Loading...
Backup Documents 03/23/2021 Item #11B ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1 1 8 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routingzlines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s)(List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office SRT 4/13/21 4. BCC Office Board of County PT by JH/s/ 4/13/21 Commissioners 5. Minutes and Records Clerk of Court's Office It (ig i0 PRIMARY CONTACT INFORMATION �X Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Diana Dueri/PUD Contact Information 239-252-4218 Contact/Department Agenda Date Item was March 23,2021 Agenda Item Number 11 B Approved by the BCC Type of Document Work order to Q.Grady Minor&Associates, Number of Original 1 Work Order Attached P.A.,under Agreement Number 15-6450,for Documents Attached Construction Administration Services for the Public Utility Renewal Project for 108th and 109th Avenues PO number or account 495-192370-649030 number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be DD signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the DD document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's DD signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 03/23/2021 and all changes made during DD the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made,and the document is ready for the Chairman's signature. 118 MEMORANDUM Date: April 13, 2021 To: Diana Dueri, Sr. Project Manager PU Engineering & Project Management From: Teresa Cannon, Sr. Deputy Clerk Minutes and Records Department Re: Work Order for Contract #15-6450 w/Q. Grady Minor Attached is one (1) copy of the original agreement referenced above, (Item #11B) approved by the Board of County Commissioners on Tuesday, March 23, 2021. The original will be kept by the Board's Minutes & Records Department as part of the Board's Official Record. If you have any questions, please contact me at 252-8411. Thank you. Attachment 11g WORK ORDER/PURCIiASE ORDER� Contract 15-64504`Naples Park Infrastructure Improvements" Contract Expiration Date: October 12,2035✓ This Work Order is for professional engineering services for work known as: Project Name: 1081h and 109`h Avenues Public Utilities Renewal Project—Construction Administration Project No: 70120.4:1,70120.4.2,60139.4.1 60139.4.2/ The work is specified in the proposal dated February 3,2021/which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above,this Work Order/Purchase Order is assigned to: Q.Grady Minor/ Scope of Work: As detailed in the attached proposal and the following: * Task I 108th Ave Construction Contract Admin Services * Task II 109th Ave Construction Contract Admin Services' ✓ Schedule of Work: Complete work within 510 days from the date of the Notice to Proceed which is accompanying this Work Order. The Consultant agrees that any Work Order that extends beyond the expiration date of Agreement# 15-64501wi11 survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above,the County will compensate the Firm in accordance with following method(s): []Negotiated Lump Sum(NLS) ❑Lump Sum Plus Reimbursable Costs (LS+RC)NTime&Material(T&M)(established hourly rate —Schedule A)❑Cost Plus Fixed Fee(CPFF),as provided in the attached proposal. Task I $162,104.00/ Task II $162,104.00/ TOTAL FEE $324,208.00/ o February 3, 2021 PREPARED BY: Diana C.Dueri,Senior Project Manager-PUD Date (Remainder ofpage intentionally left blank) \ Page 1 of 3 cito 11g APPROVED BY: . , (9/5 /021 Amy Paters , Capital Project Planning, Impact Fees Date and Program Management--Director-GMD Digitally signed by ChmelikTom - Ch m e I i kTo m Date:2021.02.11 11:26:50 APPROVED BY: -05'00' Tom Chmelik,EPMD Director-PUD Date Johnssen b Digitally signed by Johnssen_b Date:2021.02.17 04:39:58-05'00' APPROVED BY: — Beth Johnssen,In-Ground Services Director-PUD Date Digitally signed by Joseph Joseph Bellone Bellone APPROVED BY: Date:2021.02.17 07:56:25-05'00' Joe Bellone,Operations Support Director-PUD Date PROVED BY: 0104' T ddeus L.Cohen,Department Head-GMD D to Dignallysigned by Joseph Joseph Bellone Bellone • APPROVED BY: Date:2021.02.1707:56:54-05'00' Dr.George Yilmaz,Department Head-PUD Date By the signature below, the Firm (including employees, officers and/or agents)certifies, and hereby discloses,that,to the best of their knowledge and belief,all relevant facts concerning past,present,or currently planned interest or activity(financial,contractual,organizational,or otherwise)which relates to the proposed work;and bear on whether the Firm has a potential conflict have been fully disclosed. Additionally,the Firm agrees to notify the Procurement Director,in writing within 48 hours of learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY: Date (Remainder of page intentionally left blank) • Page 2 of 3 11B IN WITNESS WHEREOF,the parties hereto,have each,respectively,by an authorized person or agent,have executed this Work Order on the date and year first written below. ATTEST: BOARD OF '0 ►' Y COMMISSIONERS I Crystal K.Kinzel, Clerk of Courts COLLIER t 0 ',FLORIDA Ili ....i.L By: I c fe,C81 r . , Sr Penny Taylorail,C irman Dated: (SEAL) Attest as to Chairman's Name of Firm Q.Grady Minor&Associates,P.A. ignature only. By: •irstjWi e s ignature gin,' 1-6 t.t j ij?. ism./ P/tECQLtis EN, V Ic E PRFS.0ENT 'Type/print witness namet 'Type/print signature and thief Second Witness ^` ‹..n 3. DeVr►t 'Type/print witness name' App s to Fo d L ali : ounty Attorney Print Name Item# I ' Agenda L (5 Date �'� Date y 1 pew I Rec'* Ieputy CEem— r. Clem— Page 3 of 3 1 1 B El Grady Minor Civil Engineers • Land Surveyors ■ Planners • Landscape Architects February 3,2021 Ms.Diana C. Dueri,PMP Senior Project Manager Collier County Public Utilities Engineering&Project Management Division 3339 Tamiami Trail East, Suite 303 Naples,FL 34112-5361 RE: Proposal for Professional Services 108th and 109th Avenue North Public Utility Renewal-Construction Administration Dear Ms.Dueri: Q. Grady Minor&Associates,P.A.(GradyMinor)is pleased to provide Collier County(County)this proposal for the Construction Administration services for the 108th and 109th Avenue North Public Utility Renewal project. GradyMinor provided the preliminary engineering,engineering,permitting, and bidding services for the replacement of the water, wastewater, and stormwater systems along 108th and 109th Avenues North from Vanderbilt Drive to US41. We propose the following Scope of Services for this project: Task No. 1.—108th Avenue North Construction Contract Administration Services: • Assist Collier County as requested between the receipt of Bids and the Construction Contract Notice to Proceed. • Attend a pre-construction meeting with Collier County and the Contractor. • Attend a pre-construction neighborhood informational meeting. • Attend site meetings with property owners,as required. • Coordination with the County and CE1 consultant and maintain open communication with CEI Consultant. • Review Contractor submitted Submittals. • Construction Meetings: Prepare the meeting agendas, run the meetings, and prepare and distribute the meeting minutes(within 3 days of meeting). Total of 32 meetings. • Prepare and distribute Review and approve Contractor Pay Requests, including coordination with the CEI and County PM to verify the quantities for each pay request. • Provide monthly progress reports during the construction of the project • Provide periodic observations during construction and at critical times,to certify the project complete. • Provide clarification of plans and construction documents or make minor changes due to field conditions. • Provide assistance to resolve unforeseen conflicts. Q.Grady Minor&Associates,P.A. Ph.239-947-1144 Fax.239-947-0375 3800 Via Del Rey www.gradyminor.com Bonita Springs, FL 34134 11B • Respond to requests for additional information from the Contractor (RFIs) and requests for clarifications from the CEI consultant(RFCs). • Prepare and distribute construction contract Change Orders. • Review CEI reports and provide support as necessary. • Provide FDEP Completion Certifications,estimated seven partial clearances required(six for water and one for wastewater). • Prepare Record Drawings based on County/CEI mark-ups,Contractor's mark-ups and Record Survey. • Conduct Substantial Completion (Functionally Complete) Inspections (5 total) and review punch list items and make changes or additions as necessary. • Conduct Final Completion Inspections(5 total). • Prepare and distribute Final Completion Certification. • Provide Construction close-out documents. • Collection of required asset information in accordance with Collier County's Asset Onboarding policy. This includes the completion of the linear asset tables (in excel format) which will be provided to the County's GIS Department to be entered into the County's GIS system(by Collier County). • Provide public relation services as requested by County's PM. These may include additional meetings with the County and CEI consultant;presentation document preparation(narratives and exhibits); graphic support, meetings with residents and key stakeholders, County Utility Staff, County Stormwater Staff,etc. • Provide progress updates and status during the project as requested. • Incorporate County direction/decisions made into the Contract Documents as applicable. • Miscellaneous construction related surveying services including the re-surveying of modification performed since the original design survey was conducted. • Coordination with buried utility owners and field coordination associated with the restoration of driveways, irrigation systems and swales. • Contract the services of a Florida ISA Certified Arborist to review the condition and health of tress within the project site including trees outside of the ROW. This proposal includes four (4) site visits by a Florida ISA Certified Arborist,approximately four(4)hours per site visit. Each site visit will include a written recommendation concerning the trees reviewed. • Reimbursable expenses including reprographics,shipping,and miscellaneous costs. We have not included resident or full time inspection, special threshold inspection, testing or construction stakeout/as-built surveying in this task. County Inspection/CEI shall provide us with written inspection reports and photographs on a daily basis. Task No.2.—109th Avenue North Construction Contract Administration Services: • Assist Collier County as requested between the receipt of Bids and the Construction Contract Notice to Proceed. • Attend a pre-construction meeting with Collier County and the Contractor. • Attend a pre-construction neighborhood informational meeting. • Attend site meetings with property owners,as required. G:\AdminMarketing\PROPOSAL\C\Collier County\15-6450 Naples Park Infrastructure Improvements\Proposal\108 and 109th CA Combined\108 and 109th Ave Construction Administration 20210106.docx 118 • Coordination with the County and CEI consultant and maintain open communication with CEI Consultant. • Review Contractor submitted Submittals. • Construction Meetings: Prepare the meeting agendas, run the meetings, and prepare and distribute the meeting minutes(within 3 days of meeting). Total of 32 meetings. • Prepare and distribute Review and approve Contractor Pay Requests, including coordination with the CEI and County PM to verify the quantities for each pay request. • Provide monthly progress reports during the construction of the project • Provide periodic observations during construction and at critical times,to certify the project complete. • Provide clarification of plans and construction documents or make minor changes due to field conditions. • Provide assistance to resolve unforeseen conflicts. • Respond to requests for additional information from the Contractor (RFIs) and requests for clarifications from the CEI consultant(RFCs). • Prepare and distribute construction contract Change Orders. • Review CEI reports and provide support as necessary. • Provide FDEP Completion Certifications,estimated seven partial clearances required(six for water and one for wastewater). • Prepare Record Drawings based on County/CEI mark-ups,Contractor's mark-ups and Record Survey. • Conduct Substantial Completion (Functionally Complete) Inspections (5 total) and review punch list items and make changes or additions as necessary. • Conduct Final Completion Inspections(5 total). • Prepare and distribute Final Completion Certification. • Provide Construction close-out documents. • Collection of required asset information in accordance with Collier County's Asset Onboarding policy. This includes the completion of the linear asset tables (in excel format) which will be provided to the County's GIS Department to be entered into the County's GIS system(by Collier County). • Provide public relation services as requested by County's PM. These may include additional meetings with the County and CEI consultant;presentation document preparation(narratives and exhibits); graphic support, meetings with residents and key stakeholders, County Utility Staff, County Stormwater Staff,etc. • Provide progress updates and status during the project as requested. • Incorporate County direction/decisions made into the Contract Documents as applicable. • Miscellaneous construction related surveying services including the re-surveying of modification performed since the original design survey was conducted. • Coordination with buried utility owners and field coordination associated with the restoration of driveways, irrigation systems and swales. • Contract the services of a Florida ISA Certified Arborist to review the condition and health of tress within the project site including trees outside of the ROW. This proposal includes four (4) site visits by a Florida ISA Certified Arborist, approximately four(4)hours per site visit. Each site visit will include a written recommendation concerning the trees reviewed. • Reimbursable expenses including reprographics, shipping,and miscellaneous costs. G:\AdminMadceling\PROPOSAL\C\Collier County\15-6450 Naples Park Infrastructure Improvements\Proposal\108 and 109th CA Combined\108 and 109th Ave Construction Administration 20210106.docc LI 11B We have not included resident or full time inspection, special threshold inspection, testing or construction stakeout/as-built surveying in this task. County Inspection/CEI shall provide us with written inspection reports and photographs on a daily basis. We propose to complete these tasks within 510 days from the issuance of a notice-to-proceed from the County; in accordance with the following fee schedule: TASK DESCRIPTION BUDGET FEE& TYPE 1. 108th Ave. Construction Contract Admin Services $162,104.00 Time&Material 2. 109th Ave. Construction Contract Admin Services $162,104.00 Time&Material TOTAL $324,208.00 This Proposal only includes those items specifically identified above and does not include environmental assessments,geotechnical investigations,or full time construction inspection. This Proposal is subject to the Standard Provisions of the Collier County Fixed Term Professional Engineering Service Contract (15-6450) "Naples Park Infrastructure Improvements". Services requested beyond the scope of this Proposal will be performed for a fee negotiated when the scope of additional services is known or at the approved Collier County Fixed Term Professional Engineering Service Contract (15-6450) hourly rate schedule. Invoices will be issued monthly, payable per the applicable Collier County Purchasing Policy.Government imposed sales taxes or fees shall be added to our fees for services under this Proposal. Ve ly yours, J stin Frederiksen, P.E. Vice President G:\AdminMatketing\PROPOSAL\C\Collier County\15-6450 Naples Park Infrastructure Improvements\Proposaal\108 and 109th CA Combined1108 and 109th Ave Construction Administration 20210106.docx 110 N m Op tD N n ,N m mND0DNHM 2 mN WN " M V w O O O N pNp3wwpwwwwW—. f . wV1V „ Vw..8wwtl 'w g www9 N M w A O O d O 8 N o N N ° w w U )NN V^ O76E ' N mO pmA N 8C lOOmO Vm y H O Yp P m _ m N 3 .0 N N N N V p m,9 Q m U)N V N V m V m V 2 N V Q N p p m U)N V N V m V m V d y Cj U N N W Z N t o a c rn rm om �NO`OV_ `gym nm om Nvo)0 mm a N a w N N )y N N•- N C f LL N C m t 4 Ti m m V. VA m m m N N m J O 8 5 0 a m I = m F oa C n 75- o w 5 no N V . w w a ° -y T N a E N N N y. 4 0 m 0 w `c c" o pp o 0 o N a o 0 0 0 0 0 o v V N o o 'c M V m t7 V V m m N N C) m m V N M V m N V O m N m N C) m m V N N m W j W 'O O a A N• 'p W-Oj V M N 8 V m m m m V m m N W-N V N N 8 V m m m m V m m N V ag >w 5 U U m W w w E a m U, O O Z Z m m O O O. 1- I- n J O • Q p h o _m 2 t tl W c Z mZ A 2 2p W Top Q Q U N O; a 5 8 O QQ QQ C J O.O` K K ° N O. Z ti Z a O• M Q Q o O a E v O ° 2 of m a O H % U m C m N N S Q O m c 2 0'^ t0 rn a CO LLJ a, ~U t t . a - .� a o O Z •J _ G: c e m 0' ° a c z e o u2i LLa' g fK 8 W 8 •a x 0 O 2 y c o p o m§ s_ ca>, n ~;oa f ° q§ sm _ca.T n we OO Q U 'o Q.� c`o u v) a a L e 0 0' m c`0 3 c u a ? E U o 6 • Z i.- V U m a 6.13 Ti m m H� o m'- S U U o b� g-, 8 o 0I.. n a''W 6 a m LL C 9 S C C°C — a 1 O M Z m 1 c d o o n )d 4 m y ° c e 2 m _o o a -t�8 Sg E m y °v `'- ° s To W E c_ 2oV a EomuC oq� '" i°� 2 $ 2mUc ; Eoamr' _4moa ¢S'¢ c jv as E a aQQ 2 2Ecv KNec '- ' w°r5oca OEc'v ilea _. w0?.co. i3 'n .„cz ° ao 2 � ul uO a2aEouEoaUOW uuZII ° cEy�O as mEo�maamm mm y O. .o-U O Q 2 04 Uam m m 6 E l m£ a c� C t? o yaul O E c ta° !" 00 E O O 7 $ c m p 2 ° 3 U v«U O a=°=D c m m 0 2�`- ; p m U g O a m m m a e e • QO o pmp c° pap `o ', a8) g $d§ §_co_ , ~o o o o o c o'O §' c o 2 $ `o m u C L.2 Y -&8 U f°V�LL 0_01 LL.U Q Z LL K "0.8 8 6 8 m 8(:2 m W irA Q z m m w r. A C O N % Q.-NN V Y)mr mm0 N eel V'nm r mm Q NC)V Nmnm0)O e-NN'm mrm0 �.-N t9 0 C0 1. 1 8 1 g6 8 y g 1