Loading...
Backup Documents 05/11/2021 Item #11I ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP I 1 I TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 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#I 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 routing lines#1 through#2,complete the checklist,and fprward 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 013A/ 4. BCC Office Board of County GO 1 Commissioners i d 5. Minutes and Records Clerk of Court's Office i, t I7,1 PRIMARY CONTACT INFORMATION `1 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-Public Utilities EPMD Phone Number 239-252-4218 Contact/ Department Agenda Date Item was 5/11/2021 Agenda Item Number tr1 Approved by the BCC Type of Document Work Order Number of Original Attached Documents Attached PO number or account 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? 2. Does the document need to be sent to another agency for additional signatures? If yes, 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 signed by the Chairman,with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's 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 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 signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip 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'6-t l-pl`and all changes made during , N/A is i the meeting have been incorporated in the attached document. The County -, 4 an optio Attorney's Office has reviewed the changes,if applicable. this line 9. Initials of attorney verifying that the attached document is the version approved by the N/A is rJ BCC,all changes directed by the BCC have been made,and the document is ready for the an option.f or Chairman's signature. (! _this line: I:Fomrs/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 Ann P. Jennejohn From: Ann P. Jennejohn Sent: Monday, May 17, 2021 9:36 AM To: DueriDiana Subject: Work Order Item #111 (5-11-21 BCC Meeting) Attachments: Backup Documents 05_11_2021 Item #111.pdf Good Morning Diana, An executed copy of Item #111, from the May 11, 2021 13CC Meeting is attached for your records. Thank you! Ann Jennejohn 13MR Senior Deputy Clerk II .toT.sk;kr Clerk to the Value Adjustment Board �' Office: 23 9-252-8406 Fax: 239-252-8408 (if applicable) Ann.Jennejohn@CollierClerk.com • • Office of the Clerk of the Circuit Court & Comptroller of Collier County 3299 Tamiami Trail, Suite #4O1 Naples, FL 34112-5324 www.CollierClerk.com i h 1 i WORK ORDER/PURCHASE ORDER Contract 15-6450 "Naples Park Infrastructure Improvements" Contract Expiration Date: October 12, 2035 This Work Order is for professional engineering services for work known as: Project Name: 98th, 99th, 105th, and 106th Avenues Public Utilities Renewal Project—Design and Construction Administration Project No: 70120.5.1,70120.5.2,70120.5.3,70120.5.4,60139.5.1,60139.5.2,60139.5.3,60139.5.4 The work is specified in the proposal dated April 12,2021 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& Associates,P.A. Scope of Work: As detailed in the attached proposal and the following: * Task 1 98th Avenue North Infrastructure Identification * Task 2 98th Avenue North 60% Design * Task 3 98th Avenue North 90% Design * Task 4 98th Avenue North Permitting * Task 5 98th Avenue North Final Design * Task 6 98th Avenue North 60% Design Bidding * Task 7 98th Avenue North Project Management * Task 8 98th Avenue North Reimbursable * Task 9 98th Avenue North Construction Administration * Task 10 99th Avenue North Infrastructure Identification * Task 11 99th Avenue North 60%Design * Task 12 99th Avenue North 90% Design * Task 13 99th Avenue North Permitting * Task 14 99th Avenue North Final Design * Task 15 99th Avenue North 60%Design Bidding * Task 16 99th Avenue North Project Management * Task 17 99th Avenue North Reimbursable * Task 18 99th Avenue North Construction Administration * Task 19 105th Avenue North Infrastructure Identification * Task 20 105th Avenue North 60% Design * Task 21 105th Avenue North 90%Design * Task 22 105th Avenue North Permitting * Task 23 105th Avenue North Final Design * Task 24 105th Avenue North 60%Design Bidding * Task 25 105th Avenue North Project Management * Task 26 105th Avenue North Reimbursable * Task 27 105th Avenue North Construction Administration * Task 28 106th Avenue North Infrastructure Identification * Task 29 106th Avenue North 60%Design Page 1 of 5 s:a , Ill * Task 30 106th Avenue North 90%Design * Task 31 106th Avenue North Permitting * Task 32 106th Avenue North Final Design * Task 33 106th Avenue North 60%Design Bidding * Task 34 106th Avenue North Project Management * Task 35 106th Avenue North Reimbursable * Task 36 106th Avenue North Construction Administration Schedule of Work: Complete work within 1,825 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# 15-6450 will 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 1 $35,862.00 (T&M) Task 2 $50,928.00(NLS) Task 3 $41,681.00(NLS) Task 4 $11,661.00 (T&M) Task 5 $24,623.00(NLS) Task 6 $4,930.00(T&M) Task 7 $9,551.00(T&M) Task 8 $1,650.00 (T&M) Task 9 $170,529.00(T&M) 98th Ave North Subtotal $351,415.00 Task 10 $35,862.00(T&M) Task 11 $50,928.00 (NLS) Task 12 $41,681.00(NLS) Task 13 $11,661.00(T&M) Task 14 $24,623.00 (NLS) Task 15 $4,930.00(T&M) Task 16 $9,551.00 (T&M) Task 17 $1,650.00(T&M) Task 18 $170,529.00(T&M) 99th Ave North Subtotal $351,415.00 Task 19 $35,862.00(T&M) Task 20 $50,928.00 (NLS) Task 21 $41,681.00 (NLS) Task 22 $11,661.00(T&M) Page 2 of 5 t l 1 r Task 23 $24,623.00 (NLS) Task 24 $4,930.00(T&M) Task 25 $9,551.00(T&M) Task 26 $1,650.00 (T&M) Task 27 $170,529.00(T&M) 105'h Ave North Subtotal $351,415.00 Task 28 $35,862.00(T&M) Task 29 $50,928.00 (NLS) Task 30 $41,681.00 (NLS) Task 31 $11,661.00(T&M) Task 32 $24,623.00 (NLS) Task 33 $4,930.00(T&M) Task 34 $9,551.00(T&M) Task 35 $1,650.00(T&M) Task 36 $170,529.00 (T&M) 106th Ave North Subtotal $351,415.00 TOTAL FEE $1,405,660.00 PREPARED BY: 04/13/2021 Diana C. Dueri, Senior Project Manager Date (Remainder of page intentionally left blank) K 04142021 Page 3 of 5 +CE.v ill Patterson a Datea121021.04.15 1P 51 io 04'00' APPROVED BY: Amy Paterson, Capital Project Planning, Impact Fees Date and Program Management—Director- GMD ChmelikTom Digitally signed by ChmelikTom APPROVED BY: Date:2021.04.16 17:01:07-04'00' Tom Chmelik, EPMD Director - PUD Date Johnssen b Date:202104.11709:30:410400' APPROVED BY: Beth Johnssen, In-Ground Services Director-PUD Date Joseph Bellone DigitallyDate:2021.04.i90909os signed by JosephBellone 0400 APPROVED BY: Joe Bellone, Operations Support Director-PUD Date APPROVED B Tha dens L. Cohen, Department Head—GMD Date DigibNy signed by Joseph Bellone Joseph Bellone APPROVED BY: _ 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: 4/14/2021 Justin Frederiksen, V.P. Date (Remainder of page intentionally left blank) Page 4 of 5 Iil 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 COUNTY COMMISSIONERS Crystal K.rl(inzel,Clerk of Courts COLLIE OUNTY, FLORIDA By:, rJL By: . iii P n or, airman {,4, A�. a�h4 � Name of Firm__Q Grady Minor&Associates,P.A. ...\711Lature oallA ...-- , first ttness ignature Allyson Holland, P.E. Justin Frederiksen, V.P. TType/print witne s namel' tType/print signature and titleT 1 Second Witnes Donald Saintenoy, PSM TType/print witness nameT A•. •ve•'as to F•,;,; a Legality: ounty Attorney Srotests c 7 Z L Print Name Item# ILL- -Agenda G� 1 Date 3t,2 Date g � Reed `' / DepuXy Cler ili • Page 5 of 5 III CIGrady Minor Civil Engineers ■ Land Surveyors ■ Planners • Landscape Architects April 12, 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 98,99, 105,and 106th Avenues North Naples Park Public Utilities Renewal Dear Ms. Dueri: Q. Grady Minor&Associates,P.A.(GradyMinor)is pleased to provide Collier County(County)this proposal for the preliminary engineering,design,permitting,bidding,construction administration,and project management for water, wastewater, stormwater, and roadway system improvements within Naples Park along 98th,99th, 105`h,and 106th Avenues North,from Vanderbilt Drive to US41. GradyMinor proposes to provide the following engineering services related to replacement of the water,wastewater,stormwater,and roadway systems along 98`h, 105`h,and 106E Avenues North, from Vanderbilt Drive to US41: • Attend and assist County staff with progress meetings. • Project management through bidding. • Subsurface investigation of underground utilities. • Land surveying. • Engineering design of the proposed improvements. o Engineering drawings shall generally include cover sheet, index, key map, general note sheets, civil/site plans (for utility infrastructure, drainage improvements, and roadway rebuilding), including plan and profile views and typical sections, as required;demolition/removal plan,and detail sheets. o The technical specifications shall generally include the County Standard Bidding and Construction documents, County Standard Technical Specifications, Supplemental Technical Specifications(as required),bid form;and measurement and payment. • Permitting assistance(Potable Water, Wastewater, Stormwater, Dewatering,ROW) • Bidding assistance. • Construction administration. • Public relations assistance including attending public information meetings with County staff and the preparation of graphics/exhibits. The proposed improvements will include potable water improvements along 7`h Street and stormwater improvements along 6th, 7`h, & 8`h Streets from the mid-block south of 98th Avenue to the mid-block north of 99t' Avenue and from the mid-block south of 105`h Avenue to the mid-block north of 106E Avenue. ii1 We propose the following Scope of Services for this project: Tasks No. 1. 10. 19.and 28—Infrastructure Identification 98.99. 105.& 106th Avenues North • Conduct an Engineering Survey along 98th, 99`h, 105t, and 106th Avenues, from Vanderbilt Drive to US4 1 and from the mid-block south of 98th Avenue to the mid-block north of 99`" Avenue and the mid-block south of 105t Avenue to the mid-block north of 106`''Avenue along 6th, 7`h,and 8th Streets. • Identify Right-of-Way(ROW) limits,platted property corners,edge of pavement,driveways (size and material of construction),sidewalks,fences,vegetation,significant improvements in the ROW,culverts and storm structures(with size,material and invert depths),sanitary sewer structures (invert depths), visible above ground utility features (including flow meters and backflow assemblies),and topographic data. • Set survey control and benchmarks to be utilized during the construction of the improvements. • The vertical datum shall be National Geodetic Vertical Datum(NGVD 29). • Sunshine81 I coordination to have public and private utilities located prior to performing the subsurface utility excavation. • Perform a project walk through to ensure existing conditions are accurately depicted in the survey. • Subsurface utility excavation of the existing water mains and force main(along 8'1' Street)to verify the location(horizontal and vertical),size and material of the existing mains along 98'h, 99`h, 105th,and 106th Avenues and the mains on the north/south cross streets(Vanderbilt Drive, 6th Street North,7th Street North,8th Street North,and US41). This proposal includes eighteen (18) soft digs along each Avenue (98, 99, 105, & 106th) for a total of seventy-two (72) soft digs. Tasks No. 2. 11.20.and 29—60%Design 98,99. 105.& 106'h Avenues North • Meet with County staff to review the proposed project and project requirements. This will include,but not be limited to location and condition of the County's existing utilities. • Obtain and review copies of applicable Plats and Record Drawings for the County utilities in the vicinity of the project. • Prepare preliminary plans based upon the Infrastructure Identification, the review of the existing utilities, and the preliminary engineering work. These plans will show the existing conditions,existing utilities, and the proposed utility system improvements (plan and profile views). • Coordinate preliminary plans with Public and Private Utility Providers through the Sunshine 811 system. • Conduct an in-house QA/QC review of the 60%design. • Submit electronic copies of the plans to Collier County (with hard copies if desired) for review. • Conduct a preliminary plan review meeting to discuss the plans and receive Collier County comments. Tasks No. 3. 12.21.and 30—90% Design 98.99. 105.& 106'h Avenues North • Prepare 90%plans based on comments received at the 60%design review meeting and from Collier County. • Coordinate the 90%plans with public and private utility providers as necessary. • Perform a thorough project walk through to review the proposed improvements in the field. 14A,0) 1I • Conduct an in-house QA/QC review of the 90%design. • Submit electronic copies of the plans to Collier County(with hard copies if desired)for review. • Update and submit to the County supplemental specifications including a bid schedule, measurement and payment section,supplemental requirement section,and project description. • Prepare and submit to the County a Preliminary Opinion of Probable Project Cost based on the 90%design. • Conduct a 90%plan review meeting to discuss the plans and receive comments. Tasks No. 4. 13.22.and 31 —Permitting 98.99. 105.& 106' Avenues North Florida Department of Environmental Protection (FDEP) drinking water and wastewater permits or permit exemptions; South Florida Water Management District(SFWMD) Individual Environmental Resource Permit (ERP) and dewatering letter modification; and Collier County ROW permit (two required, one for soft digs and one for construction) will be required for this project. The task assumes two permit application packages for each required permit. • Prepare the required permit application and supporting documentation. • Coordinate with Collier County as necessary. • Submit the applications to the appropriate regulatory agencies. Collier County(ROW) permitting fees will be paid for by Collier County. • Respond to agency requests for additional information. Tasks No. 5. 14.23.and 32—Final Design 98.99. 105.& 106'Avenues North • Upon receipt of 90% review and permitting comments, finalize the plans and supplemental specifications for bidding and subsequent construction. • The County Standard Bidding and Construction documents and Technical Specifications will be utilized for this project. • Provide electronic copies to Collier County for bidding(with hard copies ifdesired). • Prepare an Opinion of Probable Project Cost based on the final design. Tasks No. 6. 15.24.and 33—Bidding 98.99.105.& 106'Avenues North • Respond to Requests for Information during bidding process. • Attend the Pre-Bid Conference and provide written addenda(if needed). • Review submitted bid packages, contact the provided references and provide a written Design Entity's Letter of Review and Acknowledgement("DELORA"). • The task assumes that 98th and 99th Avenues North will be bid together as one project and 105th and 106th Avenues North will be bid together as one project. Tasks No. 7. 16.25.and 34—Project Management 98.99. 105.& 106'Avenues North • Keep the County informed on the projectprogress. • Attend and assist County staff with progress meetings. • Provide progress updates and status of all phases of the project that are being executed at the time of the meeting. • Prepare and distribute progress meeting agendas within three days of the meeting. • Take and distribute meeting minutes within three days of the meeting. • Incorporate County direction/decisions made at the meeting into the Contract Documents as applicable. • Public relations assistance including attend public information meetings with County staff and the preparation of graphics/exhibits. • Conduct a wet weather pre-construction video of the entire project site.The video will take place before the project is bid,during normal business hours and after a significant wet weather event, as agreed upon by GradyMinor and the County.The video will highlight the locations/addresses lit of existing ponding and flooding along the project. This proposal does not include the unnatural flooding(water truck)of the project site. Tasks No. 8. 17.26.and 35—Reimbursable Expenses 98.99. 105.& 106th Avenues North • Express delivery services. • Document reproduction expenses. • Blueprinting charges. • Non-Collier County permitting fees. • Other customary indirect expenses. Tasks No.9. 18.27.and 36 - Construction Administration 98.99.105.& 106th Avenues North: • 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 CEI consultant and maintain open communication with CEI Consultant. • Review Contractor submitted Shop Drawings/Submittals. • Construction Progress Meetings: Prepare the meeting agendas, run the meetings, and prepare and distribute the meeting minutes(within 3 days of meeting). Total of 32 meetings • 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(RFCs)from the CEI consultant. • 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 4_ hi 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 these tasks. County Inspection/CEI shall provide GradyMinor with written inspection reports and photographs on a daily basis. We propose to complete these tasks within 1,825 days from the issuance of a notice-to-proceed from the County; in accordance with the fee schedule on the following page: S Iii This Proposal only includes those items specifically identified above and does not include environmental assessments, geotechnical investigations,Collier County permitting fees,or construction services. 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. Very truly yours, - v-I J stin Frederiksen, P.E. Vice president I i l Task Description Fee Fee 1. 98''Avenue North Infrastructure Identification $35,862 T&M 2. 98"'Avenue North 60%Design $50,928 LS 3. 98"'Avenue North 90%Design $41,681 LS 4. 98"'Avenue North Permitting $11,661 T&M 5. 9811'Avenue North Final Design $24,623 LS 6. 98''Avenue North Bidding $4,930 T&M 7. 98"'Avenue North Project Management $9,551 T&M 8. 98t Avenue North Reimbursable $1,650 T&M 9. 98`h Avenue North Construction Administration $170,529 T&M 98`h Avenue North Subtotal $351,415 10. 99'' Avenue North Infrastructure Identification $35,862 T&M 11. 99`h Avenue North 60%Design $50,928 LS 12. 99th Avenue North 90%Design $41,681 LS 13. 99`h Avenue North Permitting $11,661 T&M 14. 99th Avenue North Final Design $24,623 LS 15. 99`"Avenue North Bidding $4,930 T&M 16. 991'Avenue North Project Management $9,551 T&M 17. 99"'Avenue North Reimbursable $1,650 T&M 18. 99T Avenue North Construction Administration $170,529 T&M 99th Avenue North Subtotal $351,415 19. 105th Avenue North Infrastructure Identification $35,862 T&M 20. 105`h Avenue North 60% Design $50,928 LS 21. 105"'Avenue North 90% Design $41,681 LS 22. 105`11 Avenue North Permitting $11,661 T&M 23. 105"' Avenue North Final Design $24,623 LS 24. 105th Avenue North Bidding $4,930 T&M 25. 105"'Avenue North Project Management $9,551 T&M 26. 105`11 Avenue North Reimbursable $1,650 T&M 27. 105"'Avenue North Construction Administration $170,529 T&M 105`h Avenue North Subtotal $351,415 28. 106th Avenue North Infrastructure Identification $35,862 T&M 29. 106th Avenue North 60%Design $50,928 LS 30. 1060 Avenue North 90% Design $41,681 LS 31. 106`h Avenue North Permitting $11,661 T&M 32. 106`"Avenue North Final Design $24,623 LS 33. 106"'Avenue North Bidding $4,930 T&M 34. 106'' Avenue North Project Management $9,551 T&M 35. 106`h Avenue North Reimbursable $1,650 T&M 36. 106th Avenue North Construction Administration $170,529 T&M 106`h Avenue North Subtotal $351,415 Grand Total $1,405,660 CA.0 ! ii G1adyMlnor Proposal for ProtesMonel Engineering Services 96TH.69TH,105TH,AND 106TH AVENUES NORTH PUBLIC UTILITIES RENEWAL COLLIER COUNTY WATER SEWER DISTRICT Refer to O.Grady Minor and Associates.PA proposal and scope of services dated: Apra17,2021 96TH AVENUE NORTH PUBUC UTILITIES RENEWAL Propel 5aaa saver Per 2 Man sbr.ar Eryeea op.6r Nora CNme% Soveya Sony TOW 646 TOTAL Tea. AMtOevpon tlal $123 3M S114 262 2120 6133 Han CaaWr1 COST TASK 1.61PRASTMUCTMH 0E11019IC*72N 666r AVENUE 14018114 1 Pel6suvey a P. 2 Ynb awe 2 M 16 it ISO III 227120 2 Tea.Up Survey 0 2 e 6 $996 1 SWHdae Wyteora 2 2 t1500 $7.1« 3ueNu�w I: MEMO 1A5110.60%0E626 Mal AVENUE NORTH 1 ICe.oo.+wsM.►va n e 62 16096 ] 051tylOWCowOrWrn 11 12 12 644 15.104 3 Data Oe 04Vrrel•Ago.Core,Rowe 20 20 6 tl 60 11.056 4 °AOC Rana* I $1,116 5 OA116tgn Pam 10 40 150 2 242 126O M 1r61•122 Taal 2: 150626 1651,1•50%DESION MN AVENUE NORM Cerel CeOnnpn0ee name s 20 10 6 46 M,116 zm N IAWyAOW Cm.* 6 19 9 6 A SJ.]B6 3 Pged WOK Tlruuyr s e r 16 52062 e PNaey Nowt.Pr table Col I e 6 I NM 5 wnCRaw. 6 12176 6 90%TNa9n Mo. 60 tl 12 1e0 2 254 126,016 24914641 Toil 1: 14101 1A115 e.PERMIITIIO MA RAW!NORTH 1 PCCP Penes 2 10 2 3 17 51656 2 Ca.Csvq ROW Pre. 2 6 2 2 12 11,1114 3 OVOID Paine Alw.Map Le.Madacs2r6 1 2 2 1 6 Sl OOO 23663 4 S0W141)PenNI RP) I6 12 6 26 Was Srbwal Ta.e: $61,2.61 TASK a-PNAL 0E5I011 Oat AVENUE NORTH 1 Gae Coaa w eoa1Aee Maw, 6 6 rl 2 HA20 2 '24•1 Cesv IN4r4 It bieseg Oxon.. ]0 ]0 100 4 66 219146 1 AArwT OS0o0 d Pewit Cal I 2 I e {156 trbesd Teal 6: 02422 TASK 6-MOONO 66N AVENUE NORTH 1 Po 0 Woe. 2 e 2 6 1910 2 RAVA4Mree 6 6 4 2 20 22.4e6 2 Re RawveNaear.. 1d Arra e 6 e 14 11.504 Srsr1l Taal It 1.1,610 TASK 1 PROJECT WIFINAMEWt 16111 AVENUE NORM I Peeress A1eeT me Gana Noted Wepaaa ed re 20 6 6 6 M 1r11e 2 P Re%6an 20 6 6 Pte. 22 54 262 2 WOWee1MIVer 1 6 2 11015 I16401426 Ts.7: 19.661 1A5K 6-REIMOURS2BLE1 MN AVENUE N0R1H , f RePadeen.Nlnpag And rwr cob 1150 2 Pemwey No Magee/pea to Carer Carep 11300 Srbw Task It $1,620 TASK 6-CON]TAIc3ION AOMNSINAION MTh AVENUE NORTH , PeCoroncten metonCoo a fyatl Cttle 2 ] 2 2 1 $979 Coto.171 and CV IOC reapanvea 50 40 ' II 16 4 101 112110 C2Ml.IN,are Jarboe serene PryeeR 66615 6 le 22 11852 Sep Droop rare 6 50 7 5 16 11.656 Casfiremn Sena m.Maga(32 Meal..) 26 ! 6 O III 112 674 Moray Prgpo Re0ars 20 O 40 110 111110 PaaNS SM Obtervoen aan Cawrewt 70 60 300 6 H 119476 know ApP o a.Caaw PayRRecRectum. NI 6 w 36 26.206 PCEP Care1eerm(7 panel demean) 1r 6 5 21 11.566 I INK.Orerga 6 It 10 2 A $7.566 I SJdeb Insp..en l Canoers bnh leg 24 2e 4 10 16660 PeaICanyalar0nN p2n h 5N9 20 A 2 ! 15,166 Caeaernemet4boomer. 10 16 16 4 74 $1414 A.W Or6oa4egA Sato 12 12 24 6 02 M.Nt Y(anwerWW Mra+rppae 6 4 6 11 tBa I NeoYrrwa OWN A Nbrve2MveNgs 60 60 16 6 6 172 321,604 I 1.6ssaene-Cerstmnlrea lab Server e 6 e 24 b 14660 7 Ps*MA 0a16e0Aaere0 1 4 6 22,030 $2,494 1 RNwarAN Eve.MPwerseNo.046942.ao1 SS00 seMCW Taut 9 21 70,621 Tool al tee1 Watell11t61116 AnWa1•Tiara see Expanse Midget 2361,416 I11 OradyMinol Proposal for Professional Engineering Services 98TH.99TH,105TH,AND 101TM AVENUES NORTH PUBLIC UTILITIES RENEWAL COLLIER COUNTY WATER SEWER DISTRICT Refer f0 O.Grady Minor and ASV/elates.P.Aproposal and scope of services dated: 1Aac09,2021 99TH AVENUE NORTH PUBUC UTILITIES RENEWAL Pipe. Saver tuner Peal 2 Man MRpx err MpM O.sgr• CY0W Sa eye Dunn 7abl S.9 TOTAL Tads Aon40 D... on Sly) 51)) Sa• s114 181 3120 5130 Han C N.,e COST TA9 16•01F1W TR001WE i000 VC4TION 9M AVENUE NORTH 1 E.3✓wya Pin O.wp ben 2 I6 E 11 150 11e 111.120 2 inn Sum bn Up Sus 2 2 0 e 199e 3 303.a9aw 16471n .4 1 w 2 17,500 17.110 6140W Task 10 116667 TASN 11-SW 06610N Men AVENUE NORTH 1 CommurreoSNW9a 4 1A a e1 16066 2 UYynow Cwn..ton 11 11 11 I M 15100 3 Dab Lae.,.9.Reca415rs0r9 Re e .. 20 70 a 12 10 5 4Y . ONOC Rena f 11.176 S %O.00n PNn 50 44 150 2 141 120.A9. -00 $WNbl Task 11: 650,08 TAW 13.60%DESIGN 6f4 AVENUE NORTH 1 0enrral9.2992 o,02.p.wn 1N.N9s 50 l0 0 a 10.9E 1 UOIy8OWCoa4eHe„ 6 10e 6 E 03366 l P.H.waa Tlea4 e 4 4 16 51.051 A Pre1r1�yOP01n d P.e1Na Cast1 6 1 s66.5 5 O VI:R New a 61176 e 99Y 6.191.1200 q AO 13 144 2 130 1140E ann.Tad 11: 141411 'TASK 11-PERIATIROU M4 AVENUE NORM . 1 AMP New 2 10 0 3 17 119E 2 COr Couy -ROW Per. 2 Y6 1 1 II 11.361 3 srWMOPemslorn.wn.Law Warn..3 1 2 2 1 • 13,030 $3,63 0 S1W190 Fan(FRP, Ie Ia 0 6 6 1.636 $V6NNl tba 13: 311661 TASK 16-PINK OEs1ON 99E1 AVENUE NORM 1 OACwMmwRexa v + .al..N9a 10 6 E *H,I E 54.410 1 'NA Pions a SW,Ou.e. 30 30 100 A C 161 119746 3 Pr.Mnury Oen of Pe..Cast 1 1 p 4 6455 94b1/Tad ll 511.073 IASN 16-1110CIN0110 AVENUE NORTH I 4n16..ty 2 0 2 ■ 1910 1 RRVAm . 6 a 4 1 ee20 12646 3 04Re0.w r lleomm.ntn a Awad 1 6 1 10 $1,574 Sunni TM i•: 66.930 TASK 1t P603ECTN0NAOEMENT 994 AVENUE 0011TH , Pie9.H M...4 ar.0 aI P.IHIIMrvp.mM 16 6 • 30.110 1 Pine R.msn. 20 a e 54.32 Wel W.NM Nee 1 e I 39015 SHOWN Tan.:: 59.661 T 1]- LE3 M4 AVENUE NORTH 1 Tb•N4a6MV iNiq•9 an0 mz cab 1 350 2 A9n•gNe pscsol.pe NCvCaeM 11300 1410.4 T.sAI 17: 11,660 6A916 Ia-OONSTINICT0N AL1A 0TM110111•TH AVENUE NORTH 3 11 R.Gask.tlwee. wCwMe6Cwfcla 6 1976 . 30 b II t• e st)1E • Can eld`` MadMvel a 14 22 11.662 DynewJ� a 30 7 5 50 150Ae 4 Cawxwliwebe4•a R911614aq E A6 e b 122 112074 6 Menn 6006dN SY E 40 00 110 111110 7 Aeene 546 Otornallnilhalt1WANNIon E SO 300 456 609.426 6 Ra004en6Ayw0e OlsklON?w 661s '. • E E 01e 9 ocEPC.Nere•TT wlw ri.rod 0 31 $3066 10 R n 4aa Dwa4 f II 44 TO 17.906 t Frei W .6 aarlCompnlLmiesea011111e 24 2. 60 WSW 13 Comp..Wiped.0 MIS 30 A tl SS.S• I3 C.orawAnn cola ell Osense s 50 II 16 74 56474 I u.lonpna0d0,p 12 11 24 61 56.742 15 r1.g4arlo,a Nalruew•I6Y s a $/.e9e 16 MnwYrews00n 01000 60 60 16 I 172 S11.ew II VewYwae CardA*o SueK16 • 4 24 00 64.003 0 74rW16A Canted A4ae1 2 6 $t b60 PAW 19 RA*Eyeva 0.009a610s,naps a1c1 1500 06MY Task la: 6170.6711 Tani Tasks 10 thank 16 MinMinAenAnnie!-tine a and fawn d thank .Oada.E $111216 ! ii GradyMinor Proposal for Professional Engineering Services 96T21.99TH.105TH,ANO 106TH AVENUES NORTH PUBLIC UTILITIES RENEWAL COLLIER COUNTY WATER SEWER DISTRICT Rater 100.Grady Minor and Associates,P.A.proposal and scope of services dated: 1.14r049.2621 105TH AVENUE NORTH PUBUC UTIUTIES RENEWAL Proud 34nor Strew Poi 2 SW Wager Er04.4 76pecsa 0eaywr Caw. 1Ma0v Suey Teal Sub TOTAL Talk 420yy Ceenpen 1147 6173 $96 1114 $62 $120 6130 Hews Cr.Wrt COST TASK 11.INFRASTRUCTURE 1001IIEICATON 1056 AVENUE ROAN 1 No Simi,6 Plin 0..Apmns 2 t t6 16 17 150 316 121.120 2 Ter.up&e+y 2 2 e 6 1966 1 ShMMIOo 130y Leal.. 2 2 $7500 12.746 SM.Talk 1177 155..62 TASK 20.N501510N 10161 AVENUE NORTH f Coemhncsbnuaeeres 40 14 1 62 55.062 2 tN1y*OW C.Ornrwen 12 12 12 a 44 $5.104 2 OWGMHw5•Pea 15a.e0 Rew.. 20 20 a 12 60 S7056 4 OkgC Po.w. 6 Si176 5 Sox Orion PMra 50 40 150 1 242 129491 6uMaw Task 20: 550,126 TA6K31•10%03E5107110611 A9EM1E NORTH 1 amere Cwmnm0Rme»Meow. 50 10 e N $6.136 2 1u1HOW C.wdewen • 10 I a 30 63,306 5 Prge,Wad TNoyn a 4 4 16 62.062 heUProbable Ca 01 yOteeon el Probable 1 a 1 SA 6 040C Aram 6 11.176 8 COS Orion PNhns 0 tl it 123 2 258 126036 6e6e0441 Task 21: $41.641 TASK 22•PER11TT16010501 AVENUE NORTH I TOO'S...6 2 40 2 I 17 $1936 t CNer Ceuer,ROW Pm. 1 6 2 2 12 S1]6e 5 6IWMOPenl2 Dew.sl0Le6HNo01cabor9 1 2 2 1 6 150W $0,66I 4 W1.10Peim4,6RPI '' 11 It . 6 m 1..66E 6ubael Task 21: S11,AU IASK 1•i6UL(AMON 10661 AVENUE NORTH 1 Geaw CwreelRvl'Rev.18.O0$e 20 6 I b 04.e10 2 Fal Gimp P16e45104612 Co.... 20 b 100 16A $10.745 2 'Ae9644ry Open 4Pre$.0U Coe 1 2 1 4 6.5E 6W1ete Task1S: S24,622 TASK 24-6E01601660 AVENUE NORTH I limed Me.14-9 2 4 2 a 1610 2 MVAeeerm 6 6 - 4 2 ' 20 12446 2 9410euarrRe:amwrtleaen or Aeud . 6 4 14 61574 6.4406 Task61 141.30 76644 2$PROJECT IM660E18E1(7 OOWa AUE1RA NORM I Pelee Meet¢and Owwal26444kb0pnrera 20 4 • 14,110 2 Pubic Veen. 10 6 6 $4.362 S We Weerel Woe 1 6 2 $1,015 ielwl.I Task 21: $6,681 tASK 0•REIM0UR2A61E6141110.AMENUE NORTH I Re9oeMm..Yy6iy aid s4 ono 3250 t Pere8el Nu(MwRom PH le Calve Caaryl 81]00 Sskae Taut 10: 51,66E TASK 27•CONSTRUCTION 40111011621611306 105TH AVENUE NORTH Petarrrdea seesaw*ma Cor.e.te 2 3 2 9 $070 Comm.6r1w C0 we.we 50 n ill II4 102 1141I0 Coble Nfiro .444rp�e06.wombed Pped Reaas a a 7 s 2 $S.5532 Conraule*nl.aW.,WAN.02M8Meosi 16 28 a 40 122 $12974 'Perede 64AtOten0 ealiaallrr8CII 7 Ramis 700 1 Iro 40 44 11 iiJ24 1t1EP ON1Aea60ee 0 ps6ideooe2 e 5 It u562 1 44<nd01444ye b 12 40 2 10 17,8E 5^�Caole 442444 bk 24 24 2 60 $6,615360 Cewelefau1Y..MD.0.M.*5 b 6 16 24 N fu6 1I �g71.24 gAsiyrrnWe� tt 12 N 6 62 $1662 Y/wsrrel s . 6 11 1Be Mew, Ant Meeis. 60 Ord I6 6 6 in 121,6w 1 Ml6144•66C.raemelwelso$wim e 6 4 24 40 54.2e0 1 14au4NA C.elid AeOwA 2 a 8 120E 32,464 I AineOinable Eiopaus1•pwa0O.A Nwv.64) $500 11►bw Task 27: 6110.62• Tow taste 16 aweigh 2711166 Arens0•TN..ra•span.6Wg.I 1161.06 I11 GradyMinor Proposal for Professional Engineering Services 96TH,99TH,106TH,AND 106TH AVENUES NORTH PUBLIC UTILITIES RENEWAL COLLIER COUNTY WATER SEWER DISTRICT Refer to O,Grady Minor and Ass0ctates,PA.propostd and scope of services dated: 0.,e.•,3011 106TH AVENUE NORTH PUBLIC UTILITIES RENEWAL Pura Suva dux Pwr 2 A. 1449360 E1e044 N.O. 0.914, CN,v.I Sure, Survey Tdr Sr, TOTAL Too A04rTD.4031666 31.7 $123 3•e 3114 $x 3120 3130 Han C496Au1 COST TASK 70•NRAS•RUCTUIN O0M1WOATON 10to AVENUE NORTH 1 H 3Suvey 0 PW,O -0m.,. 2 x N 36 Ix 150 216 - 127120 x 4uFn917 S.WT 2 2 . 6 5966 3 SWu4sasIAMTlepW x 2 f7530' 17,746 340$4044 ask M: stain SAMK».10%015014 10411 AVENUE 1301-011 r9.m4r,609116.4E. -0 14 • 62 Huse x u0ry900W C0e614rlre lx 2 12 e 44 26 104 er.l 3 du G. -0•ftasre O.n 0 a... 20 S0 e 12 00 1).05• 4 05000 r4a • $1 IN 5 901.COW PA. 90 40 150 2 ]•x 379./01 e.YYN1 Tuk xe. 540.30 TASK 30-30%OE•011101i,AVENUE NORM I G.,.er00 Se..NE• ri 10 6 9 38.13e 1 11144y1ROWC44/6111060 i 10 I • 30 H.3a• 3 1116¢5I W.h TN01666 0 4 4 1• S2052 4 P449.47 Open of P1WO14 Coo 1 • 7 flies 5 OAOC Rew. 6 1.176 • 90%bl42n Pura tl 40 12 I40 1 716 16036 ' t.ehK*Tash 30. 141,361 /ASK 31.961062I940 INO.ME N5ASE *731 ' 1 /CEPPem.e x 10 2 3 17 SI936 Co.C. CowryWP.m ROr 2 - 6 1 2 " 12 31184 3 seww Pam,. I.e..Y.41.0u3 1 2 1 I 0 33.030 63 e00 • Siwlq PIN/1111 if RPI 16 12 4 • 30 3.656 196.e41T.46 11. 411,641 /ASK 32.FNSL OESON 10 4%AVENUE NORTH 1 G.r.r.I C440.44rr5.ot.A4ero1 20 0 • 3e 1.4ITO 2 1P.r10..1nPq.A6d4E0.[ras,Y ]0 30 100 4 14 110/41 3 Pl.3r...ry Of.vner Pre06.Cut 1 2 I 4 1455 51AM1d Ts*SI, SSl•11 'TASK 333�.b000140 INN AVENUE NDRM - x 4 2 3910 x R�g4Amxm • 6 4 1 20 31.M4 ] 9r Rr.rr.Aeernmreeoend A.wP • 6 tI 31671 • Maui T.o 11: 11}30 TASK 14 PROJECt M 000106KT 100111 AVENUE NOAM I Plog.as 16..5Eo are Ger.rrl P6.6149.•0e.9 x0 6 I 14174 x Por Aeixorr 20 • 6 34362 3 INel W0.O.l Vee. 1 a 2 St015 somata Task 16 SO fat TASK 35•06 W1006A3LEt mu AVENUE NORTH 1 Rep.n.eon N.6669 ue mr55ees 3250 2 Aumnrg N.l ON.ee0aspd r C10 COr36 31300 3,A16161 Task N: 01.56 TASK 34.CONSTFUCTON ADAMNIST0A11011 161114 AVENUE 3 016M Pr.C010300.masN00C4.0r rtl CO,444.r 2 3 2 2 9 1979 C4m W r .p 5 CEO RFC,• 4r.. 30 d 1e se . WO313,110 Ce4M d Nu.14 re requed Pm,.Rne u . a N II 31652 shop r.l.. a 30 7 5 60 15646 Cw,wAr. 4.13E1 Px AMp3 24 41 e 9 122 SOx97I WMIM,PrMN5Ryrly 30 9 10 110 $11610 e6062Ule DarA.2 C.rr.l3n 70 60 300 AU 349126 Vow.WAppa.06rr•dvj1Yrr4 14 • • 30 11500 FOEP Cri1.eE.la I7 PrY�rro.q 31 1 R4r00.osI a 13 a6 70 1769e I 3ww,IWi r61.e'.n1rPas6.,1s6M16 x• tI - so Haeo 1 TNprp.mn krp.I15.I010l.• 20 80 I0 35.306 1 C..fl. Ida...00 nuas 30 16 16 74 H•71 1 4 00401r0ia4,Kre. 12 II 7a 6x 06.7A3 i kl am 7M.bp. a 16 SI666 1 �PI 413413 00*w.rgl 61 ' 60 16 6 177 S11901 1 $aMYlrrar Urn...Snn.l0E Sem.a I I 4 24 b 14660 1 TLr.N ISACv1R.0 ANrY 2 6 ' 16000 3294 I 111riuo00.Eq..9-046 WO.,64rk1 4 01 f300 SW14a1 Task H: 3170,323 I Teal Tan 119eu1 3611MNnnul A •tome.n•Espase 0966. 011.416 Total Tasks 1 through 3619e,99,105,Inod 10601 Avenues)-Time and Expense Budget: 61,406,660 lOM i 1440 MowonCraM Pron.!e.0.00r•wMrr,/6ar arhrlue•r,.ur. 2 TIYP56096 mks.3.e►9.11..rps•rr 3 DYprpasi..oSSRAYOI.EEl er.asrrO0 4 RA 34-04.IPtld.e AA Om reE•mr*rap..