Loading...
Agenda 01/13/2009 Item #16B 6Agenda Item No. 16136 January 13, 2009 Page 1 of 12 EXECUTIVE SUMMARY Recommendation to approve award of contract #09 -5127 to URS Corporation Southern for Professional Design and Related Services for Dynamic Message Signs in the amount of $249,446. OBJECTIVE: To gain Board approval of staff s recommended award of contract 09 -5127 to URS Corporation Southern ( "URS ") for the design of dynamic message signs, support structures and fiber optic communication plans for arterial roadways in Collier County. CONSIDERATIONS: On July 22, 2008 (Item 10K), the Board of County Commissioners approved Resolution 2008 -228 which authorized the Chairman to execute a Local Agency Program (LAP) agreement between Collier County and the Florida Department of Transportation for a project which would design in the current Fiscal Year, and then construct during next Fiscal Year, a dynamic message sign system for arterial roadways in unincorporated Collier County. The design portion of the project was initiated on October 24, 2008 when the Purchasing Department publicly requested solicitations for RFP 09 -5127, "Professional Design & Related Services for Dynamic Message Signs." Inquiries were sent to 422 vendors; of that number, 32 vendors requested the full RFP package, and five vendors submitted proposals by the opening date of November 17, 2008. A five- member RFP selection committee approved by the County Manager reviewed the submissions, and on November 21, 2008 in a public meeting, discussed and ranked the proposals. By consensus, the following firms were short listed: 1) URS Corporation Southern 2) Vanus, Inc. 3) Kimley -Horn and Associates, Inc. Traffic Operations staff requested that the Purchasing Department pursue an agreement with the top - ranked vendor, URS. The standard form of contract will be used and executed. FISCAL IMPACT: The contract amount of $249,446 is budgeted in FY 08/09 in Transportation Supported Gas Tax Fund 313, project 60180. The not -to- exceed budget for the project is $250,000. In accordance with the LAP Agreement executed on July 22, 2008, the FDOT will reimburse Collier County up to $226,909 of this amount, or 90.965% of actual costs, whichever amount is lower. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is not quasi - judicial and requires no ex parte disclosure, requires only a majority vote for approval, and is otherwise legally sufficient for Board action. Subject to the Board's approval, the standard County approved agreement will be reviewed and signed by the County Attorney's Office and presented for the Chair's signature. —SRT GROWTH MANAGEMENT IMPACT: associated with this Executive Summary. Agenda Item No. 1686 January 13, 2009 Page 2 of 12 There is no Growth Management impact RECOMMENDATION: That the Board of County Commissioners approve the award of Contract 09 -5127 to URS Corporation Southern, authorize the Chairman to sign the County approved standard agreement following County Attorney review, and authorize any necessary future budget amendments related to this phase of the Dynamic Message Sign design project. Prepared By: Sheila Convery, Signal System Specialist, Traffic Operations Department Attachment: Scope of Services, RFP 09 -5127 Schedule `B" of Contract 09 -5127 — "Basis of Compensation" Agenda Item No. 1666 January 13, 2009 Page 3 of 12 EXHIBIT A SCOPE OF SERVICES This Request for Proposal is issued for the purpose of establishing a contract that requires all tasks to be completed by June 30, 2009 with a firm capable of providing professional Design Services as described below. The contract is for the designing a Dynamic Message Sign system, per the requirements of a Local Agency Program (LAP) Agreement between Collier County, FL and the State of Florida Department of Transportation. The purpose of the DMS system is to enhance motorists' awareness of traffic and roadway conditions, alert them to alternate routes in the event of lane or roadway closures, assist in emergency management and evacuations, and increase the safety and effectivness of the county's roadway network. The maximum approved contract amount for this RFP is $250,000. The selected firm shall be responsible for knowledge of and compliance with all relative local, state and Federal codes and regulations. Task 1. Identification of DMS Locations The selected firm shall identify 10 to 15 locations on arterial roadways in Collier County for which the installation of static- mounted Dynamic Message Signs (DMS) is appropriate overhead mounted on a mast arm, adjacent to the travel lane on a pedestal, or both. An appropriate location may include multiple sign installations. Deliverable #1A: List of proposed installation locations, describing methodology used to determine sites. Deliverable #1 B: Color photographs taken from ground level of each proposed DIMS installation site, printed no smaller than 5" x 7" and no larger than 8" x 10 ". Deliverable #2: Site plan sheets for each DMS installation, showing power, communications, and adjacent overhead and underground utilities with Right -of -Way lines. Task 2. Plan Preparation The selected firm shall design and prepare engineering plans for message sign design details, structure design details, and prepare communications design plans utilizing the County's existing Ethernet over Fiber Optic network. DMS signs and structures shall be designed in accordance with FDOT's Standards and Specifications, Section 781, "Intelligent Transportation Systems — Motorist Information Systems" and its associated design details from the FDOT 2008 Design Standards Manual. Agenda Item No. 1686 January 13, 2009 Page 4 of 12 Plans must be submitted at 30% (A), 60% (B) and 100% (C) intervals. Each submittal cycle requires review by the Florida Department of Transportation's District One Procurement Office. All requested revisions for each plan submittal shall be reflected on the following plan submittal. Deliverable #3 (A, B, C): Design detail sheets for both overhead, mast -arm mounted DMS and pedestal- mounted DMS. Deliverable #4 (A, B. C): Design detail sheets for DMS support structures, both overhead and pedestal. Deliverable #5 (A, B, C): Communications design detailing the DMS system's integration into Collier County's existing ITS Ethernet network, including fiber splice diagrams and allowances for any necessary communications device(s) or cabinet assemblies. Task 3. Informational Public Meeting Attendance The selected firm shall be required to provide staff representation at one (1) informational public meeting for the purpose of presenting the DMS project to interested members of the public and to receive their feedback on the proposed design. For this meeting, the firm is required to provide graphics (photographs, engineering designs, and/or conceptual drawings), in scope and quantity sufficient to impart the visual impact of the proposed DMS installations at the selected locations. The graphics shall be part of a computerized presentation, or mounted to large boards for easy viewing by the public. Deliverable #6: Attendance and readiness to present design at one informational public meeting. Deliverable #7: Graphics for the informational public meeting, printed or digital, sufficient to impart the visual impact of and locations of devices in the DMS system. Task 4: Preparation of Documents for Future Bid Package The selected firm shall prepare a construction specification document and a pay item estimate package for all structures, hardware, software and associated services to install the DMS system. Assume a maximum of $500,000 in project funds. Both deliverables shall reference the FDOT pay item numbers as given in the plan set. Deliverable #8: Preparation of construction specification document for DMS hardware, software and services. Deliverable #9: Preparation of pay item estimate package for DMS construction. Page 1 of 1 Agenda Item No. 1686 January 13, 2009 Page 5 of 12 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: 16136 Item Summary: Recommendation to approve award of contract #09 -5127 to URS Corporation Southern for Professional Design and Related Services for Dynamic Message Signs. Meeting Date: 111312009 9:00:00 AM Prepared By Sheila Convery Senior Administrative Assistant Date Transportation Services Traffic Operations 1211/2008 3:00:13 PM Approved By Barbara LaPierre Management /Budget Analyst Date Transportation Services Traffic Operations 1211/2008 3:39 PM Approved By Robert W. Tipton, P.E. Traffic Operations Director Date Transportation Services Traffic Operations 12/1/2008 4:19 PM Approved By Norm E. Feder, AICP Transportation Division Administrator Date Transportation Services Transportation Services Admin. 12/212008 11:55 AM -^ Approved By Brian Hancock Operations Support Manager Date Transportation Division Transportation Administration 1213/2008 8:24 AM Approved By Scott R. Teach Assistant County Attorney Date County Attorney County Attorney Office 12/5/2008 4:07 PM Approved By Rhonda Rembert Contract Specialist Date Administrative Services Purchasing 12/18/2008 8:33 AM Approved By Steve Carnell Purchasing /General Svcs Director Date Administrative Services Purchasing 12122/20084:02 PM Approved By Pat Lehnhard Executive Secretary Date Transportation Services Transportation Services Admin 12/22/2008 4:57 PM Approved By Mark Isackson Budget Analyst Date County Manager's Office Office of Management & Budget 12/23/2008 4:17 PM Approved By James V. Mudd County Manager Date Board of County County Manager's Office 12/24/2008 4:34 PM Commissioners file: //C: \AgendaTest\ Export\ 121- January %201),%202009\1 6. %2000NSENT %20AGENDA \... 1/7/2009 Agenda Item No. 16B6 January 13, 2009 Page 6 of 12 SCHEDULE B BASIS OF COMPENSATION Professional Design & Related Services for Dynamic Message Signs (DMS) LUMP SUM 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. 81.1.1 All monthly status reports and invoices shall be mailed to the attention of Sheila Convery, Project Manager, 2885 South Horseshoe Drive, Naples, FL 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 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. TASKS LUMP SUM FEE FOR: FEE PAYMENT SCHEDULE 1. Identification of DMS Locations $82,620.00 Upon Completion of Deliverables 1A, 1B and 2 independently 2. Plans Preparation — 30 %, 60% and 100% $99,935.00 Upon Submittal and Approval of 30 %, 60% and 100% Documents 3. Public Meeting Attendance $17,375.00 Upon Completion of Task 4. Permitting $11,940.00 Upon Issuance of Permit(s) 5. Bid and Award $ 7,576.00 Upon Completion of Bidding and Award of Construction 6. Reimbursables $30,000.00 Time and Material TOTAL FEE (Total Items 1 -6) $249,446.00 B.2.2. The fees noted in Section 2.1. shall constitute the lump sum plus time and materials amount of Two Hundred Forty Nine Thousand Four Hundred Forty Agenda Item No. 16B6 January 13, 2009 Page 7 of 12 Six Dollars ($249,446.00) to be paid to CONSULTANT for the performance of the Basic 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. 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. Agenda Item No. 16136 January 13, 2009 Page 8 of 12 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. 8.3.4.1.2. 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. B.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. B.3.4.1.5 Expense of models for the County's use. 8.3.4.1.6 Other items on request and approved in writing by the OWNER. B.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. 16B6 January 13, 2009 Page 9 of 12 SCHEDULE B - ATTACHMENT A Professional Design & Related Services for Dynamic Message Signs (DMS) Task 1 — Identification of DMS Locations Deliverable 1A $13,638.00 Develop Preliminary DMS Site List County Review and Meeting Deliverable 1B $29,761.00 Field review of preliminary DMS sites County and FDOT review and meet traffic control quantities Deliverable 2 $39,221.00 Obtain Right of Way information Obtain Utility information Coordinate Power Service Develop Site Plan Sheets County and FDOT Review and Meeting Finalize Site plans Design Analysis Details and Quantities Sheet Plan Sheets Task 2 — Plans Preparation 30% Plans $42,813.00 Surveying Geotec Borings and Report Structural Detail Sheets Agenda Item No. 16B6 January 13, 2009 Page 10 of 12 Aesthetics Details Develop Plan Sheets Communication Detail Sheets County and FDOT Review and Meeting 60% Plans $34.046.00 Structural Detail Sheets Develop Plan Sheet Aesthetics Details Communication Detail Sheets County and FDOT DMS Review and Meeting Probable Cost Estimate 100% Plans $23.076.00 Structural Detail Sheets Develop Plan Sheet Communication Detail Sheets County and FDOT DMS Review and Meeting Probable Cost Estimate Prepare Final Plans Task 3 Public Meeting Attendance $17.375.00 Prepare Public Information Graphics County and FDOT DMS Review and Meeting Prepare Final Public Information Graphics Hold Public Meeting Task 4 Permitting _$11.940.00 Environmental Local Building (MEP) Agenda Item No. 1666 January 13, 2009 Page 11 of 12 FDOT Task 5 Bid and Award $ 7,576.00 Final Specifications with Final Plans Pre -Bid Meeting Bid Evaluation and Recommendations Task 6 Reimbursables $30,000.00 Surveying Geotech Borings and Report Miscellaneous items such as: Computer Plots, Courier Services, Prints and copies Total not to exceed: $249,446.00 Agenda Item No. 16B6 January 13, 2009 Page 12 of 12