Tamiami Trail) and Espinal Boulevard across from Wal- mart. The proposed facility location is within the Collier County Government Center Cornmunity Facility Planned Unit Development ("CFPUD"), which was previously approved as a Development of Regional Impact (DRI), As part of the PUD ordinance, the CFPUD was determined to be consistent with the DRI. Permitted uses with the CFPUD include: "administrative service facility," "essential public service facilities," and "any other uses that are comparable in nature with the foregoing uses and are consistent with the permitted uses of (the) CFPUD, as determined by the Board of Zoning Appeals." In addition, accessol)' uses with the CFPUD include "accessol)' uses and structures customarily associated with the principal permitted uses." Because the proposed facility is intended for use by the public for transportation services, the facility falls under both the permitted and accessol)' uses of the CFPUD. On April 8, 2008, the board approved Agenda Item No. 16B12, a resolution designating an approximately 1.2 acre parcel of land within the Collier County Government Center campus for use as an intermodal transit passenger transfer facility. RFP #10-5206 was posted November 19,2009. Nine vendors submitted proposals on December 10,2009. On December 21,2009, the selection committee by consensus, ranked the following consultants in order: (I) PBS & J (Post, Buckley, Schuh & Jernigan), (2) RS&H (Reynolds, Smith & Hills), (3) Architects Unlimited, and (4) CH2MHill. Due to a miscommunication on the time of the selection committee meeting there were no consultants in attendance. The committee reconvened January 6, 2010, to provide the consultants that opportunity, Representatives from Agenda Item No. 1686 February 23, 2010 Page 24 of 24 the top two ftrms attended and each spoke on their behalf. The committee then took their input into consideration and by consensus reaffirmed the original ranking. Staff completed negotiations with Post, Buckley, Schuh & Jernigan, Inc. on January 22, 2010. FISCAL IMPACT: Funds are available in an FOOT Intermodal Grant in Fund 426 CAT Transit Enhancement project 33037. The $305,495 needed for this phase of the project will come from that grant in FYIO. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office and is legally sufficient for Board action-SRT. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: That the Board of County Commissioners: I. Approve Contract #10-5206 to Post, Buckley, Schuh & Jernigan, and 2. Authorize its Chairman to execute the standard Board approved Agreement after County Attorney review. Prepared by: Gary R. Putaansuu, P.E., Principal Project Manager, Transportation Engineering & Construction Management Department Attachments: I) Schedules A, B & C