· the rosa parks intermodal facility is located in downtown fort myers, florida and serves as...
TRANSCRIPT
Ver 4-16-2020
1 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Advertise Date: Friday, August 21, 2020
Lee County Board of County Commissioners PROCUREMENT MANAGEMENT DEPARTMENT
Construction Manager at Risk (CM) Request for Proposal
Solicitation No.: CMR200332RJD Solicitation Name: Rosa Parks Intermodal Renovation (CMAR) Open Date/Time: Tuesday, September 22, 2020 Time: 2:30 PM Location: Lee County Procurement Management
2115 Second Street, 1st Floor Fort Myers, FL 33901
Procurement Contact: Robin Dennard Title Procurement Analyst Phone: (239) 533-8837 Email: rdennard @leegov.com Requesting Dept. Facilities Construction & Management
Pre-Solicitation Meeting: Type: No meeting scheduled at this time
All solicitation documents are available for download at
www.leegov.com/procurement
FUNDED IN PART OR IN WHOLE BY:
Florida Department of Transportation Intermodal Access Development Program
Ver 4-16-2020
2 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Friday, August 21, 2020
Notice to Contractor / Vendor / Proposer(s)
Construction Manager at Risk (CM) Request for Proposal
Lee County, Florida, is requesting proposals from qualified individuals/firms for CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Then and there to be publicly opened and read aloud for the purpose of selecting a vendor to furnish; all necessary labor, services, materials, equipment, tools, consumables, transportation, skills and incidentals required for Lee County, Florida, in conformance with proposal documents, which include technical specifications and/or a scope of work. Those individuals/firms interested in being considered for (RFP) are instructed to submit, in accordance with specifications, their proposals, pertinent to this project prior to
2:30 PM Tuesday, September 22, 2020 to the office of the Procurement Management Director, 2115 Second Street, 1st Floor, Fort Myers, FL 33901. The Invitation to Bid shall be received in a sealed envelope, prior to the time scheduled to receive Bid(s), and shall be clearly marked with the solicitation name, solicitation number, bidder name, and contact information as identified in these solicitation documents. The Scope of Services for this RFP is available from www.leegov.com/procurement. Vendors who obtain scope of services from sources other than www.Leegov.com/procurement are cautioned that the solicitation package may be incomplete. The County’s official bidders list, addendum(s) and information must be obtained from www.Leegov.com/procurement. It is the Proposer’s responsibility to check for posted information. The County may not accept incomplete proposals. No Pre-proposal Conference is scheduled at this time. It has been determined that the specifications and scope of work within this solicitation are adequate to describe the product or services being requested. A pre-proposal conference and site visit has not been scheduled for this solicitation. Questions regarding this Request for Proposal are to be directed, in writing, to the individual listed below using the email address listed below or faxed to (239) 485 8383 during normal working hours.
Robin Dennard, [email protected] Sincerely, Lindsay Cepero, CPPB Procurement Manager *WWW.LeeGov.Com/Procurement is the County’s official posting site
Ver 4-16-2020
3 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Terms and Conditions Request for Proposal
Construction Manager at Risk (CM) 1. DEFINTIONS
1.1. Addendum/Addenda: A written change, addition, alteration, correction or revision to a bid, proposal or contract agreement. Addendum/Addenda may be issued following a pre-bid/pre-proposal conference or as a result of a specification or work scope change to the solicitation.
1.2. Approved Alternate: Solicitation documents may make reference of specific manufacturer(s) or product(s). These references serve only as a recommendation and a guide to minimum quality and performance. The references are not intended to exclude approved alternatives of other manufacturer(s) or product(s).
1.3. Bid/Proposal Package: A bid/proposal is a document submitted by a vendor in response to some type of solicitation to be used as a basis for negotiations or for entering into a contract.
1.4. Bidder/Responder/Proposer: One who submits a response to a solicitation. 1.5. County: Refers to Lee County Board of County Commissioners. 1.6. Due Date and Time/Opening: Is defined, as the date and time upon which a bid or proposal shall be
submitted to the Lee County Procurement Management Department. Only bids or proposals received prior to the established date and time will be considered.
1.7. Liquidated Damages: Damages paid usually in the form of monetary payment, agreed by the parties to a contract which are due and payable as damages by the party who breaches all or part of the contract. May be applied on a daily basis for as long as the breach is in effect.
1.8. Procurement Management: shall mean the Director of Lee County’s Procurement Management Department or designee.
1.9. Responsible: A vendor, business entity or individual who is fully capable to meet all of the requirements of the bid/proposal solicitation documents and subsequent contract. Must possess the full capability including financial and technical, to perform as contractually required. Must be able to fully document the ability to provide good faith performance.
1.10. Responsive: A vendor, business entity or individual who has submitted a bid or request for proposal that fully conforms in all material respects to the bid/proposal solicitation documents and all of its requirements, including all form and substance.
1.11. Solicitation: An invitation to bid, a request for proposal, invitation to negotiate or any document used to obtain bids or proposals for the purpose of entering into a contract.
2. ORDER OF PRECEDENCE
2.1. If a conflict exists between the “Terms and Conditions” the following order of precedents will apply: 2.1.1. Florida State Law as applied to Municipal Purchasing in accordance with Title XIX, “Public
Business”, Chapter 287 “Procurement of Personal Property and Services.” 2.1.2. Lee County Procurement Management Department Ordinance 18-22 2.1.3. Special Conditions and Supplemental Instructions 2.1.4. Detailed Scope of Work 2.1.5. These Terms and Conditions
3. RULES, REGULATIONS, LAWS, ORDINANCES AND LICENSES
3.1. It shall be the responsibility of the Proposer to assure compliance with all other federal, state, or county codes, rules, regulations or other requirements, as each may apply. Any involvement with Lee County shall be in accordance with but not limited to:
3.1.1. Lee County Procurement Management Department Ordinance 18-22 3.1.2. Florida State Statute 287.055: Consultant Competitive Negotiation Act (CCNA), (CN) 3.1.3. Pursuant to FL § Section 119.071, Public Records, General exemptions from inspection or copying of
public records, sealed bids or proposals received by the County. Pursuant to this, solicitations are exempt from public records request (s. 119.07(1) and s. 24(a), Art. I, of the Florida Constitution) until
Ver 4-16-2020
4 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
such time as the agency provides notice of a decision or intended decision (pursuant to s. 119.071(2)) or within 30 calendar days after bid or proposal opening, whichever is earlier.
3.1.4. Florida Statute 218 Public Bid Disclosure Act. 3.1.5. Florida Statute 337.168 Confidentiality of official estimates, identities of potential bidders, and bid
analysis and monitoring. 3.1.6. FL § Section 607.1501(1) states: A foreign corporation may not transact business in the State of
Florida until it obtains a certificate of authority from the Department of State. 3.2. Local Business Tax: If applicable, provide with proposal. 3.3. License(s): Proposer should provide, at the time of the opening of the proposal, all necessary permits and/or
licenses required for this product and/or service. 4. RESPONSES RECEIVED LATE
4.1. It shall be the Proposer’s sole responsibility to deliver the proposal submission to the Lee County Procurement Management Department prior to or on the time and date stated.
4.2. Any proposals received after the stated time and date will not be considered. The proposal shall not be opened at the public opening.
4.3. The Lee County Procurement Management Department shall not be responsible for delays caused by the method of delivery such as, but not limited to; internet, United States Postal Service, overnight express mail service(s), or delays caused by any other occurrence.
5. PROPOSER REQUIREMENTS (unless otherwise noted)
5.1. Responsive and Responsible: Only proposals received from responsive and responsible Proposers will be considered. The County reserves the right before recommending any award to inspect the facilities and organization; or to take any other necessary action, such as background checks, to determine ability to perform is satisfactory, and reserves the right to reject submission packages where evidence submitted or investigation and evaluation indicates an inability for the Proposer to perform.
5.1.1. Additional sources may be utilized to determine credit worthiness and ability to perform. 5.1.2. Any Proposer or sub-Proposer that will have access to County facilities or property may be required
to be screened to a level that may include, but is not limited to fingerprints, statewide criminal. There may be fees associated with these procedures. These costs are the responsibility of the Proposer or sub-Proposer.
5.1.3. Proposers are responsible for ensuring that any required background screening are conducted in accordance with Chapter 435. Proposers shall be aware, understand, and ensure compliance with the statutory requirements regarding background checks. FL Statutes Chapter 435 governs required background screenings for any employees, contractors, subcontractors, or agents of the Proposer who will have contact with any vulnerable person, as defined by statute, or who otherwise are required to undergo a Level 1 or Level 2 background screening in accordance with Florida law. Such requirements shall flow down to sub-contractors/consultants of the prime Proposer and prime Proposer shall ensure compliance with Chapter 435 of such parties.
5.1.3.1.1. Documentation of such completed background screenings must be maintained for a period of no less than five (5) years and are subject to audit by Lee County at any time during such five (5) year period.
5.2. Past Performance: All vendors will be evaluated on their past performance and prior dealings with Lee County (i.e., failure to meet specifications, poor workmanship, late delivery, etc.). Poor or unacceptable past performance may result in Proposer disqualification.
5.3. Preparation Cost: The Proposer is solely responsible for any and all costs associated with responding to this solicitation. No reimbursement will be made for any costs associated with the preparation and submittal of any proposal, or for any travel and per diem costs that are incurred by any Proposer.
6. PRE-SOLICITATION CONFERENCE 6.1. A pre-solicitation conference will be held in the location, date, and time specified on the cover of this
solicitation. The cover will also note if the pre-solicitation conference is Non-Mandatory or Mandatory. All prospective Proposers are encouraged to obtain and review the solicitation documents prior to the pre-
Ver 4-16-2020
5 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
proposal so they may be prepared to discuss any questions or concerns they have concerning this project. All verbal questions and answers are considered informal. All questions must be submitted formally in writing to the procurement staff noted on the first page of the solicitation document. A formal response will be provided in the form of an addendum (see “County Interpretation/Addendums” for additional information.) A site visit may follow the pre-proposal conference, if applicable.
6.2. Non-Mandatory: Pre-solicitation conferences are generally non-mandatory, but it is highly recommended that prospective Proposers participate.
6.3. Mandatory: Failure to attend a mandatory pre-solicitation conference will result in the proposal being considered non-responsive.
7. COUNTY INTERPRETATION/ADDENDUMS
7.1. Each Proposer shall examine the solicitation documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquiries, suggestions or requests concerning interpretation, clarification or additional information pertaining to the solicitation shall be submitted in writing prior to 5:00 PM at least eight (8) calendar days prior to the date when the submission is due.
7.2. Response(s) will be in the form of an Addendum posted on www.leegov.com/procurement. It is solely the Proposer’s responsibility to check the website for information. No notifications will be sent by Lee County Procurement Management Department associated with this solicitation.
7.3. All Addenda shall become part of the Contract Documents. 7.4. The County shall not be responsible for oral interpretations given by any County employee, representative,
or others. Interpretation of the meaning of the plans, specifications or any other contract document, or for correction of any apparent ambiguity, inconsistency or error there in, shall be in writing. Issuance of a written addendum by the County’s Procurement Management Department is the only official method whereby interpretation, clarification or additional information can be given.
8. QUALITY GUARANTEE/WARRANTY (as applicable)
8.1. Proposer will guarantee their work without disclaimers, unless otherwise specifically approved by the County, for a minimum of twelve (12) months from final completion.
8.2. Unless otherwise specifically provided in the specifications, all equipment and materials and articles incorporated in the work covered by this contract shall be new, unused and of the most suitable grade for the purpose intended. Refurbished parts or equipment are not acceptable unless otherwise specified in the specifications. All warrantees will begin from the date of final completion.
8.3. Unless otherwise specifically provided in the specifications, the equipment must be warranteed for twelve (12) months, shipping, parts and labor. Should the equipment be taken out of service for more than forty-eight (48) hours to have warranty work performed, a loaner machine of equal capability or better shall be provided for use until the repaired equipment is returned to service at no additional charge to the County.
8.4. If any product does not meet performance representation or other quality assurance representations as published by manufacturers, producers or distributors of such products or the specifications listed, the vendor shall pick up the product from the County at no expense to the County. The County reserves the right to reject any or all materials, if in its judgment the item reflects unsatisfactory workmanship or manufacturing or shipping damage. The vendor shall refund, to the County, any money which has been paid for same.
9. ADDITIONS, REVISONS AND DELETIONS
9.1. Additions, revisions, or deletions to the Terms and Conditions, Specifications, Bid Schedule, or other document provided by Lee County Procurement Management Department that changes the intent of the solicitation will cause the solicitation to be non-responsive and the proposal will not be considered. The Procurement Management Director shall be the sole judge as to whether or not any addition, revision, or deletion changes the intent of the solicitation.
10. CONFIDENTIALITY 10.1. Proposers should be aware that all proposals provided are subject to public disclosure and will not be
afforded confidentiality, unless provided by Chapter 119 Florida Statute.
Ver 4-16-2020
6 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
10.2. If information is submitted with a proposal that is deemed “Confidential” the Proposer must stamp those pages of the proposal that are considered confidential. The Proposer must provide documentation as to validate why these documents should be declared confidential in accordance with Chapter 119, “Public Records,” exemptions.
10.3. Lee County will not reveal engineering estimates or budget amounts for a project unless required by grant funding or unless it is in the best interest of the County. According to Florida State Statute 337.168: A document or electronic file revealing the official cost estimate of the department of a project is confidential and exempt from the provisions of s. 119.07(1) until the contract for the project has been executed or until the project is no longer under active consideration.
11. CONFLICT OF INTEREST
11.1. All Proposers are hereby placed on formal notice that per Section 3 of Lee County Ordinance No. 92-22: The County is prohibited from solicitation of a professional services firm to perform project design and/or construction services if the firm has or had been retained to perform the project feasibility or study analysis.
And: 11.2. A professional services firm who has performed or participated in the project feasibility planning, study
analysis, development of a program for future implementation or drafting of solicitation documents directly related to this County project, as the primary vendor/consulting team, cannot be selected or retained, as the primary consultant/vendor or named a member of the consulting/contracting team, to perform project design, engineering or construction services for subsequent phase(s) or scope of work for this project. Pursuant to FS. S287.057 (17) the firm will be deemed to have a prohibited conflict of interest that creates an unfair competitive advantage.
11.3. Should your proposal be found in violation of the above stated provisions; the County will consider this previous involvement in the project to be a conflict of interest, which will be cause for immediate disqualification of the proposal from consideration for this project.
11.4. Business Relationship Disclosure Requirement: The award hereunder is subject to the provisions of Chapter 112, Public Officers and Employees: General Provisions, Florida Statues. All Proposers must disclose with their proposal the name of any officer, director or agent who is also an employee of Lee County or any of its agencies. Further, all Proposers must disclose the name of any County employee who owns directly or indirectly, an interest of five percent (5%) or more in the Proposer’s firm or any of its branches.
12. ANTI-LOBBYING CLAUSE (Cone of Silence)
12.1. Following Florida Statute Section 287.057(23), Upon the issuance of the solicitation, prospective Proposers or any agent, representative or person acting at the request of such Proposer shall not have any contact, communicate with or discuss any matter relating in any way to the solicitation with any Commissioner, Evaluation Review Committee, agent or employee of the County other than the Procurement Management Director or their designee. This prohibition begins with the issuance of any solicitation, and ends upon execution of the final contract or when the solicitation has been cancelled. If it is determined that improper communications were conducted, the Proposer maybe declared non- responsible.
13. DRUG FREE WORKPLACE
13.1. Lee County Board of County Commissioners encourages Drug Free Workplace programs.
14. DISADVANTAGED BUSINESS ENTERPRISE (DBE’s) 14.1. The County encourages the use of Disadvantaged Business Enterprise Proposer(s) as defined and certified
by the State of Florida Department of Transportation. 14.2. Bidder/Proposer is requested to indicate whether the Firm and/or any proposed sub-consultants are
Disadvantaged Business Enterprises (DBE). Lee County encourages the utilization and participation of DBEs in procurements, and evaluation proceedings will be conducted within the established guidelines regarding equal employment opportunity and nondiscriminatory action based upon the grounds of race, color, sex or national origin. Interested Florida Certified Enterprises such as Disadvantaged, Minority, Women, Veterans Business Enterprise (DBE, MBE, WBE, VBE) firms and similar are encouraged to submit.
Ver 4-16-2020
7 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
15. ANTI-DISCRIMINATION/EQUAL EMPLOYMENT OPPORTUNITY
15.1. The Proposer agrees to comply, in accordance with Florida Statute 287.134, 504 of the Rehabilitation Act of 1973 as amended, the Americans with Disabilities Act of 1990 (ADA), the ADA Amendments Act of 2008 (ADAAA) that furnishing goods or services to the County hereunder, no person on the grounds of race, religion, color, age, sex, national origin, disability or marital status shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination.
15.2. The Proposer will not discriminate against any employee or applicant for employment because of race, religion, color, age, sex, national origin, disability or marital status. The Proposer will make affirmative efforts to ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, age, sex, national origin, disability or marital status.
15.3. The Proposer will include the provisions of this section in every sub-contract under this contract to ensure its provisions will be binding upon each sub-contractor. The Proposer will take such actions in respect to any sub-contractor, as the contracting agency may direct, as a means of enforcing such provisions, including sanctions for non-compliance.
15.4. An entity or affiliate who has been placed on the State of Florida’s Discriminatory Vendor List (This list may be viewed by going to the Department of Management Services website at http://www.dms.myflorida.com) may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a vendor, supplier, sub-contractor, or consultant under contract with any public entity, and may not transact business with any public entity.
16. SUB-PROPOSER/CONSULTANT
16.1. The use of Sub-Proposer/Consultant under this solicitation is not allowed without prior written authorization from the County representative.
17. RFP - PROJECT GUIDELINES
17.1. The County has established the following Guidelines, Criteria, Goals, Objectives, Constraints, Schedule, Budget and or Requirements which shall service as a guide to the Proposer(s) in conforming the professional services and work to provide pursuant to this Agreement/Contract:
17.1.1. No amount of work is guaranteed upon the execution of an agreement/contract. 17.1.2. Hourly rates and all other negotiated expenses will remain in effect throughout the duration of the
agreement/contract period; inclusive of any renewals unless otherwise specified herein. 17.1.3. This contract does not entitle any firm to exclusive rights to County agreements/contracts. The County
reserves the right to perform any and all available required work in-house or by any other means it so desires.
17.1.4. In reference to vehicle travel, mileage and person-hours spent in travel time, are considered incidental to the work and not an extra compensable expense.
17.1.5. Lee County reserves the right to add or delete, at any time, and or all tasks or services associated with this agreement.
17.1.6. Any Single Large Project: The County, in its sole discretion, reserves the right to separately solicit any project that is outside the scope of this solicitation, whether through size, complexity or the dollar value.
17.1.7. Background Check(s): The County is committed to maintaining a safe and secure environment. The following shall apply to the contractor, contractor employees, employees hired through a third party staffing vendor, subcontractors and any other staffing that may be working in or around a County Facility, School, Library and other locations as deemed necessary. Upon written request by Lee County Procurement Management, the contractor at its expense must conduct a background check for each of its employees, as well as for the employees of its subcontractors, who will provide services to the County or have access to the County computer systems, through either onsite or remote access. Contractor employees, for the purpose of this requirement, include such temporary staff as office support, custodial service and any third party
Ver 4-16-2020
8 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
vendor. Background checks shall be conducted through the Florida Department of Law Enforcement and provided to Lee County Procurement Management Department at [email protected]. Background checks must be conducted prior to commencement of said project(s).
18. RFP – EVALUATION
18.1. Ranking Method: Lee County uses the Dense Ranking (1223” ranking). In Dense Ranking, items that compare equal, receive the same ranking number, and the next item(s) receive the immediately following ranking number. Equivalently, each item’s ranking number is 1 plus the number of items ranked above it that are distinct with respect to the ranking order. This ranking method is used for each individual committee member’s scores. Thus if A ranks ahead of B and C (which compare equal) which are both ranked ahead of D, then A is ranked number 1(“first”), B is ranked number 2 (“joint second”), C is also ranked number 2 (“joint second”) and D is ranked number 3 (“third”).
18.2. Evaluation Meeting(s): 18.2.1. The first evaluation will rank Proposers based on the scores from the selection criteria point values. 18.2.2. Following the initial evaluation process, the short-listed proposer(s) may be required to provide an
on-site interview/presentation. 18.2.3. Such subsequent evaluations are to be accomplished by simply ranking the Proposers based off the
details provided through the on-site interview/presentation. Proposers will be ranked in sequential order with one (1) being the highest ranking. Proposers’ rankings will then be totaled with the total lowest scores receiving final rank order starting with one (1) that shall indicate the highest technically evaluated and most qualified Proposer by the evaluation committee.
18.2.4. Proposed short-list and final selection meeting dates are posted on the Procurement Management web page: www.leegov.com/procurement (Projects, Award Pending.)
19. RFP – SELECTION PROCEDURE
19.1. The selection will be made in accordance with Lee County Procurement Policy and Chapter 287.055 FL § for Professional Services Contracts. Some or all of the responding Proposer(s) may be requested to provide interviews and/or presentations of their proposal, for the ranking process
19.2. Agreement/Contract fees will be negotiated in accordance with Section 287.055 FL §. 19.3. The recommendation to award, negotiated rates and agreement/contract(s) will be submitted to the Board of
County Commissioners for approval. 19.4. If a satisfactory agreement/contract(s) cannot be negotiated, in a reasonable amount of time, the County, in
its sole discretion, may terminate negotiations with the selected Proposer(s) and begin agreement/contract negotiations with the next finalist.
19.5. The Procurement Management Director reserves the right to exercise their discretion to: 19.5.1. Make award(s) to one or multiple Proposers. 19.5.2. Waive minor informalities in any response; 19.5.3. Reject any and all proposals with or without cause; 19.5.4. Accept the response that in its judgment will be in the best interest of Lee County.
20. RFP – TIEBREAKER 20.1. In the event of a tie, two or more proposers that have the same ranking, the following steps will be taken to
determine the highest ranked proposer. This method shall be used for all (RFP) ties. 20.1.1. Step 1: The proposer that has the highest number of 1st place rankings shall be deemed the first
ranked proposer. In the event a tie still exists the proposer with the highest number of 2nd, place rankings shall be the first ranked proposer. Should a tie still remain the method used above will continue with each ranking level, 3rd, then 4th, then 5th , etc. rank, will be counted until the tie is broken.
20.1.2. Step 2: At the conclusion of step 1, if all is equal, the proposer having a drug-free work place program, shall be deemed the first ranked proposer.
20.1.3. Step 3: In the event the tie exists then the highest ranked proposer from the first evaluation committee meeting, in which point values were applied, will win the award. One being the highest.
Ver 4-16-2020
9 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
20.1.4. Step 4: At the conclusion of steps 1, 2, 3, if all are equal, the 1st place proposer shall be determined by the flip of a coin.
20.2. When the tiebreaker is determined the highest ranked Proposer shall be awarded the contract or receive the first opportunity to negotiate, as applicable.
20.3. If an award or negotiation is unsuccessful with the highest ranked Proposer, award or negotiations may commence with the next highest ranked Proposer.
21. RFP – EVALUATION/ SELECTION COMMITTEE
21.1. The selection shall be by a Selection Committee consisting of staff representatives from the appropriate County Departments as approved by the Procurement Management Director or designee unless otherwise mandated by law.
21.2. The Selection Committee will receive and review written proposals in response to this Request for Proposal (RFP). Responses will be evaluated against a set of criteria to determine those Proposers/Firms most qualified and suited for this project, resulting, where applicable, in a short-list of no fewer than the top ranked three (3) firms to be interviewed or provide presentations.
21.3. The County reserves the right, where allowable and applicable, to begin negotiations with the top ranked firm(s) without hosting interviews/presentations.
22. WITHDRAWAL OF PROPOSAL
22.1. No proposal may be withdrawn for a period of 180 calendar days after the scheduled time for receiving submissions. A proposal may be withdrawn prior to the proposal opening date and time. Withdrawal requests must be made in writing to the Procurement Management Director, who will approve or disapprove the request.
22.2. A Proposer may withdraw a proposal any time prior to the opening of the solicitation. 22.3. After proposals are opened, but prior to award of the contract by the County Commission, the Procurement
Management Director may allow the withdrawal of a proposal because of the mistake of the Proposer in the preparation of the proposal document. In such circumstance, the decision of the Procurement Management Director to allow the proposal withdrawal, although discretionary, shall be based upon a finding that the Proposer, by clear and convincing evidence, has met each of the following four tests:
22.3.1. The Proposer acted in good faith in submitting the proposal, 22.3.2. The mistake in proposal preparation that was of such magnitude that to enforce compliance by the
Proposer would cause a severe hardship on the Proposer, 22.3.3. The mistake was not the result of gross negligence or willful inattention by the Proposer; and 22.3.4. The mistake was discovered and was communicated to the County prior to the County Commission
having formally awarded the contract/agreement.
23. PROTEST RIGHTS 23.1. Any Bidder that has submitted a formal Response to Lee County, and who is adversely affected by an
intended decision with respect to the Award, has the right to protest an intended decision posted by the County as part of the Solicitation process.
23.2. Notice of Intended Decision is posted on the Lee County Department of Procurement Management website (www.leegov.com/procurement). Bidders are solely responsible to check for information regarding the Solicitation.
23.3. Refer to the “Procurement Protest” section of the Lee County Procurement Ordinance 18-22 for a complete description of the protest process and associated requirements. The ordinance is posted on the Lee County website or may be obtained by contacting the Procurement Management Director.
23.4. In order to preserve the right to protest, a written “Notice Of Intent To File A Protest” must be filed with the Lee County Procurement Management Director within seventy-two (72) hours of Posting of the Notice of Intended Decision.
23.4.1. The notice shall clearly indicate all grounds being claimed for the protest. 23.4.2. The notice must be physically received by the Procurement Management Director within the
required time frame described above. No additional time will be granted for mailing.
Ver 4-16-2020
10 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
23.5. Following receipt of the Notice of Intent to File a Protest, a “Protest Bond” and “Formal Written Protest” must be filed within ten (10) business days of Posting of the Notice of Intended Decision.
23.6. Failure to follow the protest procedures requirement within the time frames as prescribed herein and in the Lee County Procurement Ordinance 18-22 shall constitute a waiver of the right to protest and shall bar any resulting claims.
24. AUTHORITY TO UTILIZE BY OTHER GOVERNMENT ENTITIES
24.1. This opportunity is also made available to any government entity. Pursuant to their own governing laws, and subject to the agreement of the vendor, other entities may be permitted to make purchases at the terms and conditions contained herein. Lee County Board of County Commissioners will not be financially responsible for the purchases of other entities from this solicitation.
25. CONTRACT ADMINISTRATION
25.1. Designated Contact: 25.1.1. The awarded Proposer shall appoint a person(s) to act as a primary contact for all County departments.
This person or back up shall be readily available during normal working hours by phone or in person, and shall be knowledgeable of the terms and procedures involved.
25.1.2. Lee County requires the awarded Proposer to provide the name of a contact person(s) and phone number(s), which will afford Lee County access 24 hours per day, 365 days per year, of this service in the event of major breakdowns or natural disasters.
25.2. RFP – Term: 25.2.1. The term of this project will be determined in the pre-construction phase. 25.2.2. The County’s performance and obligation to pay under this contract, and any applicable
renewal options, is contingent upon annual appropriation of funds 25.3. RFP – Basis of Award:
25.3.1. Award will be made to the most responsible and responsive Proposer based on the evaluation criteria. 25.4. Agreement/Contract:
25.4.1. The awarded Proposer will be required to execute an Agreement/Contract as a condition of award. A sample of this document may be viewed on-line at http://www.leegov.com/procurement/forms.
25.4.2. Agreement/Contracts may have more than one department participating. Each participant will issue its individual purchase order and will be billed separately.
25.5. Records: 25.5.1. Retention: The Proposer shall maintain such financial records and other records as may be prescribed
by Lee County or by applicable federal and state laws, rules and regulations. Unless otherwise stated in the specifications, the Proposer shall retain these records for a period of five years after final payment, or until they are audited by Lee County, whichever event occurs first.
25.5.2. Right to Audit/Disclosure: These records shall be made available during the term of the contract as well as the retention period. These records shall be made readily available to County personnel with reasonable notice and other persons in accordance with the Florida General Records Schedule. Awarded Bidder/Proposer(s) are hereby informed of their requirement to comply with FL §119 specifically to: 25.5.2.1. Keep and maintain public records required by the County to perform the service. 25.5.2.2. Upon request from the County’s custodian of public records, provide the County with a
copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided or as otherwise provided by law.
25.5.2.3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County.
25.5.2.4. Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the contractor or keep and maintain public records required by the County
Ver 4-16-2020
11 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
to perform the service. If the contractor transfers all public records to the County upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County’s custodian of public records, in a format that is compatible with the information technology systems of the County.
25.5.3. Public Record: IF THE VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES , TO THE VENDOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 239-533-2221, 2115 SECOND STREET, FORT MYERS, FL 33901, Email at [email protected] or Visit http://www.leegov.com/publicrecords.
25.5.4. Ownership: It is understood and agreed that all documents, including detailed reports, plans, original tracings, specifications and all data prepared or obtained by the successful Proposer in connection with its services hereunder, include all documents bearing the professional seal of the successful Proposer, and shall be delivered to and become the property of Lee County, prior to final payment to the successful Proposer or the termination of the agreement. This includes any electronic versions, such as CAD or other computer aided drafting programs.
25.6. Termination: 25.6.1. Any agreement as a result of this solicitation may be terminated by either party giving thirty (30)
calendar days’ advance written notice. The County reserves the right to accept or not accept a termination notice submitted by the Proposer, and no such termination notice submitted by the vendor shall become effective unless and until the vendor is notified in writing by the County of its acceptance.
25.6.2. The Procurement Management Director may immediately terminate any agreement as a result of this solicitation for emergency purposes, as defined by the Lee County Procurement Management Department Ordinance 18-22.
25.6.3. Any Proposer who has voluntarily withdrawn from a solicitation without the County’s mutual consent during the contract period shall be barred from further County procurement for a period of 180 calendar days. The vendor may apply to the Board for a waiver of this debarment. Such application for waiver of debarment must be coordinated with and processed by the Procurement Management Department.
25.6.4. The County reserves the right to terminate award or contract following any of the below for goods or services over $1,000,000: 25.6.4.1. Contractor is found to have submitted a false certification as provided under FL § 287.135
(5); 25.6.4.2. Contractor has been placed on the Scrutinized Companies with Activities in Sudan List or
the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; 25.6.4.3. Contractor has engaged in business operations in Cuba or Syria; 25.6.4.4. Contractor has been placed on the Scrutinized Companies that Boycott Israel List, or is
engaged in a boycott of Israel – beginning October 1, 2016.
26. WAIVER OF CLAIMS 26.1. Once this contract expires, or final payment has been requested and made, the awarded vendor shall have
waived any claims against the County concerning this contract. After that period, the County will consider the vendor to have waived any right to claims against the County concerning this agreement.
Ver 4-16-2020
12 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
27. LEE COUNTY PAYMENT PROCEDURES 27.1. All vendors are requested to mail an original invoice to:
Lee County Finance Department Post Office Box 2238 Fort Myers, FL 33902-2238
27.2. All invoices will be paid as directed by the Lee County payment procedure unless otherwise stated in the detailed specification portion of this project.
27.3. Lee County will not be liable for requests for payment deriving from aid, assistance, or help by any individual, vendor, Proposer, or bidder for the preparation of these specifications.
27.4. Lee County is generally a tax exempt entity subject to the provisions of the 1987 legislation regarding sales tax on services. Lee County will pay those taxes for which it is obligated, or it will provide a Certificate of Exemption furnished by the Department of Revenue. All Proposers should include in their proposal, all sales or use taxes, which they will pay when making purchases of material or sub-contractor’s services.
28. SAFETY DATA SHEETS (SDS) (if applicable)
28.1. In accordance with Chapter 443 of the FL §, it is the vendor’s responsibility to provide Lee County with Material Safety Data Sheets on bid materials, as may apply to this procurement.
29. DEBRIS DISPOSAL (if applicable)
29.1. Unless otherwise stated, the Proposer shall be fully responsible for the lawful removal and disposal of any materials, debris, garbage, vehicles or other such items which would interfere with the undertaking and completion of the project. There shall not be an increase in time or price associated with such removal.
30. SHIPPING (if applicable)
30.1. Cost of all shipping to the site, including any inside delivery charges and all unusual storage requirements shall be borne by the Proposer unless otherwise agreed upon in writing prior to service. It shall be the Proposers responsibility to make appropriate arrangements, and to coordinate with authorized personnel at the site, for proper acceptance, handling, protection and storage (if available) of equipment and material delivered. All pricing to be F.O. B. destination.
30.2. The materials and/or services delivered under the proposal shall remain the property of the seller until a physical inspection and actual usage of these materials and/or services is accepted by the County and is deemed to be in compliance with the terms herein, fully in accord with the specifications and of the highest quality.
31. INSURANCE (AS APPLICABLE)
31.1. Insurance shall be provided by the awarded Proposer. Upon request, a certificate of insurance (COI) complying with the attached guide shall be provided by the Proposer.
End of Terms and Conditions Section
Ver 4-16-2020
13 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
INSURANCE REQUIREMENTS
Ver 4-16-2020
14 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
End of Insurance
Ver 4-16-2020
15 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
SPECIAL CONDITIONS These are conditions that are in relation to this solicitation only and have not been included in the County’s standard Terms and Conditions or the Scope of Work.
1. PROJECT FUNDING NOTICE
1.1. As notice to all Construction Manager at Risk (CM) this project is funded in whole or in part with State Funds through the State of Florida Department of Transportation. The CM agrees to abide by and comply with all terms, conditions, provisions, certifications, affidavits, or otherwise as applicable and stated within this solicitation package. It shall be further understood that these provisions and terms shall be incorporated into any related Agreements/Contracts executed between the CM and sub-contractors
1.2. By participating in this solicitation the CM shall comply with all federal, state, and local regulations, including, but not limited to, nondiscrimination, wages, social security, worker’s compensation, licenses, and registration requirements.
1.3. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in: be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance on this Agreement.
1.4. This solicitation shall be governed by and construed in accordance with the laws of the State of Florida.
2. INSPECTOR GENERAL 2.1. Pursuant to Florida Statute 20.055(5), CM shall cooperate and comply with the inspector general in any
investigation, audit, inspection, review, or hearing pursuant to Florida Statute 20.055.
2.2. By participating in this solicitation the CM shall permit the State of Florida Department of Transportation authorized representatives to inspect all work, materials, payrolls, records; and to audit the books, records and accounts pertaining to the financing and development of the project.
3. PROJECT TERM
3.1. The Agreement shall commence on the date agreed upon through negotiations and set forth in the subsequent and associated Agreement documents. The term of this Agreement is anticipated to have a pre-construction phase for a period of approximately four (4) months from the commencement date of the Notice to Proceed and a construction phase for a period of approximately eight (8) months after the approval of the Guaranteed Maximum Price (GMP).
3.2. Currently Lee County is in the process of contracting with a design consultant for this project. Owner anticipates that the issuance of 15% to 30% design by the consultant will coincide with the contracting of the CM.
4. LOCAL VENDOR PREFERENCE EXCLUSION 4.1. Local Vendor Preference Ordinance has been waived for this solicitation and any and all references contained
herein are non-applicable to this solicitation and subsequent contract and/or purchase order(s).
5. ADDITONAL PROJECT FUNDING REQUIREMENTS 5.1. In addition to the grant/project funding requirements found affixed to this solicitation package, the Proposer
shall comply with the below additional project funding requirements and shall require the following provisions be included in each contract and subcontract for all tiers associated with this project:
5.1.1. Restrictions, Prohibits, Controls, and Labor Provisions.
5.1.1.1. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity,
Ver 4-16-2020
16 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
may not be awarded or perform work as a CM, contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.
5.1.1.2. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on
the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity.
5.1.1.3. An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have
further been determined by the Department to be a non-responsible contractor may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the Agency.
5.1.1.4. Neither the Agency nor any of its CMs or their sub-contractors shall enter into any contract,
subcontract or arrangement in connection with the Project or any property included or planned to be included in the Project in which any member, officer, or employee of the Agency or the locality during tenure or for two (2) years thereafter has any interest, direct or indirect. If any such present or former member, officer or employee involuntarily acquires or had acquired prior to the beginning of tenure any such interest, and if such interest is immediately disclosed to the Agency, the Agency, with prior approval of the Department, may waive the prohibition contained in this paragraph provided that any such present member, officer or employee shall not participate in any action by the Agency or the locality relating to such contract, subcontract or arrangement. The Agency shall insert in all contracts entered into in connection with the Project or any property included or planned to be included in any Project, and shall require CM to insert in each of their subcontracts, the following provision:
5.1.1.4.1. "No member, officer or employee of the County, Proposer, or of the locality
during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof."
5.1.1.4.2. The provisions of this paragraph shall not be applicable to any agreement
between the Owner and its fiscal depositories or to any agreement for utility services the rates for which are fixed or controlled by a governmental agency.
5.1.2. Employment Eligibility (Using E-Verify). Agency – Vendors – Contractors – Consultants --
CMs: 5.1.2.1. Shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the
employment eligibility of all new employees hired by the Agency during the term of the Agreement; and
5.1.2.2. Shall expressly require any CMs and sub-contractors performing work or providing services
pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the CM and sub-contractor during the Agreement term.
5.1.2.3. Participating CMs are required to enroll in the E-Verify program and the County
requests CMs provide acceptable evidence of their enrollment. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Additionally,
Ver 4-16-2020
17 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
CMs shall require all sub-contractors to use the E-Verify system. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: https://www.dhs.gov/E-Verify. It shall be the CM’s responsibility to familiarize themselves with all rules and regulations governing this program.
5.1.3. Americans with Disabilities Act
5.1.3.1. All design must be accessible to individuals with disabilities pursuant to Titles II and III of the Americans with Disabilities Act.
5.1.4. No Government Obligation to Third Parties
5.1.4.1. CM acknowledges and agrees that, notwithstanding any concurrence by the State of Florida Department of Transportation in, or approval of the solicitation or award of the underlying Contract, absent the express written consent of the State of Florida Department of Transportation, the State of Florida Department of Transportation is not a party to the Contract and shall not be subject to any obligations or liabilities to the CM or any other party pertaining to any matter resulting from the underlying Contract.
5.1.4.2. The CM agrees to include the above clause in each subcontractor agreement financed in whole or
in part with State assistance provided by State of Florida Department of Transportation. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.
5.1.5. Disadvantaged Business Enterprise (DBE) 5.1.5.1. The CM and/or subcontractor shall not discriminate on the basis of race, color, national origin, or
sex in the award and the performance of this contract.
5.1.5.2. The CM shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT-assisted contracts. Failure by the CM to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the County deems appropriate, which may include, but is not limited to:
• Withholding monthly progress payments; • Assessing sanctions; • Liquidated damages; and/or • Disqualifying the CM from future bidding as non-responsible. 49 C.F.R. § 26.13(b). • FDOT link to DBE Directory:
https://fdotxwp02.dot.state.fl.us/EqualOpportunityOfficeBusinessDirectory/
5.1.6. Equal Employment Opportunity 5.1.6.1. The CM and/or subcontractor shall not discriminate against any employee or applicant for
employment because of race, age, creed, color, sex or national origin. The CM and/or subcontractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, age, creed, color, sex, or national origin. Such action shall include, but not be limited to, the following: Employment upgrading, demotion, or transfer; recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.
5.1.6.2. The CM agrees to include the above clause in each sub-contractor agreement financed in whole
or in part with State assistance provided by State of Florida Department of Transportation. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.
5.1.7. Lobbying
Ver 4-16-2020
18 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
5.1.7.1. No funds received pursuant to this solicitation and Agreement may be expended for lobbying the Legislature, the judicial branch or a state agency.
5.1.8. Prohibition Against Contingent Fees 5.1.8.1 In accordance with F.S. 287.055(6), The architect (or registered surveyor and mapper or
professional engineer, as applicable) warrants that he or she has not employed or retained any company or person, other than a bona fide employee working solely for the architect (or registered surveyor and mapper, or professional engineer, as applicable) to solicit or secure this agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the architect (or registered surveyor and mapper or professional engineer, as applicable) any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this agreement.
6. BOND/SURETY (CONSTRUCTION)
6.1. Bonding/Surety is required in accordance with the Lee County Procurement Management Department Ordinance 18-22.
6.2. Payment and Performance Bond: In accordance with F.S. 255.05 and Lee County Procurement Management Ordinance 18-22, a Public Payment and Performance Bond is to be issued in a sum equal to one-hundred (100%) percent of the total awarded contract amount by a surety company considered satisfactory by Lee County and otherwise authorized to transact business in the State of Florida shall be required from the successful Proposer. This shall insure the faithful performance of the obligations imposed by the resulting contract and protect the County from lawsuits for non-payment of debts incurred during the successful Proposers performance under such Contract.
6.2.3. A public Payment and Performance bond must be properly executed, by the Surety Company and successful Proposer, and recorded with the Lee County Clerk of Court, within seven calendar days after notification by Lee County of the approval to award the Contract.
6.2.4. A Clean Irrevocable Letter of Credit or Cash Bond may be accepted by the County in lieu of the Public Payment and Performance Bond.
6.3. Only Lee County form(s) may be accepted. Forms are available at https://www.leegov.com/procurement/forms.
6.4. Personal Checks are not acceptable to Lee County as a Bid Security. 6.5. Surety: In order to be acceptable to the County, a Surety Company issuing Evidence of Bondability, Bid
Guaranty Bonds or 100% Public Payment and Performance Bonds or Letters of Credit called for herein shall meet and comply with the minimum standards set forth in as part of the Contract Documents.
The surety company shall be authorized to do business and in good standing with the Florida Department of State. All such bonds shall be issued or countersigned by a local producing agent who is a Florida resident with satisfactory evidence of its authority to execute the bond being submitted.
7. LETTER OF BONDABILITY 7.1. This Solicitation does not require a Bid Bond; however, the Construction Manager Firm is requested to submit
with their Proposal a Letter of Bondability from their Surety Company showing their bonding capacity. Any issuer of a Letter of Bondability must be licensed to transact a fidelity and surety business in the State of Florida, with an A.M. Best rating of B or better. The County reserves the right to request Letter of Bondability, clarifications to letter, or revisions to such as part of Due Diligence process should such be necessary. Acceptable Letter of Bondability must be received prior to Notice of Intended Decision posted by the County.
8. LIQUIDATED DAMAGES (CONSTRUCTION)
8.1. Liquidated Damages will be negotiated with the awarded vendor for inclusion in the Phase 2 GMP amendment to the Agreement/Contract.
9. PERMITS
9.1. Unless otherwise specified herein, the Construction Manager will secure and pay for all permits, impact fees, and licenses and will pay for all governmental charges and inspection fees necessary for
Ver 4-16-2020
19 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
the prosecution of the work. County permits and fees are required to be obtained and paid for by the Contractor.
9.2. The Construction Manager will also pay all public utility charges and connection fees, except as provided for in the Contract Documents.
9.3. Permits and licenses of regulatory agencies, which are necessary to be maintained after completion of the guarantee period, shall be secured and paid for by the County.
9.4. Pursuant to the requirements of Florida Statute 218.80, this is a disclosure of permits and fees to be paid by the Construction Manager to complete the scope of work as described herein. This list does not relieve the successful bidder/vendor of its responsibility to obtain and pay for permits required by other governmental entities as specified elsewhere in this document.
9.5. Permits obtained by the Construction Manager will be reimbursed at cost, no mark-up.
10. APPLICABLE & MISC. PROJECT PROVISIONS 10.1. In the event of a conflict between the Contract Document terms, Federal Guidelines, State, Local, or other
applicable requirements associated with this project that is unable to be resolved through the Order of Precedence as defined herein, the CM should provide a written description of such conflict to the County Project Manage in order to receive final guidance on proceeding with conflicted items.
10.2. Per Florida Statute 287.057 (23): “Respondents to this solicitation or persons acting on their behalf may not
contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, expect in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response.”
END OF SPECIAL CONDITIONS
Ver 4-16-2020
20 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
DETAILED SPECIFICATIONS
1. GENERAL SCOPE OF PROJECT
1.1. Lee County Board of County Commissioners seeks to contract with a qualified Construction Manager (CM) to provide construction management services for the renovation of the LeeTran Rosa Parks Intermodal Facility. Renovations shall include the construction of four (4) additional bus berths with required improvements to circulation, property improvements for accessibility and circulation, and remodeling of the existing rider terminal.
1.2. CM shall provide pre-construction and construction phase services as outlined herein for the addition of four
(4) bus berths with required improvements to circulation, property improvements for accessibility and circulation, and remodeling of the existing rider terminal.
2. BACKGROUND / GENERAL INFORMATION
2.1. The State of Florida Department of Transportation (FDOT) has awarded its Strategic Intermodal System (SIS) funds to Lee County Transit (LeeTran) for the improvements of the current Rosa Parks Intermodal Facility. The proposed plan is to improve the existing downtown intermodal center as a Strategic Intermodal System (SIS) facility. The project may include planning and construction to improve circulation and alleviate congestion; security improvements for transit operations; and expanding and improving connections for bicycles, pedestrians and access for those with limited mobility.
2.2. The Rosa Parks Intermodal Facility is located in downtown Fort Myers, Florida and serves as LeeTran’s main
bus transfer and intermodal bus station. The facility is located on 2250 Widman Way, between Jackson Street and Hendry Street. The facility is close to major government complexes in Lee County, such as courts, County administrative offices, the City of Fort Myers City Hall, and numerous state offices.
2.3. The Rosa Parks Intermodal Facility encompasses approximately 1.8 acres and was completed in 2000. The
facility features nine (9) bays for LeeTran fixed-route buses, one (1) designated ADA Paratransit van pull-in area, taxi stand, five (5) intercity bus pull-in bays, customer service areas for both LeeTran and Greyhound, as well as customer amenities located in the lobby. Approximately 1,700 passengers use bus bays and approximately 400 people use customer service areas for LeeTran and Greyhound services daily. The facility has outgrown its capacity to meet demand and needs improvements to continue to serve multi-modal transportation options.
2.4. This project is funded in whole or in part with State Funds through the State of Florida Department of
Transportation. All State transit and construction mandates apply.
2.5. A feasibility study was completed for the Rosa Parks Intermodal Facility with the objective of identifying opportunities and constraints of various options for the current site. The intent of the study was to evaluate the various options for improvements to the current facility in terms of transportation infrastructure requirements, constructability, and costs. The study also addresses all factors related to the current facility constraints (internal and external), design, engineering analysis, cost, current or planned developments in adjacent areas, and intersection improvements. The feasibility study is attached for review. A concept drawing for the proposed layout for the location of the four bus bays is also attached.
3. PROJECT OBJECTIVE
The overall objective of the Construction Manager (CM) selected under this Agreement shall be as follows: 3.1. During the Pre-construction Phase, the CM shall cooperate with Lee County Staff, and the Design Professional
teams: 3.1.1. To develop an optimum, minimum risk, and buildable design for the Project(s); 3.1.2. To review and evaluate throughout this phase the design, as necessary, for constructability;
Ver 4-16-2020
21 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
3.1.3. Value engineering, as necessary, of the construction documents to ensure that the cost to construct will be achieved within the available construction budget;
3.1.4. Develop Guaranteed Maximum Price based on the final permitted construction documents and specifications;
3.2. During the Construction Phase, the CM shall: 3.2.1. Successfully complete the Project in accordance with the Construction Contract Documents and within
the Guaranteed Maximum Price (GMP);
3.2.2. Provide and maintain adequate staff to oversee and manage the construction throughout the construction phase of these projects; Provide a construction team for each site (at a minimum: Project Manager, Superintendent)
3.2.3. Successfully complete the construction within the approved construction schedule;
3.2.4. Comply with the CM contract documents and its general conditions.
3.2.5. The Construction Phase will be inclusive of obtaining necessary permits, the selection and subcontracting of companies/contractors for goods and services that bring quality, economic benefits and value engineering to the County.
4. PHASES 4.1. This project will consist of two phases.
4.1.1. Pre-Construction Phase
4.1.2. Construction Phase
5. PRE-CONSTRUCTION PHASE
5.1. Prime Goal: During the Pre-construction Phase, the CM shall assist the County and the Design Professional (DP) in developing an optimum, minimum risk and buildable design for the Project(s). During the Pre-construction Phase, the County, the DP, and the CM shall develop and complete a design for the Project that meets the County’s needs and is within the portion of the County’s Project Budget available for payment of costs of the construction work. During the Pre-construction Phase, the CM shall be paid a Pre-construction Phase Services Fee.
5.2. Services: The CM shall meet with the County to determine the schedule of meetings and the work required to provide value engineering. Services provided during the Pre-construction Phase of the project should include, but not limited to:
5.2.1. Consulting with, advising, assisting, and making recommendations to the County and the DP.
5.2.2. Reviewing all plans and specifications as they are being developed and making recommendations with respect to construction feasibility, availability of material and labor, and time requirements for procurement and construction.
5.2.3. Projected costs; developing, reviewing, and refining the Project’s budget estimates based on the County’s program and other available information.
5.2.4. Making recommendations to the County and the DP regarding the division of work in the plans and specifications to facilitate the bidding process and awarding of contracts.
Ver 4-16-2020
22 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
5.2.5. Soliciting the interest of capable contractors and taking bids on the Project and analyzing the bids received.
5.2.6. Preparing and maintaining a progress schedule during the Pre-construction Phase of the project and the preparation of a proposed construction schedule.
5.3. The following milestones shall be completed in the Pre-construction Phase before the Project can progress to the Construction Phase.
5.3.1. The CM and County shall agree on a Guaranteed Maximum Price (GMP.)
5.3.2. The CM and County shall execute the Construction Contract with all attachments and exhibits.
5.4. The CM shall not commence construction activities during the Pre-construction Phase.
5.5. The CM shall have no basis of claim against the County if the County elects to terminate or not construct the Project for any reason or at any time during the Pre-construction Phase. The County shall not be obligated to have the CM construct the Project nor shall the CM assume to have any rights to construct the Project.
6. CONSTRUCTION PHASE
6.1. Prime Goal: During the Construction Phase, the CM shall successfully complete the Project in accordance with the Construction Documents and within the Guaranteed Maximum Price (GMP).
6.1.1. Services provided by the CM during the Construction Phase of the Project shall include, but not be limited to:
6.1.1.1. Maintaining competent supervisory staff to coordinate and provide general direction of the work and progress of the sub-contractors on the Project.
6.1.1.2. Directing the work as it is being performed for general conformance with working drawings and
specifications. 6.1.1.3. Establish and implement procedures for the coordination among the CM, County, Design
Professional, and sub-contractors with respect to all aspects of the Project. 6.1.1.4. Maintain a record of local hires and hours worked as requested by the County. 6.1.1.5. Maintain job site records and producing appropriate progress reports. 6.1.1.6. Implement a labor policy in conformance with the requirements of the County. 6.1.1.7. Review and provide recommendations regarding the safety and equal opportunity programs of
each sub-contractor for conformance with the County's policies. 6.1.1.8. Review and process all pay applications and invoices for payment by involved sub-contractors
and material suppliers in accordance with the terms of the Contract. 6.1.1.9. Make recommendations, process, and maintain records of requests for changes in the work
through change orders. 6.1.1.10. Schedule and conduct regularly scheduled and non-scheduled job related meetings to ensure
orderly progress of the work. Provide meeting minutes for each meeting.
Ver 4-16-2020
23 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
6.1.1.11. Develop and monitor the project progress schedule, coordinate, and expedite the work of all contractors, and provide periodic status reports to the County and the DP.
6.1.1.12. Establish and maintain a cost control system. 6.1.1.13. Conduct meetings to review costs.
7. GUARANTEED MAXIMUM PRICE AND GMP SCHEDULE
7.1. The CM, with the assistance of the DP, shall commit to a Guaranteed Maximum Price (GMP) for all construction related activities regarding the Project. The contract will be Actual Cost plus a Fixed Fee not to exceed the Guaranteed Maximum Price. The project will be Open Book. All savings, including unused contingency, shall be returned to the County. The County reserves the right to request an alternative item for Furniture, Fixtures & Equipment (FF&E), which the County may ask to be included in the GMP. The County shall accept or reject this alternative item prior to finalizing the GMP. The CM shall competitively select all construction sub-contracts and other work appropriate for competitive selection using cost and other factors.
7.2. No Construction Work shall commence until a GMP for the entire construction work is mutually agreed upon in writing and formally executed by both the CM and County.
7.3. At a time determined by the County and the CM, but no later than the conclusion of the Pre-construction Phase, the CM shall propose a GMP for the construction of the entire Project. The proposed GMP shall not exceed the amount within the County’s project budget available for cost of the construction work.
7.4. The CM shall also submit a detailed construction schedule for all construction work related to the successful, expeditious, and practicable completion of the Project. The schedule shall be consistent with any previously issued schedules approved by the County and shall not exceed time limits established in the Construction Phase Contract Documents. The schedule shall incorporate all construction work for the Project to the extent required by the CM Pre-construction Phase Contract Documents and the CM Construction Phase Contract Documents, if and when the latter are executed.
8. NEGOTIATED ITEMS
8.1. Any item not outlined in the CM Scope of Services may be subject to negotiations between the County and the CM.
8.2. If a fee for the Pre-construction Phase Services Contract cannot be agreed upon then the County is under no obligation to award a Pre-construction Phase Services Contract to the CM and may move to the next CM candidate on the selection list.
8.3. If a Guaranteed Maximum Price cannot be agreed upon then the County is under no obligation to award a Construction Management Services Contract to the CM and may move to the next CM candidate on the selection list.
8.4. All materials or plans, regardless of format or media used, created under the Pre-construction Phase shall be and remain the property of the County.
9. CONSTRUCTION MANAGER AT RISK REQUIREMENTS
9.1. Upon the award of a Construction Management Services Contract, the CM shall be contracted with the County to furnish his or her skill and judgment in cooperation with, and reliance upon, the services of the DP. CM will assist the County and DP in the management and administration of the Project. The County shall at all times retain complete contractual control of all prime CM and DP contracts, project funds, and disbursements.
9.2. The CM shall furnish administration and management of the construction process and other specified services to the County. The CM shall perform his or her obligations in an expeditious and economical manner consistent
Ver 4-16-2020
24 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
with the interests of the County. If it is in the County's best interest, the CM shall provide or perform basic services for which reimbursement shall be provided in the general conditions to the Construction Management Services Contract.
9.3. The CM will comply with all County, County, State, and Federal regulations, ordinances, and laws as they apply to this Project.
9.4. Ancillary Technical Services: The County may request that the CM perform Ancillary Technical Services that shall include, but not be limited to:
9.4.1. Geo-technical, soil investigation, material and acceptance testing, and/or subsurface investigation services.
9.4.2. Land Surveying.
9.4.3. Other testing and consultant services that are determined by the County to be required for the Project.
9.5. Self-perform: The selected Proposer, at the County’s discretion, may only be allowed to self-perform 25% or less of the overall project. The remaining 75% must be bid among subcontractors.
9.5.1. If the Proposer discovers that self-performed services are more economically beneficial to the County then they may exceed the 25 % requirement with approval of the County.
9.5.2. If the CM receives one or less bids from subcontractors in a selected specialty or field, then the CM may exceed the 25% self-performance with approval of the County.
9.6. Should have experience with the CM concepts and/or valued engineering concept.
End of Section
Ver 4-16-2020
25 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
SUBMITTAL REQUIREMENTS & EVALUATION CRITERIA
1. SUBMITTAL REQUIREMENTS & EVALUATION CRITERIA
1.1 Interested firms shall include the following information in their submittal responses to this solicitation. The following format and sequence should be followed in order to provide consistency in the firm’s responses and to ensure each proposal receives full consideration. Use 8 ½ x 11 sheet pages only with minimum font size of 10 points and with tabs or section dividers to separate sections as defined below. More than one section is permitted on one page unless otherwise indicated below. Undesignated information shall be inserted at the rear of each package. Place page numbers at the bottom of every page, excluding dividers. Proposal documents should not contain links to other web pages; such links will not be reviewed for evaluation purposes.
1.2 Submittal package may not exceed 10 pages printed single-sided; page restriction excludes required forms found herein and dividers. PLEASE INCLUDE PAGE TABS/SECTION DIVIDERS so that those evaluating your submittal can easily compare each section with others that are submitted. If any of the information provided by the Proposer is found to be, in the sole opinion of the Evaluation Committee and Procurement Management Director, substantially unreliable their proposal may be rejected.
1.3 Proposers shall submit one (1) original hard copy (clearly marked as such) and one (1) electronic version on a USB flash drive set(s) containing the proposal submittal in an unlocked PDF format. The County may request specific files be submitted in specialty format (IE: Provide a Project Timeline in Excel format.) Vendor shall accommodate such specialty requests as stated within the submittal requirements describe herein. Should files not be provided in the format or quantity as requested Vendor may be deemed Non-Responsive and therefore ineligible for award. In case of any discrepancies, the original will be considered by the County in evaluating the Proposal, and the electronic version is provided for the County’s administrative convenience only. Limit the color and number of images to avoid unmanageable file sizes.
COVER PAGE: Introduction Project RFP Number & Name
Firm’s Name & Address
Firm’s Contact Person & Information (phone, fax and email address)
How many years has Proposer been in business under present name?
Under what other former names has your organization operated?
*Cover Page: Introduction does NOT count towards page restriction requested herein.*
TAB 1: Qualifications of Firm Provide a description of your firm, your firm’s experience, and underlying philosophy in providing
the services as described and requested herein. Description should include details such as: abilities, capacity, skill, strengths, number of years, location of office(s), as well as MBE, WBE, DBE, VBE or similar status, and recent, current, and/or projected workload, etc…
TAB 2: Company Relevant Experience & Reference Provide details of a maximum of three (3) projects similar in scope and size to that being requested
through this solicitation that your firm has completed recently. Details for each project example provided should include:
o Project Name o Project Address o Customer Name o Customer Contact Information
Point of contact Name, Phone, and Email
Ver 4-16-2020
26 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
o Brief description of work provided. o Initial costs of work o Final costs of work o Number of change orders o Total completion time (From Notice to Proceed to Final Invoice payment)
Provide a statement of understanding that your firm recognizes the County reserves the right to
evaluate the proposing Firm on their past performance and prior dealings with Lee County (i.e., failure to meet specifications, poor workmanship, late delivery, etc.) as part of their experience criteria.
TAB 3: Firm Plan of Approach Provide a detailed Plan of Approach that explains how your firm intends to comply with and meet
the anticipated deliverables as detailed within this solicitation.
TAB 4: Personnel Provide a detailed description of the firm’s specific project management team, inclusive of sub-
Consultants anticipated to be utilized, that will be assigned to the Lee County contract. Identify the roles and responsibilities of the primary team members as they pertain/apply to the Project Approach and include details that demonstrate individual’s knowledge and understanding of the types of services to be performed as well as previous experience in similar or related work.
Firm must identify staff member that will serve as Project Director that shall be authorized and responsible to act on behalf of the Consultant with respect to directing, coordinating and administering all aspects of the services to be provided and performed.
Provide a statement acknowledging your firm’s understanding that the project management
team/key team members assigned to the Lee County contract, as described above, shall not be substituted without the expressed permission of Lee County.
Provide resumes, licensure, and certifications of proposed specific project management team, inclusive of sub-Consultants anticipated to be utilized, to be assigned to the Lee County contract.
*Resumes are not included within page restrictions, but should be limited to one (1) page per person.* *Firms are encouraged to submit valid copies of MBE, WBE, DBE, VBE or similar certifications for
adequate committee consideration.”
TAB 5: Required Forms Forms 1- 8 Letter of Bondability
2. SCORING CRITERIA & WEIGHT
CRITERIA / TAB CRITERIA DESCRIPTION MAX. POINTS AVAILABLE
1 QUALIFICATIONS OF FIRM 35
2 COMPANY RELEVANT EXPERIENCE & REFERENCE 25
3 FIRM PLAN OF APPROACH 25
4 PERSONNEL 15
TOTAL POINTS 100 *Additional details and documents found within submittal package, although not located within tabs as listed above, may be reviewed and considered by evaluation committee when scoring Proposers.
Ver 4-16-2020
27 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
3. RFP SUBMISSION SCHEDULE
Submission Description Date(s) Time
Advertise Request for Proposal (RFP) Friday, August 21, 2020 N/A
Pre-Proposal Meeting N/A N/A
Proposal Question Deadline 8 Calendar days prior to submission deadline
Prior to 5:00 PM
Submission Deadline Tuesday, September 22, 2020 Prior to 2:30 PM
First Committee Meeting & Discussion Thursday, October 22, 2020 TBD
Notify Shortlist Selection via e-mail (If applicable) Thursday, October 29, 2020 N/A
Final Scoring/Selection Meeting (If applicable) Thursday, November 12, 2020 TBD
Board Meeting Tuesday, March 2, 2021 9:30 AM
Additional notes on Submission Schedule: • Submission Schedule is provided as a guideline only and is subject to change at the discretion of Lee County
authorized personnel. • Changes in closing date or other parameters may occur and will be posted to the Lee County Procurement
website. It shall be the responsibility of Contractor to verify all dates through County website. • Unless otherwise stated, location of all openings and meetings will take place at 2115 Second Street, 1st
Floor, Fort Myers, FL 33901-Procurement Management.
End of Submittal Requirements & Evaluation Criteria Section
Ver 4-16-2020
28 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
FORMS DESCRIPTION & INSTRUCTIONS REQUEST FOR PROPOSAL CCNA
CONSTRUCTION MANAGER AT RISK (CM)
This table provides a brief list, description, and instructions regarding the standard requested forms that should be submitted with all bids or proposals. This is not intended to be an all-inclusive list of forms required for your submission, but rather a guide to assist in completion of the County’s standard forms. Form # Title/Description 1 Solicitation Response Form
All signatures must be by a corporate authorized representative, witnessed, and corporate and/or notary seal (if applicable.) The corporate or mailing address must match the company information as it is listed on the Florida Department of State Division of Corporations. Attach a copy of the web-page(s) from http://www.sunbiz.org as certification of this required information. Sample attached for your reference. Verify that all addenda and tax identification number have been provided.
* Business Relationship Disclosure Requirement Sections 112.313(3) and 112.313(7), F.S., prohibit certain business relationships on the part of public officers and employees, their spouses, and their children. If this disclosure is applicable, the Bidder must request the form entitled “INTEREST IN COMPETITIVE BID FOR PUBLIC BUSINESS” (Required by § 112.313(12)(b), F.S.) to be completed and returned with the Solicitation Response. It is the Bidder’s responsibility to request the form and disclose this relationship; failure to do so may result in being declared non-responsive. NOTICE: UNDER THE PROVISIONS OF § 112.317, F.S., A FAILURE TO MAKE ANY REQUIRED DISCLOSURE CONSTITUTES GROUNDS FOR, AND MAY BE PUNISHED BY, ONE OR MORE OF THE FOLLOWING: IMPEACHMENT, REMOVAL OR SUSPENSION FROM OFFICE OR EMPLOYMENT, DEMOTION, REDUCTION IN SALARY, REPRIMAND, OR A CIVIL PENALTY NOT TO EXCEED $10,000.00.
2 Affidavit Certification Immigration Laws Form is acknowledgement that the Proposer is in compliance in regard to Immigration Laws.
3 Reference Survey Provide this form to reference respondents. This form will be turned in with the proposal package.
1. Section 1: Bidder/Proposer to complete with reference respondent’s information prior to providing to them for their response. (This is not the Bidder/Proposer’s information.)
2. Section 2: Enter the name of the Bidder/Proposer; provide the project information in which the reference respondent is to provide a response.
3. The reference respondent should complete “Section 3.” 4. Section 4: The reference respondent to print and sign name 5. Three (3) Reference responses are to be returned with the proposal package. 6. Failure to obtain reference surveys may make your company non-responsive.
4 Negligence or Breach of Contract Disclosure Form The form may be used to disclose negligence or breach of contract litigation that your company may be a part of over the past ten years. You may need to duplicate this form to list all history. If the Proposer has more than 10 lawsuits, you may narrow them to litigation of the company or subsidiary submitting the solicitation response. Include, at a minimum, litigation for similar projects completed in the State of Florida. Final outcome should include in whose favor the
Ver 4-16-2020
29 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
litigation was settled and was a monetary amount awarded. The settlement amount may remain anonymous. If you have no litigation, enter “None” in the first “type of incident” block of the form. Please do not write N/A on this form.
5 Affidavit Principal Place of Business Certifies Proposer’s location information
6 Sub-Contractor/Consultant List (if applicable) To be completed and returned when sub-contractor/consultants are to be utilized and are known at the time of the submission. To be completed after award for CM solicitations
7 Public Entity Crimes Form Any person or affiliate as defined by statute who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid or a contract to provide any goods or services to the County; may not submit a bid on a contract with the County for the construction or repair of a public building or public work; may not submit bids or leases of real property to the County; may not be awarded or perform works as a contractor, supplier, subcontractor, or consultant under a contract with the County, and may not transact business with the County in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list.
8 Trench Safety (Required for Construction Projects Only) Self-explanatory To be completed after award for CM solicitations
* Proposal Label (Required) Self-explanatory. Please affix to the outside of the sealed submission documents.
Include any licenses or certifications requested Local Business Tax Account (as applicable) issued by City and/or County entity. This is necessary for all Florida vendors.
It is the Bidder/Proposer’s responsibility to insure the Solicitation Response is received no later than the specified opening date and time. (If the submission is not received prior to deadline it cannot be considered or accepted.)
Ver 4-16-2020
30 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Form 1 – Solicitation Response Form LEE COUNTY PROCUREMENT MANAGEMENT
SOLICITATION RESPONSE FORM
Date Submitted: Bid Due Date: 9/22/2020
SOLICITATION IDENTIFICATION: CMR200332RJD
SOLICITATION NAME: Rosa Parks Intermodal Renovation (CMAR)
COMPANY NAME:
NAME & TITLE: (TYPED OR PRINTED)
BUSINESS ADDRESS: (PHYSICAL) CORPORATE OR MAILING ADDRESS:
� SAME AS PHYSICAL
ADDRESS MUST MATCH SUNBIZ.ORG
E-MAIL ADDRESS: PHONE NUMBER: FAX NUMBER: NOTE REQUIREMENT: IT IS THE SOLE RESPONSIBILITY OF THE VENDOR TO CHECK LEE COUNTY PROCUREMENT MANAGEMENT WEB SITE FOR ANY ADDENDA ISSUED FOR THIS PROJECT. THE
COUNTY WILL POST ADDENDA TO THIS WEB PAGE, BUT WILL NOT NOTIFY. In submitting this proposal, Proposer makes all representations required by the instructions to Proposer and further warrants and represents that: Proposer has examined copies of all the solicitation documents and the following addenda: No. Dated: No. Dated: No. Dated:
No. Dated: No. Dated: No. Dated:
Tax Payer Identification Number:
(1) Employer Identification Number -or- (2) Social Security Number: ** Lee County collects your social security number for tax reporting purposes only
Please submit a copy of your registration from the website www.sunbiz.org establishing the Proposer/firm as authorized (including authorized representatives) to conduct business in the State of Florida, as provided by the Florida Department of State, Division of Corporations.
1 Collusion Statement: Lee County, Florida The undersigned, as Proposer, hereby declares that no person or other persons, other than the undersigned, are interested in this solicitation as Principal, and that this solicitation is submitted without collusion with others; and that we have carefully read and examined the specifications or scope of work, and with full knowledge of all conditions under which the services herein is contemplated must be furnished, hereby propose and agree to furnish this service according to the requirements set out in the solicitation documents, specifications or scope of work for said service for the prices as listed on the county provided price sheet or (CCNA) agree to negotiate prices in good faith if a contract is awarded.
2 Scrutinized Companies Certification: Section 287.135, FL § , prohibits agencies from contracting with companies, for goods or services over $1,000,000, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, FL § . As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. I understand that pursuant to section 287.135, FL § , the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs.
Ver 4-16-2020
31 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Form#1 – Solicitation Form, Page 2 3 Business Relationship Disclosure Requirement: Sections 112.313(3) and 112.313(7), FL §, prohibit certain business
relationships on the part of public officers and employees, their spouses, and their children. See Part III, Chapter 112, FL § and/or the brochure entitled "A Guide to the Sunshine Amendment and Code of Ethics for Public Officers, Candidates and Employees" for more details on these prohibitions. However, Section 112.313(12), FL § (1983), provides certain limited exemptions to the above-referenced prohibitions, including one where the business is awarded under a system of sealed, competitive bidding; the public official has exerted no influence on bid negotiations or specifications; and where disclosure is made, prior to or at the time of the submission of the bid, of the official's or his spouse's or child's interest and the nature of the intended business. The Commission on Ethics has promulgated this form for such disclosure, if and when applicable to a public officer or employee. If this disclosure is applicable request form “INTEREST IN COMPETITIVE BID FOR PUBLIC BUSINESS” (Required by 112.313(12)(b), Florida Statute (1983)) to be completed and returned with solicitation response. It is the Proposer’s responsibility to disclose this relationship, failure to do so could result in being declared non-responsive.
Business Relationship Applicable (request form) Business Relationship NOT Applicable
4 Disadvantaged, Minority, Women, Veterans Business Enterprise (DBE, MBE, WBE, VBE) Proposer? If yes, please attach a current certificate. Yes No
ALL PROPOSALS MUST BE EXECUTED BY AN AUTHORIZED AUTHORITY OF THE PROPOSER, WITNESSED AND SEALED (IF APPLICABLE)
Company Name (Name printed or typed)
Authorized Representative Name (printed or typed) (Affix Corporate Seal, if applicable)
Authorized Representative’s Title (printed or typed) Witnessed/Attested by: (Witness/Secretary name and title printed or typed)
Authorized Representative’s Signature Witness/Secretary Signature
Any blank spaces on the form(s), qualifying notes or exceptions, counter offers, lack of required submittals, or signatures, on County’s Form may result in the submission being declared non-responsive by the County.
Ver 4-16-2020
32 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Ver 4-16-2020
33 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Form 2 – Affidavit Certification of Immigration Laws
AFFIDAVIT CERTIFICATION IMMIGRATION LAWS
SOLICITATION NO.: CMR200332RJD SOLICITATION NAME: Rosa Parks Intermodal Renovations (CMAR) LEE COUNTY WILL NOT INTENTIONALLY AWARD COUNTY CONTRACTS TO ANY CONTRACTOR WHO KNOWINGLY EMPLOYS UNAUTHORIZED ALIEN WORKERS, CONSTITUTING A VIOLATION OF THE EMPLOYMENT PROVISIONS CONTAINED IN 8 U.S.C. SECTION 1324 a(e) {SECTION 274A(e) OF THE IMMIGRATION AND NATIONALITY ACT (“INA”). LEE COUNTY MAY CONSIDER THE EMPLOYMENT BY ANY CONTRACTOR OF UNAUTHORIZED ALIENS A VIOLATION OF SECTION 274A(e) OF THE INA. SUCH VIOLATION BY THE RECIPIENT OF THE EMPLOYMENT PROVISIONS CONTAINED IN SECTION 274A(e) OF THE INA SHALL BE GROUNDS FOR UNILATERAL CANCELLATION OF THE CONTRACT BY LEE COUNTY. PROPOSER ATTESTS THAT THEY ARE FULLY COMPLIANT WITH ALL APPLICABLE IMMIGRATION LAWS (SPECIFICALLY TO THE 1986 IMMIGRATION ACT AND SUBSEQUENT AMENDMENTS).
Company Name:_____________________________
Signature Title Date STATE OF ___________________ COUNTY OF _________________ The foregoing instrument was signed and acknowledged before me, by means of ☐ physical presence or ☐ online notarization, this day of 20 , by who has produced
(Print or Type Name) as identification. (Type of Identification and Number) _____________________________________ Notary Public Signature _____________________________________ Printed Name of Notary Public _____________________________________ Notary Commission Number/Expiration The signee of this Affidavit guarantee, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. LEE COUNTY RESERVES THE RIGHT TO REQUEST SUPPORTING DOCUMENTATION, AS EVIDENCE OF SERVICES PROVIDED, AT ANY TIME.
Ver 4-16-2020
34 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Form 3 Reference Survey Lee County Procurement Management Reference Survey
Reference surveys submitted can be a maximum of twelve (12) months old. If using a previous reference, Proposers must clearly identify the project name and number the reference is being submitted for. Project Name & Number: _________________________________________________________________________
Section 1 Reference Respondent Information Please return completed form to: FROM: Bidder/Proposer: COMPANY: Due Date: PHONE #: Total # Pages: 1
FAX #: Phone #: Fax #:
EMAIL: Bidder/Proposer E-Mail: Section 2 Enter Bidder/Proposer Information , if applicable Similar Performed Project (Bidder/Proposer to enter details of a project performed for above reference respondent)
Proposer Name: Reference Project Name: Project Address: Project Cost:
Summarize
Scope:
You as an individual or your company has been given as a reference on the project identified above. Please provide your responses in section 3 below. Section 3 Indicate: “Yes” or “No”
1. Did this company have the proper resources and personnel by which to get the job done?
2. Were any problems encountered with the company’s work performance?
3. Were any change orders or contract amendments issued, other than owner initiated?
4. Was the job completed on time?
5. Was the job completed within budget?
6. On a scale of one to ten, ten being best, how would you rate the overall work performance, considering professionalism; final product; personnel; resources.
Rate from 1 to 10. (10 being highest)
7. If the opportunity were to present itself, would you rehire this company?
8. Please provide any additional comments pertinent to this company and the work performed for you:
Section 4 Please submit non-Lee County employees as references
Reference Name (Print
Reference Signature
Ver 4-16-2020
35 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Form 4 -Negligence or Breach of Contract Disclosure Form REVISED 02/22/2017
ALLEGED NEGLIGENCE OR BREACH OF CONTRACT DISCLOSURE FORM
Please fill in the form below. Provide each incident in regard to alleged negligence or breach of contract that has occurred over the past 10 years. Please compete in chronological order with the most recent incident on starting on page 1. Please do not modify this form (expansion of spacing allowed) or submit your own variation.
Company Name:
Type of Incident Alleged Negligence or Breach of Contract
Incident Date And Date Filed
Plaintiff (Who took action against your company)
Case Number Court County/State
Project Claim Reason (initial circumstances)
Final Outcome (who prevailed)
Make as many copies of this sheet as necessary in order to provide a 10-year history of the requested information. If there is no action pending or action taken in the last 10 years, complete the company name and write “NONE” in the first “Type of Incident” box of this page and return with your proposal package. This form should also include the primary partners listed in your proposal. Do not include litigation with your company as the plaintiff. Final outcome should include who prevailed and what method of settlement was made. If a monetary settlement was made the amount may remain anonymous.
Page Number: Of Total pages
Update the page number to reflect the current page and the total number of pages. Example: Page 3, of 5 total submitted pages of this form. Proposals may be declared “non-responsive” due to omissions of “Negligence or Breach of Contract” on this disclosure form. Additionally, proposals may be declared “not responsible” due to past or pending lawsuits that are relevant to the subject procurement such that they call into question the ability of the Proposer to assure good faith performance. This determination may be made by the Procurement Management Director, after consulting with the County Attorney.
Ver 4-16-2020
36 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Form 5 - Affidavit Principal Place of Business
AFFIDAVIT PRINCIPAL PLACE OF BUSINESS Instructions: Please complete all information that is applicable to your firm
Company Name:
Printed name of authorized signer Title
⇒ Authorized Signature Date
The signee of this Affidavit guarantee, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. LEE COUNTY RESERVES THE RIGHT TO REQUEST SUPPORTING DOCUMENTATION, AS EVIDENCE OF SERVICES PROVIDED, AT ANY TIME.
The foregoing instrument was signed and acknowledged before me, by means of ☐ physical presence or ☐ online notarization, this day of 20 , by who has produced
(Print or Type Name) as identification. (Type of Identification and Number)
Notary: State of County of
⇒ Notary Public Signature Notary Commission Number and expiration
1. Principal place of business is located within the boundaries
of: Lee County
Collier County Non-Local
Local Business Tax License #
2. Address of Principal Place of Business:
3. Number of years at this location years 4. Have you provided goods or services to Lee County on a
regular basis within the past 3 consecutive years Yes* No *If yes, attach contractual history for past 3 consecutive years
5. Number of available employees for this contract 6. Does your company have a Drug Free Workplace Policy Yes No
Ver 4-16-2020
37 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
TO BE DETERMINED AND COMPLETED AFTER AWARD
Form 6-Sub-contractor/consultant List
SUB-CONTRACTOR/CONSULTANT LIST
Sub-Contractor/Consultant Company Name
Area Of Work
Point Of Contact
Or
Project Supervisor
Contact Info
Phone or Email
Qualified
DBE, MBE, WBE, VBE
or Similar
Amount or
Percentage of Total
Please include sub-contractor/consultant name, area of work (i.e. mechanical, electrical, etc.) and a valid phone number and/or email. Also include the dollar value or percentage that the sub-contractor/consultant will be performing. If sub-contractor/consultant qualifies as a current certificate Florida Certified Business Enterprise such as MBE, WBE, DBE, VBE or similar please indicate such above and provide proof of certification.
Ver 4-16-2020
38 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Form 7: Public Entity Crime Form Page 1 of 2
Public Entity Crime Form This form must be signed and sworn to in the presence of a notary public or other officer authorized to administer oaths.
1. This sworn statement is submitted to_________________________________________________ (Print name of the public entity) by_____________________________________________________________________________ (Print individual’s name and title) for____________________________________________________________________________ (Print name of entity submitting sworn statement) whose business address is__________________________________________________________ (If applicable) its Federal Employer Identification Number (FEIN) is _______________________ (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: On the attached sheet.) Required as per IRS Form W-9. 2. I understand that a “public entity crime” as defined in Paragraph 287.133(1) (g), Florida Statutes, means a violation of any
state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including but not limited to, and bid or contract for goods or services to be provided to any public entity or agency or political subdivision or any other state or of the Unites States, and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
3. I understate that “convicted” or “conviction” as defined in Paragraph 287.133(1) (b), Florida Statutes, means a finding of
guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere.
4. I understand that “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime: or:
2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term “affiliate” includes those offices, directors, executives, partners, shareholders, employees, members and agents who are active in the management of the affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not fair market value under an arm’s length agreement, shall be a facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate.
5. I understand that a “person” as defined in Paragraph 287.133(1) (c), Florida Statutes, means any natural person or entity
organized under the laws of any state or of the United States with the legal power to enter a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of the entity.
6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting those
sworn statement. (Please indicate which statement applies.) ______ Neither the entity submitted this sworn statement, nor any officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in management of an entity nor affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989.
Ver 4-16-2020
39 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Public Entity Crime Form Page 2 of 2
______ The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989.
______ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners,
shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearing and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OR ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
____________________________________ (Signature) ____________________________________ (Date) STATE OF_________________________________ COUNTY OF_______________________________
The foregoing instrument was signed and acknowledged before me, by means of ☐ physical presence or ☐ online notarization, this day of 20 , by who has produced
(Print or Type Name) as identification. (Type of Identification and Number) ____________________________________ (NOTARY PUBLIC) My Commission Expires: _____________________________
Ver 4-16-2020
40 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Form#8: Trench Safety (Required for Construction Projects Only)
TO BE DETERMINED AND COMPLETED AFTER AWARD
TRENCH SAFETY Contractor/Vendor acknowledges that included in the appropriate solicitation items of the solicitation and in the Total solicitation price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The contractor/vendor further identifies the costs of such compliance to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure (Quantity) Cost Cost (Description) (LF, SF) ....................................................................................................................................................................................................... A. _________________ ____________ _____________ _______________ _______________ B. _________________ ____________ _____________ _______________ _______________ C. _________________ ____________ _____________ _______________ _______________ D. _________________ ____________ _____________ _______________ _______________ TOTAL $___________________________ If applicable, the contractor/vendor certifies that all trench excavation done within his control in excess of five (5') feet in depth shall be in accordance with the Florida Department of Transportation's Special Provisions Article 125-1 and Sub-article 125-4.1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL-TRENCH EXCAVATION). Failure to complete the above may result in the solicitation being declared non-responsive. _________________________________ (Signature) _________________________________ (Company Name) STATE OF ___________________ COUNTY OF _________________ Sworn to (or affirmed) and subscribed before me, by means of ☐ physical presence or ☐ online notarization, this ____day of 20 , by who has produced (Print or Type Name) _________ as identification. (Type of Identification and Number) _____________________________________ Notary Public Signature _____________________________________ Printed Name of Notary Public _____________________________________ Notary Commission Number/Expiration
Ver 4-16-2020
41 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
LETTER OF BONDABILITY NOTICE
This Solicitation does not require a Bid Bond; however, the Construction Management Firm is requested to submit with their Proposal a Letter of Bondability from their Surety Company showing their bonding capacity. Any issuer of a Letter of Bondability must be licensed to transact a fidelity and surety business in the State of Florida, with an A.M. Best rating of B or better. The County reserves the right to request Letter of Bondability, clarifications to letter, or revisions to such as part of Due Diligence process should such be necessary. Acceptable Letter of Bondability must be received prior to Notice of Intended Decision posted by the County.
Please attach to this notice your Letter of Bondability.
Ver 4-16-2020
42 CMR200332RJD, Rosa Parks Intermodal Renovation (CMAR)
Sealed Proposal Label
Cut along the outer border and affix this label to your sealed solicitation envelope to identify it as
a “Sealed Submission/Proposal”.
PROPOSAL DOCUMENTS • DO NOT OPEN
SOLICITATION
NO.:
CMR200332RJD
SOLICITATION TITLE:
Rosa Parks Intermodal Renovations (CMAR)
DATE DUE: Tuesday, September 22, 2020 TIME DUE: Prior to: 2:30 PM
SUBMITTED BY:
(Name of Company)
e-mail address Telephone
DELIVER TO: Lee County Procurement Management 2115 Second Street, 1st Floor
Fort Myers FL 33901 Note: proposals received after the time and date above will not be accepted.
*Notice: the Date Due/Submission Deadline Date/Opening Date as stated on this label and other forms contained herein may have been updated via issuance of Addenda against this project. It is the sole responsibility of the Contractor/Vendor to monitor the County project webpage for any updates to the Date Due/Submission Deadline Date/Opening Date via Addenda. This label nor other original forms may not be updated. Contractor/Vendor may strike through and update Date Due/Submission Deadline Date/Opening Date at their discretion to match any updates to this date that have been published via Addenda.
Submission received after the time and date of the Date Due/Submission Deadline Date/Opening Date will not be accepted at the sole discretion of the County.
PLEASE PRINT CLEARLY
LeeTran Rosa Parks Intermodal Facility Expansion/ Improvements Feasibility Study
TASK SECTION
Executive Summary
1
Project Initiation
2
Facility Needs Assessment
3
Facility Program Development
4
Conceptual Design
5
Public Involvement
6
Environmental Analysis
Appendix A
List of Report Figures Analysis of Conditions Report Meeting Minutes Meeting Presentations Transportation Reference Documents
Appendix B
Public Meeting Information
Executive Summary
Executive Summary
WENDEL | LeeTran Rosa Parks Intermodal Facility Executive Summary - 2
Background
In August of 2016, the Lee County Board of County Commissioners sought professional services to investigate what changes might be made to LeeTran’s Rosa Parks Intermodal Facility in downtown Fort Myers to better accommodate current and future public transportation service and intermodal accessibility at the site. More specifically, LeeTran wanted to study the various options for making improvements or expansions to the current facility. This was to include an examination of transportation infrastructure requirements, constructability, and costs. The study we conducted addressed all constraining factors related to the current facility (both internal and external), design, engineering analysis, cost, current and planned developments in adjacent areas, and intersection improvements. The consulting firm Wendel was hired to conduct the study and in February, 2017 work was initiated.
Project Scope
The LeeTran Rosa Parks Intermodal Facility Expansion/Improvements Feasibility Study was conducted in six tasks as set out below.
Task 1 – Project Initiation
A project kick-off meeting, was arranged by the LeeTran’s project manager, as the first step in this task. The kick-off meeting included: introductions of the key members of the Wendel Team, LeeTran representatives; a review of the scope and schedule of the project; a review of previous studies related to the project; and a tentative plan for public involvement. Also discussed were milestones and deliverables, responsibilities, and lines of communication. Task 2 – Analysis of Current Services, Facility Operational Conditions and Needs
The first part of this task was to review and discuss with LeeTran the current functionality of the Rosa Parks Intermodal Facility. The baseline upon which all work was derived depended on the initial needs and conditions assessment. This was used to define the scope of the overall project, the site, facility and necessary infrastructure support. From this report and from subsequent communications with LeeTran, the information necessary for the baseline assessment was collected, including:
Number, type and size of current vehicles and existing plans for service expansion Number of staff anticipated to be located at the intermodal facility Service routing and schedules Personnel and personnel requirements Current LeeTran operating procedures Current Greyhound operating procedures Other service providers that access the facility Current and envisioned development at or near the facility Roadway and/or intersection improvements at or near the facility Other modes of transportation including bike, pedestrian and personal vehicle
In parallel with the baseline survey, the project team coordinated surveys with patrons of LeeTran and Greyhound to understand their needs, services, schedules and any other information that may help with improving or expanding the Intermodal Facility. The assessment included:
Questionnaire on multi-modalism and linkages Passengers amenities including service information accessibility Facility accessibility and convenience
Executive Summary
WENDEL | LeeTran Rosa Parks Intermodal Facility Executive Summary - 3
Also during this Task, the Wendel Team examined the current site with regard to current interior and exterior configurations and their usages, as well as physical constraints, utilities and infrastructure of the site. Vehicular access to the site was evaluated including turning movements and traffic flow to, from and circulation within the site. Pedestrian and bicycle access were examined. As part of this task, design work for the study was discussed with representatives from Lee County and from the City of Fort Myers. Current planning documents were reviewed related to local, regional and statewide initiatives, for local and intercity bus connections, and the LeeTran long range plans. It will be important for this facility to be built with sufficient size and capacity to meet future needs. Access and coordination with other modes is an important factor in the reviewing the design of the intermodal facility, including pedestrian and bicycle access, taxi service, and Uber or Lyft services.
Task 3 – Facility Program Development
From the information obtained in the first two tasks, additional interviews were conducted, as approved by LeeTran, with selected staff members such as representatives of administration, operations and maintenance. A preliminary functional program was developed that was presented to the stakeholders in a Facility Program Charrette. The relevant information discussed included:
Current and projected vehicle inventory of LeeTran, including use (current or future) of
alternative fuels. Prospective users of the facility (if any) in addition to LeeTran and Greyhound such as other
intercity or commuter bus operations, community transit, car sharing or bicycle programs. Daily administrative, operations and facility or vehicle maintenance functions that may be
conducted at the facility. Identification of sizes and square-foot area requirements for each functional and operational
area that will be part of the facility. Juxtaposition of key spaces to facilitate work flow, supervision, security and safety. Identification of public space and access, including adjacent street network as well as the
existing overhead utility lines present along the site boundaries. Plans for future growth and expansion for the next 20 years. Short term and long term parking
needs for the facility. City of Fort Myers or other (LeeTran) design requirements. Applicable federal and state requirements. Site requirements including: ingress and egress; turning radii; road dimensions; pavement
construction for all vehicles using the facility; parking areas; bus circulation zones; pedestrian requirements; universal accessibility requirements; and environmental impact of noise, lights and drainage.
Security zones from public to highly restrictive were be determined, which helped organize spaces in the facility.
New technologies and their appropriateness for inclusion in the facility were be discussed. Task 4 – Conceptual Design Based on the information garnered in Tasks 2 and 3, specific functional requirements and special relationships were set out for all program elements. Wendel performed test fits of the space program within the selected site for various configurations of the horizontal and vertical infrastructure, and to assess impacts on vehicle, pedestrian and bicycle travel.
Executive Summary
WENDEL | LeeTran Rosa Parks Intermodal Facility Executive Summary - 4
These test fits included “driving” various vehicle types to, from and through the site and project area, using AutoTURN software based on Autodesk ACAD files. Bus movements were simulated based on LeeTran bus fleet turning radii (including future buses) and related criteria, to determine circulation requirements, slip configuration and the other bus movements necessary to accommodate a safe and functional transfer center. Once bus movements were determined, other program requirements were tested against the site for best fit. The outcome and deliverable of this task produced different options for bus relationships, as well as options for safe and efficient boarding and alighting of passengers, and access to facility program elements. The test fit examined further the functionality of the site with regard to criteria such as:
The surrounding environment, context and setbacks Topography Bus access and circulation Pedestrian, bicycle and other vehicular access and circulation Efficiency of bus operations Bus operation and storage areas On-site parking (short term) Facility(ies) footprint and location Road and or intersection improvements
The Wendel Team reviewed the test fits with LeeTran and discussed options for using the current site only and using the current site with additional land. Based on the program, discussions with LeeTran, site test fits, and traffic evaluations, four alternative concepts were prepared for the site(s) that included a site plan, general building floor plan of program space, bus alignment/AutoTURN, and other vehicular interfaces. The concepts were developed using Autodesk Revit software to produce a 3D building information model (BIM).
The Wendel Team prepared an order of magnitude cost estimate for the conceptual design using real data including labor and material costs from the specific geographic region to accurately reflect actual construction estimates. All appropriate hard and soft costs were included, such as design fees, environmental assessment costs, road improvements and engineering fees. Additionally, as a matter of our design philosophy and because the design is at a very early stage, we included contingency costs on many components of the estimate and calculated an expected inflation factor for a five (5) year build out on each alternative.
Task 5 – Public Involvement
A plan for presentations to the public and/or stakeholders of our progress on this project was discussed and set out during the project kick-off meeting. The Wendel Team assisted with developing a proactive plan for notifying and involving interested parties including current public transportation users, adjacent impacted businesses or individuals, city officials, and others to ensure a representative sample of affected persons who knew about and were afforded the opportunity to participate in the process. At the meetings, the Wendel Team took an active role in presenting the design and cost estimate for the conceptual plan.
Task 6 – Final Report
This task included the preparation of a draft report and a final report, as well as a presentation to appropriate entity at Lee County. This report includes:
Executive summary of the site evaluation and design process Operational conditions and needs of current services Assessment of facility needs
Executive Summary
WENDEL | LeeTran Rosa Parks Intermodal Facility Executive Summary - 5
Record of formal/informal discussions and presentations conducted with LeeTran and stakeholders
Public involvement process and documentation Conceptual drawings and renderings of the preferred option and a cost estimate summary and
detail Appendices including site information and survey documents, project drawings, cost estimate
detail, analysis diagrams including AutoTURN swept path analysis, photographs, list of related and source documents, and specialized products to be considered and/or used in cost estimate preparation, such as interactive information components or systems.
Task 1
Project Initiation
Project Initiation
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 1 - 1
Study Goal
The objective of this study is to assist LeeTran in determining the required modifications to accommodate the required expansion to the current facility. The expansion would better accommodate current operations and allow for future public transportation service and intermodal accessibility at the site. This study addresses constraining factors related to the current facility (both internal and external) which includes- design, engineering analysis, cost, current and planned developments in adjacent areas, and nearby roadway and intersection improvements. The study aims to provide the preferred improvements of the Rosa Parks Intermodal Facility, in order to enhance public transportation service for the transit riders. Project Initiation
Immediately following the award of the work, project initiation activities began and a project kick-off meeting was scheduled between the Wendel design team, LeeTran steering committee and project stakeholders. This meeting provided a foundation for the study effort by defining the project goals and objectives, project team structure, key points of contact and communication for all stakeholders, appropriate communication protocols, and an overview of the anticipated study schedule. At the kick-off meeting, the group reviewed operational needs pertaining to the site design. These needs pertain to the design of bus transfer platforms, the design of surrounding roads and intersections, and the identification of potential expansion areas. Current and future bus types and sizes were discussed, as well as the preferred bay layout for the facility. The preferred bay layout was identified as sawtooth for LeeTran’s facility. The number of active Greyhound bays was another topic of discussion. The existing site contains 5 Greyhound bus slips; however only 2 slips are ever used simultaneously, and other employee vehicles are typically parked in the remaining three. Modifications to the number of Greyhound bays would need to be evaluated seeing as any change requires an amendment to the transit agency’s contract. Following the study, any modifications would be determined based upon projected needs for the service. Removing any extra Greyhound bays would allow for the opportunity to provide additional outdoor seating, self-cleaning restroom facilities, or even a bike share and storage area. An analysis of the facility building by both employees and riders is included in this study. Usable space improvements, safety requirements, and accessibility are all critical elements to the efficient operation and use of LeeTran’s facility. Public involvement is critical for nearly all public transportation projects, and was also identified for this study as an important way to collect information on the condition of the existing facility. Cella Molnar would be leading the efforts for this study, and an initial plan for public involvement was developed at the kick-off meeting. The meeting minutes for the kick-off meeting are contained in Appendix A of this report. Following the kick-off meeting, the Wendel team took a site visit to the Rosa Parks Intermodal Facility to familiarize themselves with the site and the transit building, and to document existing conditions. The following morning, the group returned to the site for a walk-through with a LeeTran facility manager. Areas of concern for both LeeTran and Amtrak employees and riders were identified. Programming questionnaires were provided by the Wendel team to the LeeTran stakeholders in order to better understand the needs for the facility. In addition to the programming questions, project initiation activities included the gathering of pertinent existing data, reports and studies, and detailed
Project Initiation
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 1 - 2
on-site analysis and observation. The results of these various project initiation activities form the basis of the contents of this report, and the information gathered and analyzed is included in the section it most appropriately pertains to. An example of the programming questions provided to LeeTran are included in Appendix A. In order to transition from the Project Initiation phase into the full effort of performing the feasibility study, it was necessary to review LeeTran’s most recent comprehensive operational analysis (COA) and transit development plan (TDP), as well as the 2035 Lee County Public Transportation Vision Plan. These documents not only assist in developing an analysis of conditions and justification to expand, but they also begin to inform the conceptual design of the project. The full Analysis of Conditions – Justification to Expand document can be found in Appendix A.
Task 2
Facility Needs Assessment
Facility Needs Assessment
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 2 - 1
Analysis of Current Services, Facility Operational Conditions and Needs
Facility Service Baseline
The initial task was for the Wendel team to observe the facility, surrounding site and the pedestrian and bus movements to understand and evaluate existing complexities. The baseline upon which all work is derived depends upon these initial observations and an assessment of needs and conditions. This initial analysis along with the discussions with the LeeTran team provided the necessary information for the baseline assessment, which is used in developing the facility program.
Figure 1- Wendel Team Surveying Property
Customer Needs Assessment
In parallel with the baseline survey, the project team surveyed transit riders for both Lee Tran and Greyhound to obtain their input for the facility expansion. This information is detailed in the Task 5- Public Involvement section. This information informs the decisions made by the design team. Site Assessment
The Wendel team examined the current site with regard to both interior and exterior configurations and their usages, physical constraints, utilities, and infrastructure. Adjacent properties and views were also taken into account throughout the study process. It was noted that during the design of the existing facility property owners along Widman Way, to the north of the facility, had expressed concern with vehicular circulation. This concern was of great importance and the designs reflect this concern from the neighboring properties. The design team also inquired about the options for repurposing Jackson Street to the east (Figure 4) and Hendry Street to the west with the City of Fort Myers. The City expressed reservations with utilizing either street for dedicated bus bays and requested that the design team look for alternate options in providing expansion for the facility. The design team was also made aware of plans for improvements to the Midtown area and assured local officials that the Rosa Parks Intermodal improvements would not interfere with regional improvement plans. The transit facility expansion and improvements would not only enhance LeeTran operations but also the Midtown area. The current site is constrained and the opportunities for expansion are limited if improvements must be limited to the existing property without altering the bay configuration and negatively impacting operations. In order to prevent a negative impact to the facility the design team began looking at adjacent properties to determine if it would be feasible to expand the existing site footprint to more
Facility Needs Assessment
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 2 - 2
effectively accommodate the expected growth of LeeTran. Properties to the north are established businesses, the property to the east is a new fire station and the property to the west is a police station. These businesses and facilities contribute to the neighborhood experience and are not an option for expansion. The property to the south of the facility which is owned by the City of Fort Myers (figure 2), is an excellent option for expansion, and the expansion program would not require the acquisition of the entire property.
Figure 2- City Property to the South
Site Photos:
Figure 3: View of Rosa Parks Intermodal Facility Figure 4: View of Canopies, Facing North Along from South east Corner of Property Jackson Street
Facility Needs Assessment
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 2 - 3
Figure 5: View Under Canopies Facing North Figure 6: View of Greyhound Slips Facing East
Figure 7: Canopy Between Transit Building and Figure 8: Stormwater Management Along Western Bus Canopies Southern Property Line
Figure 9: View Facing West of Southern Parcel Figure 10: Existing Bike Racks Next to Canopies
Facility Needs Assessment
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 2 - 4
Transit Building Photos:
Figure 11: Electrical and IT Wiring Figure 12: Inadequate Storage Space
Facility Needs Assessment
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 2 - 5
Multimodal Opportunities
Prior to creating a facility program the design team needed to understand the expected growth of LeeTran’s operations. This information helps the team to not only understand the facility needs but also the number of bus bays required for the future facility. Once this is determined the team can then review expansion options for the existing site and if additional property is needed. This information can also determine the type of bus bays once the site constraints are established and if expansion is possible. The four types of bus bay configurations that can be incorporated into a site are shown in the diagrams below along with space constraints for each configuration. It should be noted that the current facilty utilizes a sawtooth configuration which does provide the most flexibility and is the typical preferred option for Transit agencies.
Figure 13 - Sawtooth Bay Figure 14- Pull-through Bay Figure 15- Herribone Bay Figure 16- Miodified Herriingbone
Facility Needs Assessment
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 2 - 6
Figure 17- Bus Bay Space Requirements
Figure 18- Bay Limitation Chart
Task 3
Facility Program Development
Facility Program Development
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 3 - 1
Facility Programming
A first step in the planning and design of the expansion for the Rosa Parks Intermodal Facility is the development of the program. The current facility houses LeeTran’s intermodal facility operations, and Greyhound. The expanded facility program shown below details the changes for the facility. The facility program identifies the different transportation modes, needs and types of vehicles, and pedestrian and bicycle access that will serve the facility. The facility program also identifies the number and types of vehicles that need to be accommodated based on future need. The transit center’s needs for administrative offices and spaces for operations functions such as break rooms, customer service and offices has changed from its initial construction. This change is reflected in the program. The program includes a brief description of these changes as well as identifying the areas that will be altered to improve amenities for transit riders and increase efficiency for the transit center. Information to develop the facility program was collected by the design team through interviews with Lee Tran staff, public input, and a meeting with the City of Fort Myers. In joint meetings, the current and future needs for the facility were discussed and a list of activities were developed. Both current and future needs were incorporated since the multimodal transit center must be designed to accommodate the future expansion of transit services that will take place during the forty year useful life of the facility and changing needs for the current facility. From these discussions, the program information was developed for vehicle operations, slip alignment and juxtaposition, building envelope and passenger amenities. In addition, a public information meeting was held to gather ideas, suggestions and recommendations from system users and the general public for the proposed expansion of the intermodal facility. The following section includes an overview of the facility uses, and a detailed program for interior functions, transfer area, and auxiliary site functions. Programming questionnaires are also included in this section and public input forms are located in the report Appendix B.
Interior Functions Overview
Function Revised Sq Ft. Description Passenger Waiting Area
230 sq feet Expand the waiting area based on increased ridership
Restrooms
Reconfigure the restrooms to allow for afterhours access when the transit center is closed and meet all ADA standards.
Call Center /Customer service
-120 sq feet The call center is to be relocated to the maintenance facility and the customer service area requires less space than is currently provided.
Driver Break Room 170 sq feet The driver break room needs to be expanded based on current and future needs
Server Room 220 sq feet The server room needs to be expanded to accommodate current and future facility needs. ADD AC to the room.
Facilities Manager -150 sq feet The manager is moving to the maintenance facility and the office will become the Greyhound office.
Facility Program Development
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 3 - 2
Transfer Area Overview
Function Space Requirements
Number of Spaces Description
Bus Bay
2,850 sq feet 4 Bus Bays are required to accommodate immediate needs. The area shown includes the bay, passenger platform and bus drive area.
Future Bus Bay
2,850 sq feet 4 2 Bays are required for future needs. The area shown includes the bay, passenger platform and bus drive area.
Bike area
300 sq feet 20 Secure bike storage area.
Functional Requirements
ADA compliance, facility public address system,
Auxiliary Site Functions Overview
Function Space Requirements
Description
Parking requirements
TBD based on site options
Additional facility parking is requested for both passengers, pick up and drop off and taxi/ride share waiting.
Vending
120 sq feet Vending space for the facility is required.
ARCHITECTURE ENGINEERING PLANNING ENERGY SERVICES CONSTRUCTION MANAGEMENT
1051 East Cary Street, Suite 700, Richmond, VA 23219 p 804.649.9400 w wendelcompanies.com
LeeTran Rosa Parks Intermodal Facility Programming Questions
• LeeTran Operations:
o What is your preferred bus docking arrangement (layout, curbs/no curbs, sawtooth; herringbone; pull thru)
o Do buses currently arrive at the main transfer point in a pulse operation or staggered?
o Will this likely change in the future?
o How many buses do you operate at the peak and off peak?
o What are your plans for fleet expansion?
o Should the transfer facility include a staging area for layover busses?
o What types of vehicles do you currently operate? (buses, trolleys, paratransit, articulated, shuttles/tours, etc)
o Do you have any plans to use alternate fuel buses in the future? If so what types?
o Do you have bicycle racks installed on your buses?
o How may bicycle racks should be installed at the transfer facility?
o Where are the handicap lifts located on your vehicles?
o required parking (employees, operators, visitors, vending), kiss-n-ride / drop-off, taxi stand
o What are your current and future hours of operation?
• LeeTran Patronage Needs:
o What is your average number of passengers per day or hour (peak and non peak)?
o What are your ridership growth expectations over the next 20 years?
o What new routes do you envision operating?
o What new service or routes arrangements do you envision (if any)? o What percentage of your riders are disabled or have special needs?
o Describe your current vs. ideal passenger boarding process
• LeeTran Facility Needs:
o Will the transfer center house any LeeTran administrative or operations functions?
o What are the administrative hours of operation current? future?
o How many administrative employees will work at the facility?
o What are your staff growth projections (admin. and operations)?
o Will drivers change shifts at the facility?
o What are your current and future ticketing operations (active vs. passive)?
o Should the transfer facility include:
1. facility storage for emergency bus needs (fluids, small tools)?
2. designated smoking area?
3. a drivers’ room?
4. lockers for drivers?
5. a break room, kitchenette?
6. a conference/training room?
7. cash/fare room
8. other transit offices i.e., roadway supervisor?
9. dispatch?
10. employee toilet rooms?
11. administrative storage, supply room for facility?
12. LeeTran staff parking? If so – how much?
o Are there any other LeeTran operations or program needs that have not been covered?
• Intermodal Needs
o How many bays should the facility provide for intercity bus carriers (Greyhound, Megabus)
o What (if any) connections to air travel are envisioned?
o Will regional alternative transportation programs (ridesharing, van pooling, etc.) be operated out of the facility?
o Should Uber/Lyft pick up areas be provided?
o Should taxi stands be provided?
o Is a car sharing program operated or envisioned for the city?
o Should rental car services be provided at the facility?
o Should customer parking be provided at the facility? What are the minimum parking requirements?
o Should bicycle storage be provided at the facility?
1. types (racks, lockers, etc.)?
2. bicycle repair facilities?
o Will bike sharing be operated at the facility?
o What amenities would potentially be located within the facility, or on site?
1. public restrooms
2. food service / concessions
3. tourism/other city functions or services
4. on site retail
5. lost and found
6. vending
7. pay phones
8. personal device charging stations
9. televisions
10. interactive kiosks
11. community meeting room
12. other
• Should there be on site security such as a police substation?
• Describe your ideal facility systems
o public address system
o security (cctv, access control, etc)
o real time travel or AVL system
o signage
o other
• Who likely will maintain the facility? What will the maintenance requirements be?
o janitorial?
o cleaning equipment storage?
o outdoor maintenance equipment (shovels, leaf blower, power washer etc.)
o leaf and or debris (snow) removal?
o garbage and recycling collection service and frequency?
• What other agencies (human service, aging, etc.) or city/county departments will interact with the facility? (e.g.
deliveries, local agencies & organizations)?
• Are there any unusual transportation services that might access a regional transportation center (horse carriage, bike or pedestrian cabs, etc.)?
• What do you like best about other transportation facilities you have seen or visited?
• What role will sustainability play in an improved facility?
• What other ideas do you have about the facility?
o Community links and adjacencies (retail, parking, gov’t services etc)
o Streetscapes
o Public space
o City tours that would originate at the facility such as trolley tours, walking tours, Segway tours, or bike tours
o Other
Task 4
Conceptual Design
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 1
General Overview of Concepts
Based on the information gathered in Tasks 2 and 3, specific functional and operational requirements were established for the facility expansion. These requirements were then taken into consideration throughout the design process for both the site and building improvements. Tindale Oliver’s analysis of the Rosa Parks Intermodal’s existing conditions provides justification for expansion based on the facility’s operational need to accommodate 15 buses in any given hour.
Figure 1: Aerial of Existing Site Conditions
Initial Site Concepts
The Wendel team produced four initial sketches for expansion opportunities. Two of the options would not require the acquisition of any additional property, while the other two would require acquisition of the City-owned property to the south of the Rosa Parks facility. The design concepts were developed in order to show the LeeTran stakeholders different ways in which the facility could accommodate future growth. The sketches also allowed the group to begin conversations about what would and would not be possible regarding on and off-street bay locations, changes to bus circulation, and how the expansion would impact adjacent properties. The following four options were presented to and discussed with LeeTran stakeholders.
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 2
Figure 2: Site Plan Sketch - Option 1
• Sawtooth bus bay configuration for 4 additional bays, bringing the total to 13
• No requirement for purchasing additional property for expansion
• 2 on-street bays along Jackson Street
• Circulation would change for all buses on the eastern portion of the site with the relocation of the site entrance from Jackson Street to Widman Way, on-street bus activity and circulation would increase
• No additional employee car parking space or kiss-and-ride drop off area
• Removal of vegetation along the northern property line would alter sight lines
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 3
Figure 3: Site Plan Sketch - Option 2
• Sawtooth bus bay configuration for 4 additional bays, bringing the total to 13
• No requirement for purchasing additional property for expansion
• 2 on-street bays along Jackson Street, 2 on-street bays along Hendry Street
• On-site circulation would remain the same, on-street bus activity and circulation will increase
• No additional employee car parking space or kiss-and-ride drop off area
• Property site lines will primarily remain the same
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 4
Figure 4: Site Plan Sketch - Option 3
• Sawtooth bus bay configuration for 6 additional bays, bringing the total to 15
• Purchasing additional property for expansion would be required to the south for a canopy and minor parking modifications
• 4 on-street bays along Jackson Street
• Circulation would change for all buses on the eastern side of the site with the relocation of the site entrance from Jackson Street to Widman Way
• Additional employee or rider car parking would be available depending upon the amount of property purchased from the city
• Removal of vegetation along the northern property line would alter sight lines
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 5
Figure 5: Site Plan Sketch - Option 4
• Sawtooth bus bay configuration for 4 additional bays, bringing the total to 13
• Purchasing additional property for expansion would be required to the south for the bays, canopies and parking modifications
• 4 off-street bays within the current city-owned property
• On-site circulation will remain the same for the existing bus bays
• Additional employee or rider car parking would be available depending upon the amount of property purchased from the city
• Property site lines will primarily remain the same Each option posed questions for the group, acknowledged opportunities for the intermodal center, and highlighted different challenges that would need to be addressed. Options 1 and 3 both show interior expansion at the northern portion of LeeTran’s site. Relocation of the site’s northern bus access point from Jackson Street to Widman Way would require significant rework and would certainly impact operations during construction. This would also increase bus traffic along Widman Way and bring facility car and bus circulation closer to one another. It is also important to note that site lines to and from adjacent properties would be effected. The main benefits of bus bay growth in this location would be the minimization of bus turns within the site and the increase in capacity without the need to purchase additional property or modify street rights-of-way. Options 1, 2 and 3, all present opportunities for expansion along either Jackson or Hendry Streets. This development would alter and could even require incorporating bypassing pedestrian circulation into the site circulation. Growth in these locations would give operations a greater ability to schedule transfers within the same platforms. Bays along Jackson and Hendry definitely would have a greater effect on the streetscape and surrounding circulation, and thus were determined to be infeasible by the City.
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 6
Of the initial options, Option 4 stood out to the stakeholders because it kept all of the expansion bays off of Hendry and Jackson Streets. However, Option 4 needs to address challenges that come as a result of separating the bays from the existing transfer platforms. This option increases the interactions between pedestrian and bus circulation. As a result, it would most likely include a raised walkway, signage and a High intensity Activated crossWalK (HAWK) system to increase pedestrian safety from one platform to another. Locating all of the buses on the southern City-owned site would require negotiation with the City and acquisition of property, but the greatest benefit would be its minimized impact on operations during construction.
Revised Site Concepts
Following the review of the initial four options with LeeTran stakeholders, the Wendel team met with City of Fort Myers representatives to discuss the advantages or disadvantages associated with each site plan. The design team was then informed of the constraints that would be imposed by the City. The preferred option by the City of Fort Myers was identified as Option 4 because it would allow all bus circulation to remain internal to the sites and off of Jackson and Hendry Streets. It would also minimize interaction with the Midtown sidewalk improvements. The city expressed interest in selling a portion of the southern property in order to accommodate bus expansion, facility parking expansion, transit oriented development (TOD), or a combination of the three. Business owners along Widman Way informed the team that they would prefer if no changes to the streetscape were to occur along the northern side of the property. For these reasons, it was determined that the design team would move forward and continue to refine site plan Option 4 for the feasibility study. The Wendel team took a phased approach in further developing site plans based upon the initial Option 4.
Figure 6: Revised Site Plan Sketch - Option 4, Phase 1
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 7
Through the development of the phased site plans, the team began addressing some design concerns that had emerged through initial stakeholder discussions. In order to improve safety and reduce the number of pedestrian crossings from the northern portion of the site to the future southern platforms, a 5th bay was added to the eastern side of the site. This additional bay would not only increase operational growth and flexibility, but would also eliminate a bus access point and improve pedestrian safety. The phased plans also began to address the modifications requested for the Greyhound bays. This undercover space was originally discussed as an area for outdoor self-cleaning restrooms as well as for enclosed bike storage. After further consideration, the stakeholders decided that they would like to eliminate the self-cleaning restrooms and instead look at options for building modifications to address after-hours restroom accessibility. Reference figures 9 and 10 for the interior building plan modifications. Because the additional 5th bay would close off an existing bus access point, phase one would have some operational impact during construction. Construction could be staged to allow continued but restricted access while the 5th bay is built. Phase 2 would provide LeeTran with the opportunity for 2 additional bays, adding onto the 5 bays from Phase 1. Phase 2 would have more impact on the site during construction, but this expansion could be done further in the future if LeeTran were to reach capacity once again. The remaining portion of the acquired city property was identified as potential transit oriented development and green/storm water management space. TOD could have a significant impact on transit usage and support of LeeTran in the area. After the initial refinement, Option 4 was also developed three-dimensionally so that LeeTran could begin to visualize the possibilities for the integration of transit oriented development with the future intermodal expansion. After further internal discussions, the City of Fort Myers, Lee County, and LeeTran determined that the TOD component would be infeasible because it would not only require LeeTran to acquire the adjacent City-owned parcel in its entirety, but it would also require them to purchase additional land to accommodate the TOD parking requirements. Above are the 3D conceptual images that were developed by the design team prior to this decision. They illustrate Phase 2 of the revised site concept.
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 8
Building Concepts
At the kickoff meeting, building expansion and improvements were identified as part of the facility needs discussion. The design team was made aware of the necessary electrical, restroom, employee break area, and public waiting area improvements for the facility. These four areas were addressed throughout the conceptual design process. LeeTran informed the design team that the facility would require a public address (PA) system as well as air conditioned space for the electrical room and its equipment. The Rosa Parks Facility’s electrical room is currently undersized to support the site, and the requested improvements would further escalate the need to expand the electrical room to accommodate the additional panels, wiring and AC unit. The existing on-site manager will relocate to LeeTran’s maintenance facility, leaving his office vacant and available for reconfiguration. This office space then allows the Greyhound manager to relocate to the on-site manages office and free up an adjacent area to the existing electrical room. These modifications are shown in the following two figures. The employee break area was identified as another space in need of improvement. The existing space is too small and within the hall circulation. The proposed plan shows the demolition and relocation of the partition that separates the breakroom space from LeeTran’s customer service desk and call center. The call center was relocated to the maintenance facility, allowing the space to be reallocated. These improvements will simplify employee circulation throughout the facility and enlarge the breakroom, allowing for more efficient storage and seating space. Passenger waiting space is often limited throughout the day and overcrowded during peak ridership times. Riders will wait under the platform canopies, but for longer transfer times and inclement weather LeeTran patrons tend to fill up the waiting room and seating area. Overcrowding typically occurs during periods leading up to Greyhound departures and arrivals. In order to alleviate these conditions, demolition of the western exterior wall and facility bathrooms is proposed. The following plans illustrate a western expansion of approximately 11’-12’ and reconfiguration of the passenger bathrooms. These modifications provide additional waiting spaces and also satisfy LeeTran’s restroom requirements for afterhours restroom access which is not currently available. The facility’s restrooms can currently only be accessed from the interior waiting room. This is an issue for drivers and LeeTran/Greyhound riders who arrive at the facility after the building doors are locked. Both LeeTran and Greyhound routes operate into the evening, and the agency would like to provide restroom access afterhours. The proposed plan illustrates the reconfiguration of the spaces in order to meet LeeTran’s needs and increase the efficiency of the public portion of the building. The proposal includes relocation of the janitor’s closet, removal of the vestibules, relocating and providing an alcove for the vending machines, and adding two exterior doors for after-hours access. The two exterior doors would remain locked throughout the day. Once the building is locked at night, the two pocket gates would be engaged and new exterior doors unlocked. The men’s and women’s restrooms would each have a respective exterior door and sidelight. The “vestibules” would also be equipped with security cameras for added security. The waiting room and bathroom improvements require the demolition and relocation of the facility’s western exterior wall. Consequently, the existing pedestrian canopy directly adjacent to the building, will also require demolition and redesign. Pedestrian circulation around the building would be reassessed as well. The overall goal of the building expansion and improvements is to enhance efficiency, convenience, and safety for employees and riders.
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 9
Figure 7: Existing Building Floor Plan
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 10
Figure 8: Renovation Floor Plan/Building Expansion
Further Refined Site Concepts
The design team further developed site plans based upon the initial preferred option, the revised phased plans, and comments from LeeTran’s stakeholder group. The site plans take comments from each meeting into consideration, address the future growth based upon the justification for expansion and also accommodate additional growth. It is desirable for all bus circulation to be internal to the site and for minimal disruption to occur to the businesses along the northern side of Widman Way. Option 1 was developed in order to accommodate operational growth, without requiring the acquisition of additional property. Options 2 through 4 all require the purchase of different portions of the City-owned property to the south.
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 11
Figure 9: Refined Site Plan Sketch - Option 1
• Parallel bus bay configuration for 4 additional bays, bringing the total to 13
• Does not require the purchase of any additional property
• Configuration maintains bus circulation internal to the site
• On-site circulation will be modified and some restrictions will be required o Buses must pull in and out of the 4 expansion bays in order of arrival o Buses in the expansion bays may not pass one another o LeeTran buses may only circulate east along the southern property line. Greyhound
buses may only circulate west o LeeTran routes and site access may need to be modified for buses going to the
existing 9 bays
• Additional employee or rider car parking would not be available
• Property site lines will primarily remain the same
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 12
Figure 10: Refined Site Plan Sketch - Option 2
• Sawtooth bus bay configuration for 4 additional bays, bringing the total to 13
• Purchasing additional property for expansion would be required to the south for the bays, canopies and optional parking modifications
• 4 off-street bays would be partially within the current city-owned property
• On-site circulation will remain the same for the existing bus bays
• Additional employee or rider car parking would be available depending upon the amount of property purchased from the city
• Property site lines will primarily remain the same
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 13
Figure 11: Refined Site Plan Sketch - Option 3
• Sawtooth bus bay configuration for 5 additional bays, bringing the total to 14
• Purchasing additional property for expansion would be required to the south for the bays, platforms and canopies
• 4 off-street bays within the current city-owned property, 1 within LeeTran’s property
• On-site circulation would need to be modified to accommodate the new access point to the south and deletion of the access point to the east
• Additional employee or rider car parking would not be available
• Property site lines would be slightly modified by the changes to the southern property
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 14
Figure 12: Refined Site Plan Sketch - Option 4
• Sawtooth bus bay configuration for 5 additional bays, bringing the total to 14
• Purchasing additional property for expansion would be required to the south for the bays, platforms and canopies
• 4 off-street bays within the current city-owned property, 1 within LeeTran’s property
• On-site circulation would need to be modified to accommodate the new access point to the south and deletion of the access point to the east
• Additional employee or rider car parking would be available depending upon the amount of property purchased from the city
• Property site lines would be slightly modified by the changes to the southern property All four site options provide opportunity for additional bus slips, and two show opportunity for additional car parking. Options 2 and 4 both address LeeTran’s need for additional car parking and for operational expansion. A greater number of car parking spaces is shown in the second design option, but the four sawtooth bays along the southern edge do bring up some circulation concerns. It would be preferable to allow Greyhound buses to back out of their spaces without worrying about buses being parked at platforms behind them. For the most part, Option 4 maintains separation between LeeTran bus circulation and Greyhound circulation, while also providing the facility with additional car parking. Signaled, raised pedestrian crossings not only increase pedestrian visibility and safety, but they also provide ADA accessible crossings without the need for curb cuts. Two of the underutilized Greyhound bays would be removed in order to provide an area for bicycle storage and improved pedestrian circulation. Facility dumpsters would be relocated from the east to the west side of the site where there would be less bus traffic. Canopies for the expansion areas would be incorporated into the existing canopy design, but would be designed in such a way to address some of the safety and accessibility concerns that patrons have with the existing structures.
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 15
Figure 13: Site Plan Option 1 Autoturn
Figure 14: Site Plan Option 4 Autoturn
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 16
Intersection Improvement – Hendry Street & Union Street
The LeeTran Rosa Parks Intermodal Facility Expansion Project involves modification to the existing site to provide additional bus parking bays to accommodate growth of LeeTran operations. As part of this process, site access and on-site circulation patterns would be modified to accommodate additional bus bays. Modification to the existing Hendry Street and Union Street intersection was evaluated as part of the
conceptual site plan development process. As shown on pages 17 and 18, the existing 3-leg
intersection consists of two slip ramps that are formed by a center island. This intersection geometry
allows free movement from westbound Union Street to northbound Hendry Street as well as the
eastbound movement on Union Street. Other movements in this intersection have stop sign control.
Reconfiguration of this intersection would include removal of the existing island and creation of a T-
intersection that is compliant with FDOT and Lee County design standards. In order to remain within
the existing Right-of Way, an intersection angle of 75° was used. This angle is permitted within the
recommended intersection angle of 75°-90° set by FDOT. A 40-foot radius was used to allow buses
to turn with minor lane encroachment per FDOT standards.
Hendry Street southbound will consist of a 4’ curb offset, an 11’ right-turn lane, and an 11’ left-turn
lane. Hendry Street northbound will consist of an 11’ travel lane and a 4’ curb offset. On the west
side of Hendry Street, the proposed 5’ sidewalk will match the existing sidewalk. On the east side of
Hendry Street, the proposed 6’ sidewalk will be adjacent to the curb. ADA compliant curb ramps will
be installed on both the west and east side of Hendry Street and will be connected with a 6’
crosswalk. Southbound Hendry Street will be stop controlled, while Union Street will remain free
flowing. Parking in front of Tropical Mambo Cuban Restaurant will be removed as part of this
intersection reconfiguration.
To tie into the existing Hendry Street lane geometry, the 11’ southbound left-turn lane will terminate
at the driveway for the Greyhound Station and the Fort Myers Police Department. Parking will resume
north of these driveways in the existing 8’ parking lanes on both sides of Hendry Street. The
intersection improvement would be completed regardless of which expansion option is developed
and can be found on the following page.
HE
ND
RY
STR
EE
T
1PLAN
UNION STREET
GREYHOUNDBUS STATION
TROPICALMAMBOCUBAN
RESTAURANT
FORT MYERSPOLICE
DEPARTMENT
Task 4-17
HE
ND
RY
STR
EE
T
1PLAN
UNION STREET
GREYHOUNDBUS STATION
TROPICALMAMBOCUBAN
RESTAURANT
FORT MYERSPOLICE
DEPARTMENT
Task 4-18
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 19
Three Dimensional Study for Option 4
The design team first developed a three-dimensional concept based upon site plan option 4. The canopy design was driven by the existing canopy form, in addition to the revised bus and pedestrian circulation throughout the site. The figures below provide a visual representation of the proposal.
Figure 15: 3D Rendering – Aerial View of the Intermodal Facility
Figure 16: 3D Rendering – View Facing North Under the Canopy Expansion
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 20
Figure 17: 3D Rendering – View From Union Street at the Bus Bay/Canopy Expansion
Figure 18: 3D Rendering – View Facing South Under a Pedestrian Crossing Canopy
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 21
Final Design Iteration
The Wendel team met with the stakeholders to review the design concepts. After reviewing the four refined site plan options, it was determined that expansion plan Option 2 would also be developed three-dimensionally. Option 2 would provide the necessary expansion for bus operations at the Rosa Parks Intermodal Facility based upon current and future needs identified in the study’s Justification for Expansion. The portion of the property to be acquired is currently used for storm-water management and would not affect the City’s building or parking lot.
Figure 19: Preferred Site Plan - Option 2
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 22
Three Dimensional Study for Option 2
Figure 20: 3D Rendering – Aerial View of the Intermodal Facility
Figure 21: 3D Rendering – View Facing South Under a Pedestrian Crossing Canopy
Conceptual Design
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 4 - 23
Figure 22: 3D Rendering – View Facing West at a Raised Pedestrian Crossing
Figure 23: 3D Rendering – View Facing West of the Canopy Expansion
Estimates
ROSA PARKS TRANS FACILITY
LEE COUNTY
2250 WIDMAN WAY, FORT MYERS, FLORIDA 33901
496301
CONCEPTUAL ESTIMATE
August 4, 2017
TOTAL MATERIAL TOTAL LABOR TOTAL COST
BUILDING RENOVATIONS $110,800 129,200 $240,000
OPTION 1 378,360 632,760 1,011,120
INTERSECTION IMPROVEMENTS 18,378 76,940 95,318
RATE
Sub-Total $507,538 $838,900 $1,346,438
Design & Estimate Contingency 20% $269,288
Construction Contingency 10% $134,643.82
Sub-Total Construction $1,750,370
General Conditions 10% $175,037
Construction Management Fee 5% $87,518
Escalation - Assumed escalation for 2 years at 5% a year 10% $175,037
TOTAL $2,187,962
Opinion of Probable Construction Cost
Project Name:
Project Owner:
DIVISION
Date:
Project Location:
Wendel Project Number:
Phase:
Name
BUILDING RENOVATIONS
TOTAL
Amount Unit Unit Price Total Unit Price Total
01.01 Bathrooms 1 - - - -
01.02 Demo 1 ALLOW 0 0 20,000 20,000 20,000
01.03 CMU 1 ALLOW 8,000 8,000 12,000 12,000 20,000
01.04 Stucco 1 ALLOW 4,800 4,800 7,200 7,200 12,000
01.05 Roof 1 ALLOW 12,500 12,500 12,500 12,500 25,000
01.06 Ceiling 1 ALLOW 7,500 7,500 7,500 7,500 15,000
01.07 Interior Walls 1 ALLOW 2,500 2,500 2,500 2,500 5,000
01.08 Doors 1 ALLOW 7,500 7,500 7,500 7,500 15,000
01.09 Storefront 1 ALLOW 7,000 7,000 5,000 5,000 12,000
01.10 Plumbing 1 ALLOW 39,000 39,000 26,000 26,000 65,000
01.11 Flooring 1 ALLOW 4,000 4,000 4,000 4,000 8,000
01.12 Wall Finish 1 ALLOW 3,000 3,000 5,000 5,000 8,000
01.14 Breakroom 1 - 0 0 0
01.15 Demo 1 ALLOW 0 0 3,000 3,000 3,000
01.16 Plumbing 1 ALLOW 3,000 3,000 2,000 2,000 5,000
01.17 Walls 1 ALLOW 1,500 1,500 1,500 1,500 3,000
01.18 Ceiling 1 ALLOW 1,000 1,000 1,000 1,000 2,000
01.19 Finishes 1 ALLOW 2,500 2,500 2,500 2,500 5,000
01.20 Flooring 1 ALLOW 1,000 1,000 1,000 1,000 2,000
01.22 Electrical Room 1 - 0 0 0
01.23 Demo 1 ALLOW 0 0 3,000 3,000 3,000
01.24 Walls 1 ALLOW 1,000 1,000 1,000 1,000 2,000
01.25 Doors 1 ALLOW 2,500 2,500 2,500 2,500 5,000
01.26 Finishes 1 ALLOW 2,500 2,500 1,000 2,500 5,000
110,800 129,200 240,000
TOTAL -BUILDING RENOVATIONS
Quantity Material LaborDescription
Wendel Project Number: 496301
Phase: CONCEPTUAL ESTIMATE
Date: August 4, 2017
Project Location: 2250 WIDMAN WAY, FORT MYERS, FLORIDA 33901
Opinon of Probable Construction Costs
Project Name: ROSA PARKS TRANS FACILITY
Project Owner: LEE COUNTY
Name
OPTION 1
TOTAL
Amount Unit Unit Price Total Unit Price Total
32.01 Concrete Curb 700 LF 6 4,200 8 5,600 9,800
32.02 Sidewalk concrete pavement asmbly 5500 SF 3 16,500 4 22,000 38,500
32.03 Asphalt pavement assembly 12500 SF 4 50,000 3 37,500 87,500
32.04 Landscaping 1 ALLOW 15,000 15,000 15,000 15,000 30,000
32.05 12" Wide crosswalk striping 250 LF 1 200 1 250 450
32.07 Raised Crosswalk 1900 SF 4 7,600 3 5,700 13,300
32.08 Canopies 4900 SF 54 264,600 81 396,900 661,500
32.09 Pavement Markings 70 SF 3 210 4 280 490
32.10 Signage 1 ALLOW 5,000 5,000 5,000 5,000 10,000
32.11 Demo Pavement and Curb 21000 SF 0 0 5 105,000 105,000
32.12 Haul 800 CY 0 0 33 26,400 26,400
32.13 Tactile Tiles 170 SF 15 2,550 7 1,190 3,740
32.14 Curb Cut 60 LF 0 0 24 1,440 1,440
32.15 Bollards (assumed 20) 20 EA 500 10,000 400 8,000 18,000
32.16 Utility Relocation 1 ALLOW 2,500 2,500 2,500 2,500 5,000
TOTAL -OPTION 1 378,360 632,760 1,011,120
Date: August 4, 2017
Description Quantity Material Labor
Project Location: 2250 WIDMAN WAY, FORT MYERS, FLORIDA 33901
Wendel Project Number: 496301
Phase: CONCEPTUAL ESTIMATE
Opinon of Probable Construction Costs
Project Name: ROSA PARKS TRANS FACILITY
Project Owner: LEE COUNTY
Name
INTERSECTION IMPROVEMENT
TOTAL
Amount Unit Unit Price Total Unit Price Total
33.01 Concrete Curb 197 LF 6 1,182 8 1,576 2,758
33.02 Sidewalk concrete pavement asmbly 1457 SF 3 4,371 4 5,828 10,199
33.03 Demo Pavement and Curb 7000 SF - - 5 35,000 35,000
33.04 Haul 520 CY - - 33 17,160 17,160
33.05 Tactile tiles 138 SF 15 2,070 7 966 3,036
33.06 Street Striping 105 LF 1 84 1 126 210
33.07 Fill 260 CY 12 3,120 28 7,280 10,400
33.08 Curb Cut 60 - - - 24 1,440 1,440
33.09 12" Wide crosswalk striping 64 LF 1 51 1 64 115
33.10 Landscaping 1 ALLOW 5,000 5,000 5,000 5,000 10,000
33.11 Utility Relocation 1 ALLOW 2,500 2,500 2,500 2,500 5,000
TOTAL -INTERSECTION IMPROVEMENT 18,378 76,940 95,318
Date: August 4, 2017
Description Quantity Material Labor
Project Location: 2250 WIDMAN WAY, FORT MYERS, FLORIDA 33901
Wendel Project Number: 496301
Phase: CONCEPTUAL ESTIMATE
Opinon of Probable Construction Costs
Project Name: ROSA PARKS TRANS FACILITY
Project Owner: LEE COUNTY
ROSA PARKS TRANS FACILITY
LEE COUNTY
2250 WIDMAN WAY, FORT MYERS, FLORIDA 33901
496301
CONCEPTUAL ESTIMATE
August 4, 2017
TOTAL MATERIAL TOTAL LABOR TOTAL COST
BUILDING RENOVATIONS $110,800 129,200 $240,000
OPTION 2 547,308 864,990 1,412,298
INTERSECTION IMPROVEMENTS 18,378 76,940 95,318
RATE
Sub-Total $676,486 $1,071,130 $1,747,616
Design & Estimate Contingency 20% $349,523
Construction Contingency 10% $174,761.62
Sub-Total Construction $2,271,901
General Conditions 10% $227,190
Construction Management Fee 5% $113,595
Escalation - Assumed escalation for 2 years at 5% a year 10% $227,190
TOTAL $2,839,876
Opinion of Probable Construction Cost
Project Name:
Project Owner:
DIVISION
Date:
Project Location:
Wendel Project Number:
Phase:
Name
BUILDING RENOVATIONS
TOTAL
Amount Unit Unit Price Total Unit Price Total
01.01 Bathrooms 1 - - - -
01.02 Demo 1 ALLOW 0 0 20,000 20,000 20,000
01.03 CMU 1 ALLOW 8,000 8,000 12,000 12,000 20,000
01.04 Stucco 1 ALLOW 4,800 4,800 7,200 7,200 12,000
01.05 Roof 1 ALLOW 12,500 12,500 12,500 12,500 25,000
01.06 Ceiling 1 ALLOW 7,500 7,500 7,500 7,500 15,000
01.07 Interior Walls 1 ALLOW 2,500 2,500 2,500 2,500 5,000
01.08 Doors 1 ALLOW 7,500 7,500 7,500 7,500 15,000
01.09 Storefront 1 ALLOW 7,000 7,000 5,000 5,000 12,000
01.10 Plumbing 1 ALLOW 39,000 39,000 26,000 26,000 65,000
01.11 Flooring 1 ALLOW 4,000 4,000 4,000 4,000 8,000
01.12 Wall Finish 1 ALLOW 3,000 3,000 5,000 5,000 8,000
01.14 Breakroom 1 - 0 0 0
01.15 Demo 1 ALLOW 0 0 3,000 3,000 3,000
01.16 Plumbing 1 ALLOW 3,000 3,000 2,000 2,000 5,000
01.17 Walls 1 ALLOW 1,500 1,500 1,500 1,500 3,000
01.18 Ceiling 1 ALLOW 1,000 1,000 1,000 1,000 2,000
01.19 Finishes 1 ALLOW 2,500 2,500 2,500 2,500 5,000
01.20 Flooring 1 ALLOW 1,000 1,000 1,000 1,000 2,000
01.22 Electrical Room 1 - 0 0 0
01.23 Demo 1 ALLOW 0 0 3,000 3,000 3,000
01.24 Walls 1 ALLOW 1,000 1,000 1,000 1,000 2,000
01.25 Doors 1 ALLOW 2,500 2,500 2,500 2,500 5,000
01.26 Finishes 1 ALLOW 2,500 2,500 1,000 2,500 5,000
110,800 129,200 240,000
TOTAL -BUILDING RENOVATIONS
Quantity Material LaborDescription
Wendel Project Number: 496301
Phase: CONCEPTUAL ESTIMATE
Date: August 4, 2017
Project Location: 2250 WIDMAN WAY, FORT MYERS, FLORIDA 33901
Opinon of Probable Construction Costs
Project Name: ROSA PARKS TRANS FACILITY
Project Owner: LEE COUNTY
Name
OPTION 2
TOTAL
Amount Unit Unit Price Total Unit Price Total
32.01 Concrete Curb 1000 LF 6 6,000 8 8,000 14,000
32.02 Sidewalk concrete pavement asmbly 8000 SF 3 24,000 4 32,000 56,000
32.03 Asphalt pavement assembly 13500 SF 4 54,000 3 40,500 94,500
32.04 Landscaping 1 ALLOW 15,000 15,000 15,000 15,000 30,000
32.05 12" Wide crosswalk striping 260 LF 1 208 1 260 468
32.07 Raised Crosswalk 2700 SF 4 10,800 3 8,100 18,900
32.08 Canopies 6700 SF 54 361,800 81 542,700 904,500
32.09 Pavement Markings 150 SF 3 450 4 600 1,050
32.10 Signage 1 ALLOW 5,000 5,000 5,000 5,000 10,000
32.11 Demo Pavement and Curb 23000 SF 0 0 5 115,000 115,000
32.12 Haul 900 CY 0 0 33 29,700 29,700
32.13 Tactile Tiles 170 SF 15 2,550 7 1,190 3,740
32.14 Curb Cut 60 LF 0 0 24 1,440 1,440
32.15 Bollards (assumed 20) 20 EA 500 10,000 400 8,000 18,000
32.16 Utility Relocation 1 ALLOW 2,500 2,500 2,500 2,500 5,000
32.17 Dumpster Enclosure 1 ALLOW 5,000.00 5,000.00 5,000.00 5,000.00 10,000.00
32.18 Drainage Modifications 1 ALLOW 50,000.00 50,000.00 ####### 50,000.00 100,000.00
TOTAL -OPTION 2 547,308 864,990 1,412,298
Date: August 4, 2017
Description Quantity Material Labor
Project Location: 2250 WIDMAN WAY, FORT MYERS, FLORIDA 33901
Wendel Project Number: 496301
Phase: CONCEPTUAL ESTIMATE
Opinon of Probable Construction Costs
Project Name: ROSA PARKS TRANS FACILITY
Project Owner: LEE COUNTY
Name
INTERSECTION IMPROVEMENT
TOTAL
Amount Unit Unit Price Total Unit Price Total
33.01 Concrete Curb 197 LF 6 1,182 8 1,576 2,758
33.02 Sidewalk concrete pavement asmbly 1457 SF 3 4,371 4 5,828 10,199
33.03 Demo Pavement and Curb 7000 SF - - 5 35,000 35,000
33.04 Haul 520 CY - - 33 17,160 17,160
33.05 Tactile tiles 138 SF 15 2,070 7 966 3,036
33.06 Street Striping 105 LF 1 84 1 126 210
33.07 Fill 260 CY 12 3,120 28 7,280 10,400
33.08 Curb Cut 60 - - - 24 1,440 1,440
33.09 12" Wide crosswalk striping 64 LF 1 51 1 64 115
33.10 Landscaping 1 ALLOW 5,000 5,000 5,000 5,000 10,000
33.11 Utility Relocation 1 ALLOW 2,500 2,500 2,500 2,500 5,000
TOTAL -INTERSECTION IMPROVEMENT 18,378 76,940 95,318
Date: August 4, 2017
Description Quantity Material Labor
Project Location: 2250 WIDMAN WAY, FORT MYERS, FLORIDA 33901
Wendel Project Number: 496301
Phase: CONCEPTUAL ESTIMATE
Opinon of Probable Construction Costs
Project Name: ROSA PARKS TRANS FACILITY
Project Owner: LEE COUNTY
ROSA PARKS TRANS FACILITY
LEE COUNTY
2250 WIDMAN WAY, FORT MYERS, FLORIDA 33901
496301
CONCEPTUAL ESTIMATE
August 1, 2017
TOTAL MATERIAL TOTAL LABOR TOTAL COST
BUILDING RENOVATIONS $110,800 129,200 $240,000
OPTION 3 - NEW CANOPIES AND DRIVE LANES 541,833 919,852 1,461,685
OPTION 4 - ADD PARKING LOT 60,844 114,931 175,775
INTERSECTION IMPROVEMENTS 18,378 76,940 95,318
RATE
Sub-Total $681,899 $1,226,654 $1,908,553
Design & Estimate Contingency 20% $381,711
Construction Contingency 10% $190,855
Sub-Total Construction $2,481,119
General Conditions 10% $248,112
Construction Management Fee 5% $124,056
Escalation - Assume middle construction August 2018 3% $74,434
TOTAL $2,927,720
Opinion of Probable Construction Cost
Project Name:
Project Owner:
DIVISION
Date:
Project Location:
Wendel Project Number:
Phase:
Name
BUILDING RENOVATIONS
TOTAL
Amount Unit Unit Price Total Unit Price Total
01.01 Bathrooms 1 - - - -
01.02 Demo 1 ALLOW 0 0 20,000 20,000 20,000
01.03 CMU 1 ALLOW 8,000 8,000 12,000 12,000 20,000
01.04 Stucco 1 ALLOW 4,800 4,800 7,200 7,200 12,000
01.05 Roof 1 ALLOW 12,500 12,500 12,500 12,500 25,000
01.06 Ceiling 1 ALLOW 7,500 7,500 7,500 7,500 15,000
01.07 Interior Walls 1 ALLOW 2,500 2,500 2,500 2,500 5,000
01.08 Doors 1 ALLOW 7,500 7,500 7,500 7,500 15,000
01.09 Storefront 1 ALLOW 7,000 7,000 5,000 5,000 12,000
01.10 Plumbing 1 ALLOW 39,000 39,000 26,000 26,000 65,000
01.11 Flooring 1 ALLOW 4,000 4,000 4,000 4,000 8,000
01.12 Wall Finish 1 ALLOW 3,000 3,000 5,000 5,000 8,000
01.14 Breakroom 1 - 0 0 0
01.15 Demo 1 ALLOW 0 0 3,000 3,000 3,000
01.16 Plumbing 1 ALLOW 3,000 3,000 2,000 2,000 5,000
01.17 Walls 1 ALLOW 1,500 1,500 1,500 1,500 3,000
01.18 Ceiling 1 ALLOW 1,000 1,000 1,000 1,000 2,000
01.19 Finishes 1 ALLOW 2,500 2,500 2,500 2,500 5,000
01.20 Flooring 1 ALLOW 1,000 1,000 1,000 1,000 2,000
01.22 Electrical Room 1 - 0 0 0
01.23 Demo 1 ALLOW 0 0 3,000 3,000 3,000
01.24 Walls 1 ALLOW 1,000 1,000 1,000 1,000 2,000
01.25 Doors 1 ALLOW 2,500 2,500 2,500 2,500 5,000
01.26 Finishes 1 ALLOW 2,500 2,500 1,000 2,500 5,000
110,800 129,200 240,000
Project Location: 2250 WIDMAN WAY, FORT MYERS, FLORIDA 33901
Opinon of Probable Construction Costs
Project Name: ROSA PARKS TRANS FACILITY
Project Owner: LEE COUNTY
LaborDescription
Wendel Project Number: 496301
Phase: CONCEPTUAL ESTIMATE
Date: August 1, 2017
TOTAL -BUILDING RENOVATIONS
Quantity Material
Name
OPTION 3 - NEW CANOPIES AND DRIVE LANES
TOTAL
Amount Unit Unit Price Total Unit Price Total
32.01 Concrete Curb 1209 LF 6 7,254 8 9,672 16,926
32.02 Sidewalk concrete pavement asmbly 9427 SF 3 28,281 4 37,708 65,989
32.03 Asphalt pavement assembly 15770 SF 4 63,080 3 47,310 110,390
32.04 Landscaping 1 ALLOW 20,000 20,000 20,000 20,000 40,000
32.05 12" Wide crosswalk striping 322 LF 1 258 1 322 580
32.06 Arch Colvert/Bridge 1 ALLOW 25,000 25,000 25,000 25,000 50,000
32.07 Raised Crosswalk 1479 SF 4 5,916 3 4,437 10,353
32.08 Canopies 6817 SF 54 368,118 81 552,177 920,295
32.09 Pavement Markings 72 SF 3 216 4 288 504
32.10 Signage 1 ALLOW 5,000 5,000 5,000 5,000 10,000
32.11 Demo Pavement and Curb 33000 SF 0 0 5 165,000 165,000
32.12 Haul 1100 CY 0 0 33 36,300 36,300
32.13 Tactile Tiles 414 SF 15 6,210 7 2,898 9,108
32.14 Curb Cut 135 LF 0 0 24 3,240 3,240
32.15 Bollards (assumed 20) 20 EA 500 10,000 400 8,000 18,000
32.16 Utility Relocation 1 ALLOW 2,500 2,500 2,500 2,500 5,000
TOTAL -OPTION 3 - NEW CANOPIES AND DRIVE LANES 541,833 919,852 1,461,685
Opinon of Probable Construction Costs
Project Name: ROSA PARKS TRANS FACILITY
Project Owner: LEE COUNTY
Labor
Project Location: 2250 WIDMAN WAY, FORT MYERS, FLORIDA 33901
Wendel Project Number: 496301
Phase: CONCEPTUAL ESTIMATE
Date: August 1, 2017
Description Quantity Material
Name
OPTION 4 - ADD PARKING LOT
TOTAL
Amount Unit Unit Price Total Unit Price Total
31.01 Asphalt pavement assembly 10200 SF 4 40,800 3 30,600 71,400
31.02 Demo Pavement and Curb 10200 SF - 5 51,000 51,000
31.03 Haul 377 CY - 33 12,441 12,441
31.04 Concrete Curb 70 LF 6 420 8 560 980
31.05 Sidewalk concrete pavement asmbly 700 SF 3 2,100 4 2,800 4,900
31.06 Landscaping 1 ALLOW 5,000 5,000 5,000 5,000 10,000
31.07 Drainage 1 ALLOW 10,000 10,000 10,000 10,000 20,000
31.08 12" Wide crosswalk striping 30 LF 1 24 1 30 54
31.09 Utility Relocation 1 ALLOW 2,500 2,500 2,500 2,500 5,000
TOTAL -OPTION 4 - ADD PARKING LOT 60,844 114,931 175,775
Opinon of Probable Construction Costs
Project Name: ROSA PARKS TRANS FACILITY
Project Owner: LEE COUNTY
Labor
Project Location: 2250 WIDMAN WAY, FORT MYERS, FLORIDA 33901
Wendel Project Number: 496301
Phase: CONCEPTUAL ESTIMATE
Date: August 1, 2017
Description Quantity Material
Name
INTERSECTION IMPROVEMENT
TOTAL
Amount Unit Unit Price Total Unit Price Total
33.01 Concrete Curb 197 LF 6 1,182 8 1,576 2,758
33.02 Sidewalk concrete pavement asmbly 1457 SF 3 4,371 4 5,828 10,199
33.03 Demo Pavement and Curb 7000 SF - - 5 35,000 35,000
33.04 Haul 520 CY - - 33 17,160 17,160
33.05 Tactile tiles 138 SF 15 2,070 7 966 3,036
33.06 Street Striping 105 LF 1 84 1 126 210
33.07 Fill 260 CY 12 3,120 28 7,280 10,400
33.08 Curb Cut 60 - - - 24 1,440 1,440
33.09 12" Wide crosswalk striping 64 LF 1 51 1 64 115
33.10 Landscaping 1 ALLOW 5,000 5,000 5,000 5,000 10,000
33.11 Utility Relocation 1 ALLOW 2,500 2,500 2,500 2,500 5,000
TOTAL -INTERSECTION IMPROVEMENT 18,378 76,940 95,318
Opinon of Probable Construction Costs
Project Name: ROSA PARKS TRANS FACILITY
Project Owner: LEE COUNTY
Labor
Project Location: 2250 WIDMAN WAY, FORT MYERS, FLORIDA 33901
Wendel Project Number: 496301
Phase: CONCEPTUAL ESTIMATE
Date: August 1, 2017
Description Quantity Material
Task 5
Public Involvement
Public Involvement
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 5 - 1
Initial Public Meeting
LeeTran held an “open house” workshop on Tuesday, May 16, 2017 at the Rosa Parks Transportation Center, 4350 Widman Way, Fort Myers, Florida for the Rosa Parks Transportation Center Improvements Study.
The goal of the workshop was to gather feedback from the community and LeeTran patrons on the existing facility, what amenities they would like to see in the future and desired operational improvements.
A newsletter announcing the workshop was mailed to property owners adjacent to the Transportation Center. An email with the flyer as an attachment was sent to elected officials and local agencies to notify them about the workshop. The workshop was advertised in the News Press in English and Spanish. A media release was also sent out to all local media. Posters, in English and Spanish, inviting the public to the workshop were displayed around the Transportation Center.
A comment sheet was distributed and approximately 69 questionnaires were filled out by public meeting attendees. Poster boards were also available to record the public’s comments. Approximately 50 comments were received at the workshop through this format.
Some of the most common comments received were: need outdoor vending, secure bicycle facility, indoor concessionaire, larger parking lot, nighttime security, expanded lobby, availability of restrooms after hours, phone charger outlets inside and outside, improvements for legally blind patrons, better wheelchair access, and more shade and outdoor fans.
Photos from the first Public Meeting
Figures 1 & 2: Wendel and Cella Molnar Staff Surveying Transit Riders
Public Involvement
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 5 - 2
Figures 3 & 4: Wendel and LeeTran Staff Surveying Transit Riders
Final Public Meeting
LeeTran held a second workshop on Tuesday, August 8, 2017 at the Rosa Parks Transportation Center, 4350 Widman Way, Fort Myers, Florida for the Rosa Parks Transportation Center Improvements Study.
Again, the goal of the workshop was to gather feedback from the community and LeeTran patrons on the proposed improvements to the existing facility and operational improvements.
A newsletter announcing the workshop was mailed to property owners adjacent to the Transportation Center. An email with the flyer as an attachment was sent to elected officials and local agencies to notify them about the workshop. The workshop was advertised in the News Press in English and Spanish. A media release was sent to all local media. Posters, in English and Spanish, inviting the public to the workshop were displayed around the Transportation Center
A comment sheet was distributed. Approximately 19 comments were received at the workshop.
Some of the most common comments received were: like the new plan, need covered bicycle storage, and nighttime security.
All materials announcing the public meeting, questionnaires and comments received are contained in Appendix B.
Public Involvement
WENDEL | LeeTran Rosa Parks Intermodal Facility Task 5 - 3
Photos from the Final Public Meeting
Figures 5 & 6: Wendel and Cella Molnar Staff Surveying Transit Riders
Figure 7: LeeTran Staff Surveying Transit Riders
Environmental Analysis
NEPA Analysis and Documentation
Environmental Analysis
WENDEL | LeeTran Rosa Parks Intermodal Facility Environmental Analysis 6 - 1
Overview
It is expected that the Florida Department of Transportation (FDOT) will be providing the non-local funding for this project and is expected to use state funding sources only. No federal funding from the Federal Transit Administration (FTA) or the Federal Highway Administration (FHWA) is expected to support the improvements and expansion of the Rosa Parks Transportation Center. FDOT regulations state that transportation non-major transportation projects that do not receive federal funds do not require the study and documentation set out under the National Environmental Policy Act (NEPA). Instead, for transportation projects that are undertaken by local governments and using state/local funding only, the preparation of a Project Environmental Impact Report (PEIR) serves as the environmental documentation. Existing Conditions
The base project expansion only utilizes existing LeeTran property. It would, however, require some circulation modification. Other options would require property acquisition to the south which is currently owned by the City of Fort Myers. The property consists of a 2-story structure, 2 surface parking lots, and a storm-water management area. Criteria Required for a Florida Project Environmental Impact Report (PEIR)
The PEIR calls for documentation of basic project information in the following areas: 1. PROJECT DESCRIPTION AND PURPOSE AND NEED
2. ENVIRONMENTAL ANALYSIS
3. ANTICIPATED PERMITS
4. ENGINEERING ANALYSIS
5. COMMITMENTS
6. SELECTED ALTERNATIVE
7. APPROVED FOR PUBLIC AVAILABILITY
8. PUBLIC INVOLVEMENT
The Environmental Analysis section asks for an indication of whether the project will have any substantial impacts in four areas. For each subcategory a choice of: Yes – Substantial Impact; No – No Substantial Impact; Enhance – the impact is an enhancement; and No Inv – the issue is absent and no involvement. The four areas and subcategories are as follows:
2. ENVIRONMENTAL ANALYSIS
A. SOCIAL and ECONOMIC 1. Social 2. Economic 3. Land Use Changes 4. Mobility 5. Aesthetic Effects 6. Relocation Potential
Environmental Analysis
WENDEL | LeeTran Rosa Parks Intermodal Facility Environmental Analysis 6 - 2
B. CULTURAL 1. Historic Sites/Districts 2. Archaeological Sites 3. Recreational Areas
C. NATURAL 1. Wetlands and Other Surface Waters 2. Aquatic Preserves and Outstanding FL Waters 3. Water Quality and Water Quantity 4. Wild and Scenic Rivers 5. Floodplains 6. Coastal Barrier Resources 7. Protected Species and Habitat 8. Essential Fish Habitat
D. PHYSICAL 1. Highway Traffic Noise 2. Air Quality 3. Contamination 4. Utilities and Railroads 5. Construction 6. Bicycles and Pedestrians 7. Navigation
Supporting documentation is required to explain why no impacts are expected or when impacts are noted, a description of mitigation measures is required.
If a project is expected to have any impacts on historic or archaeological resources, consultation with the Florida Division of Historical Resources (DHR) is required. NEPA If it is decided later to pursue federal funding for the project, a NEPA study will be required. There are three levels of study that NEPA reviews may fall under. Projects similar in nature to the proposed plans for expansion of the LeeTran facility, typically require a finding from FTA that the project qualifies for a Categorical Exclusion (CATEX). A CATEX requires the least extensive level of analysis of the three and requires minimal documentation of any environmental effects and potential mitigation measures to address those effects. Categorical Exclusions, as defined in 23 CFR 771.118, include actions which do not induce significant impacts to planned growth or land use for an area, do not require the relocation of significant numbers of people, and do not involve significant impacts to any natural, cultural, recreational, historic, community or other resource. Furthermore, the action must not have significant impacts to air, noise, or water quality or have a significant impact on existing travel patterns Criteria Required for Documented Categorical Exclusion (CATEX)
The Categorical Exclusion would document natural, cultural, and community resources and issue areas required by NEPA. The following items and more could apply to the proposed action.
Traffic, Transportation, and Parking Land Acquisition and Displacements Land Use and Zoning Air Quality Noise Cultural and Natural Resources Visual Appearance/Aesthetics
Environmental Analysis
WENDEL | LeeTran Rosa Parks Intermodal Facility Environmental Analysis 6 - 3
Public Safety and Security Ecologically Sensitive Areas and Endangered Species Wetlands and Floodplains Water Resources/Water Quality Farmlands Wild and Scenic Rivers, Navigable Waterways, and Coastal Resources Socioeconomics Environmental Justice (EJ) Environmental Risk Sites and Hazardous Materials Seismic Activity
Appendix A
Appendix A
List of Report Figures Analysis of Conditions Report Meeting Minutes Meeting Presentations Transportation Reference Documents
Appendix A
Report Figures
Figure Number Title Section and Page Task 2 1 Wendel Team Surveying Property Task 2-1 2 City Property to the South Task 2-2 3 View of Rosa Parks Intermodal Facility from Southeast Corner
of Property Task 2-2
4 View of Canopies Facing North Along Jackson Street Task 2-2 5 View Under Canopies Facing North Task 2-2 6 View of Greyhound Slips Facing East Task 2-2 7 Canopy Between Transit Building and Western Bus Canopies Task 2-3 8 Stormwater Management Along Southern Property Line Task 2-3 9 View Facing West of Southern Parcel Task 2-3 10 Existing Bike Racks Next to Canopies Task 2-3 11 Electrical and IT Wiring Task 2-3 12 Inadequate Storage Space Task 2-3 13 Sawtooth Bay Task 2-4 14 Pull-through Bay Task 2-4 15 Herringbone Bay Task 2-4 16 Modified Herringbone Task 2-4 17 Bus Bay Space Requirements Task 2-5 18 Bay Limitation Chart Task 2-5 Task 4 1 Aerial of Existing Site Conditions Task 4-1 2 Site Plan Sketch – Option 1 Task 4-2 3 Site Plan Sketch – Option 2 Task 4-3 4 Site Plan Sketch – Option 3 Task 4-4 5 Site Plan Sketch – Option 4 Task 4-5 6 Revised Site Plan Sketch – Option 4, Phase 1 Task 4-6 7 Existing Building Floor Plan Task 4-9 8 Renovation Floor Plan/ Building Expansion Task 4-10 9 Refined Site Plan Sketch – Option 1 Task 4-11 10 Refined Site Plan Sketch – Option 2 Task 4-12 11 Refined Site Plan Sketch – Option 3 Task 4-13 12 Refined Site Plan Sketch – Option 4 Task 4-14 13 Site Plan Option 1 Autoturn Task 4-15 14 Site Plan Option 4 Autoturn Task 4-15 15 3D Rendering – Aerial View of the Intermodal Facility Task 4-19 16 3D Rendering – View Facing North Under the Canopy
Expansion Task 4-19
17 3D Rendering – View From Union Street at the Bus Bay/Canopy Expansion
Task 4-20
18 3D Rendering – View Facing South Under a Pedestrian Crossing Canopy
Task 4-20
19 Preferred Site Plan - Option 2 Task 4-21 20 3D Rendering – Aerial View of the Intermodal Facility Task 4-22 21 3D Rendering – View Facing South Under a Pedestrian
Crossing Canopy Task 4-22
Appendix A
22 3D Rendering – View Facing West at a Raised Pedestrian Crossing
Task 4-23
23 3D Rendering – View Facing West of the Canopy Expansion Task 4-23 Task 5 1 & 2 Wendel and Cella Molnar Staff Surveying Transit Riders Task 5-1 3 & 4 Wendel and LeeTran Staff Surveying Transit Riders Task 5-2 5 & 6 Wendel and Cella Molnar Staff Surveying Transit Riders Task 5-3 7 LeeTran Staff Surveying Transit Riders Task 5-3
1
Rosa Parks Feasibility Study
LeeTran
Analysis of Conditions – Justification to Expand
This paper is a first phase of an Analysis of Conditions for the Rosa Parks Feasibility Study, and is
intended to provide an interim working understanding of the facility use and need for future
expansion.
Introduction This memorandum will provide a brief overview of the Rosa Parks Intermodal Facility as well as review
the short- and long-term transit service changes identified in a selection of recent community plans
involving Lee County Transit (LeeTran) that are intended to help accommodate future population and
employment growth in the county. The following county-based plans were examined and are
summarized herein because of their inclusion of various transportation and/or transit services that
presently or are proposed to converge at the Rosa Parks Intermodal Facility: the Comprehensive
Operational Analysis (COA) (2010), the “Mobile Lee” Transit Development Plan (TDP) (2016), both
compiled for LeeTran, as well as the County’s 2035 Public Transportation Vision Plan (2011) and 2040
Long Range Transportation Plan (LRTP) Transit Element (2015). Specific attention has been paid to
LeeTran routes that may serve the intermodal facility in the event that it is expanded. Finally, the topics
of access to and coordination with other transportation modes (including paratransit, intercity bus,
pedestrian and bicycle travel, taxi service, and ride-hailing services) will be reviewed as discussed within
these relevant plans. Overviews and summaries of each of the plans and modes identified above have
been included in Appendix A for reference. Below is a summary of the current facility that outlines the
context for this analysis, followed by a summary of its current utilization, as well as the identification of
future need and capacity issues.
Context The Rosa Parks Intermodal Facility is located in downtown Fort Myers at 2250 Widman Way, one block
south of Dr. Martin Luther King, Jr. Boulevard and two blocks north of City of Palms Park. Presently, the
facility is a key transfer center for local fixed-route bus services operated by LeeTran and is one of the
largest transfer centers in the LeeTran system. In addition to six local fixed-route buses, both of the
Downtown River District Trolleys circulate through the Rosa Parks facility. Finally, the Greyhound inter-
city bus service operates out of the intermodal facility and connects the LeeTran system and, therefore,
Fort Myers to many nearby cities.
In total, the transportation facility includes 14 bus bays. Nine of these bays are reserved for LeeTran’s
local fixed-route bus services, with five bays reserved for Greyhound’s inter-city bus service. There are
also four parking stalls reserved for paratransit or other coordinated services in the general parking area
Due to higher bus activity during the winter season, LeeTran is utilizing unmarked open space behind the
Greyhound bay area, for two buses on the half hour all day during service hours. On top of these fixed-route
services, various on-demand transportation modes also converge at the Rosa Parks facility on a daily
basis and which adds even more vehicle and passenger traffic to an increasingly constrained facility.
2
Summary of Current Use and Future Needs When examining the number of vehicles present at the Rosa Parks Intermodal Facility throughout an
average day, the extent of the facility’s utilization can be clearly understood. When totaling the number
of vehicles present during any 15-minute window, a maximum of 10 and an average of 4 vehicles are
present during a typical day. At 30-minute windows, there is a maximum of 10 and an average of 8
vehicles present at the facility. Finally, at 60-minute windows, there is a maximum of 18 and an average
of 14 vehicles present at the facility. Therefore, given the current LeeTran fixed-route operating
schedules, the Rosa Parks facility is currently functioning in a manner where it is close to reaching its
available (expanded) bay capacity during the shorter time windows, and lacks the flexibility to
accommodate more vehicles during the longer time windows.
The maximum of 10 vehicles within any 15-minute window is reached only during the morning peak
hour of 6:00 AM. Throughout the rest of the day, LeeTran staff have done a good job given the current
service schedule in avoiding reaching the facility’s bus capacity, but there is a limit to how many
schedule adjustments may be made to continue to stay below this constraint threshold. With fixed-
route services operating as early as 5:00 AM and as late as 10:00 PM from the facility, the hourly
demands on the facility are very high and do not leave room for accommodating service changes to
existing routes, let alone addressing schedule disruptions, expansions in paratransit or intercity bus
services, or changes in the other modes that generate increases in passenger traffic. Furthermore,
during the period from 6:00 AM to 8:00 PM, on an average day, a minimum of 15 buses utilize the Rosa
Parks facility in any given hour, which exceeds the current expanded bus bay utilization of 12 by 3
vehicles. Presently, there are not serious scheduling conflicts for these 15 rotating buses; however, with
frequency adjustments, new services, and longer service hours, the facility may soon become a more
significant constraint on LeeTran’s ability to provide transit services as intended.
In the event that some of the frequency reductions or service hour expansions are implemented (where
no new vehicles are required), it is anticipated that the Rosa Parks facility still will need to expand (or
LeeTran drastically alter its bus schedules in a non-optimal manner) in order to accommodate some
increased bus traffic to the center. Nevertheless, the reasonable expectation is that at least some of the
proposed vehicle additions identified in the various plans will occur and, if so, they will need to be
accommodated in some fashion.
What actually does get implemented is not easily predictable as funding for these additional services
must be secured in order to implement. However, any increase over the services currently being
provided that utilize the facility would require additional space or an alternative location to
accommodate transfers and operations. Also, it is important to also point out that these potential
estimates of vehicle additions do not specifically numerate the number of new vehicles that would be
serving the facility for paratransit service (which is based on the expansion of fixed-route services) or
inter-city bus service. Nor does the possible service growth help scale the potential corresponding
growth in complementary ride-hailing, pedestrian, and bicycle mode use of the facility, which, while
these would not require the use of bus bays, they all would contribute to increases in passenger traffic
at the site and increase the demand for the various services and facilities housed there.
3
Appendix A
Summaries of Plans
Lee Tran COA Based on data gathered during the most recent COA, the six local routes that serve the Rosa Parks
Intermodal Facility account for 49 percent of total weekday boardings (compared to 45% of total
Saturday boardings, and consistent with the routes’ proportion of total annual ridership). The high
proportion of total weekday boardings represented on these routes suggests that they individually
consist of a higher proportion of work-related trips on average than the remaining routes. The COA’s
evaluation of the fixed-route services operated by LeeTran revealed a number of opportunities for
service enhancement. The opportunities were divided into near-term, short-term, and medium-term
considerations.
Near-term considerations (NT) include low-cost efficiency improvements that may enhance the
directness of routes, reduce trip travel time, or enhance connectivity; moreover, these improvements
were considered feasible given existing LeeTran resources. Short-term considerations (ST) include
moderate modifications that may occur in the three- to four-year timeframe and may include route
realignments, route truncation or discontinuation, or changes in the type of service provided. Medium-
term considerations (MT) include major service modifications that may be implemented in five years or
more and may require an increase in resources. The projected impacts on the Rosa Parks facility from
the modifications to the routes indicated below include more frequent headways/more buses at the
facility, higher route productivity/more passenger traffic, and additional bus routes coming to the
facility. It is important to note that the following modifications also would result in some changes in the
complementary ADA service area, for which Routes 10 and 15 would see a slight reduction in service
area of about 1.28 sq. miles and Route 70 would see a slight expansion in service area of about .35 sq.
miles.
Fixed‐Route Service
Route 5:
o ST – New route to replace Route 10 configuration from Rosa Parks to the Edison Mall
Route 10:
o NT – Consider eliminating evening trips on Saturday
o ST – Split route at Rosa Parks Downtown Terminal
Alternative 1 – Truncate at split service; new Route 5 to pick up split service
Alternative 2 – Split service; existing Route 80 to pick up split service. Removes
need for 1 bus.
o MT – Extend service to Forum DRI
Route 15:
o NT – Eliminate Billy Creek Loop
Route 20:
o ST – Complete Harborside Event Center Loop
o MT – Implement anchor point on Palm Beach Boulevard
Route 70:
4
o ST – Eliminate Orange Grove Loop
Route 80:
o ST – Replace Route 10 configuration on Fowler Street to Rosa Parks. Requires additional
bus.
Alternative 1 – Rosa Parks to Gulf Coast Hospital
Alternative 2 – Rosa Parks to South Fort Myers High School
Route 100:
o MT – Implement short turns east of I-75
Route 140:
o ST – Implement short turns at the Bell Tower Shops. Removes need for 2 buses.
Net Impact While some of the COA recommendations were implemented, should the LeeTran COA be implemented
in full, the net effect would yield a reduction in revenue depending on the alternative pursued. This
reduction would have little or no effect on the capacity need or volume of buses meeting at the Rosa
Parks facility.
Mobile Lee TDP According to the estimates generated using the T-BEST model for the Mobile Lee TDP, ridership across
the entire LeeTran system was projected to grow by 13.19 percent over the 2017-2026 period, or
approximately 1.3 percent annually. While each of the LeeTran routes will experience this estimated
growth in different magnitudes, the routes that currently transfer at the Rosa Parks Intermodal Facility
are estimated to grow by an average of 14.83 percent over the same period (and Routes 10 and 15 by
20%). The 6 routes that are presently scheduled through the Rosa Parks facility out of LeeTran’s total 26
currently account for over 45 percent of total annual ridership, and are projected to retain this share of
ridership through the final 2026 year of the TDP’s T-BEST forecasts. In order to accommodate this
anticipated growth in ridership, the TDP’s stakeholder recommended enhancements recommended a
variety of service changes including extended hours/days, frequency adjustments, route realignments,
and new services, as well as explored the implications of adding BRT services to the current network.
Net Impact Should the Mobile Lee TDP stakeholder recommended enhancements be implemented in full, the net
effect is that 27 new vehicles (9 fixed-route, 14 BRT, 4 Express) will be using the Rosa Parks Intermodal
Facility daily as part of this 10-year plan. The impacts of the increased vehicles coming into the facility
will be major, with increased frequencies bringing the vehicles there more often and over a longer
service span each day.
2035 Lee County Public Transportation Vision Plan This 25-year Vision Plan for Lee County was completed soon after the completion of Mobile Lee TDP,
and was later used as a starting point for the 2040 LRTE. This Vision Plan effectively expanded the TDP
5
horizon to 2035 in order to identify and strategically implement services that will best meet long-term
future transit demand. The plan presented a transit service network that consisted of BRT, express bus,
local bus, circulator, and flex services. Furthermore, these services were generally identified to be part
of either a premium transit or support network type, but together the networks are designed to address
regional and local public transportation needs.
As part of the BRT and express bus modes presented in the Vision Plan, the Rosa Parks facility was
positioned as a key transfer hub within this potential network. Specifically, three BRT and three express
bus routes had a terminus at the Rosa Parks Intermodal Facility. In addition to these premium transit
services, the facility would continue to function as a key transfer station for a handful of fixed-route as
well as circulator services. Route 100 and Route 140 continue to utilize the facility as part of the Vision
Plan, as well as the McGregor Boulevard fixed-route service proposed in the prior TDP and a newly
proposed Pine Island fixed-route service. Finally, a series of circulators, many adapted from existing
fixed-route services, would utilize the facility including: the Route 10, Route 15, and Route 20
neighborhood circulators, as well as Route 80 as proposed in the prior COA.
A detailed summary of these service changes for routes serving the facility as part of the Vision Plan can
be found below.
Circulator/Fixed‐Route Service
Route 10
o FY12-FY15: Service realignment, to 60-minute headways, running Monday-Sunday, 6:05
AM to 9:20 PM
o FY21-FY25: Increase service frequency and hours of service to 20/60-minute headways,
running Monday-Sunday, 6:05 AM to 12:00 AM. Requires 1 additional bus.
Route 15
o FY12-FY15: Service realignment, to 80-minute headways, running Monday-Saturday,
6:05 AM to 9:40 PM
o FY21-FY25: Increase service frequency, days and hours of service to 20/40-minute
headways, running Monday-Sunday, 6:00 AM to 12:00 AM. Requires 2 additional buses.
Route 20
o FY12-FY15: Service realignment, to 30-minute headways, running Monday-Saturday,
5:30 AM to 9:00 PM
o FY21-FY25: Increase service frequency, days and hours of service to 20/30-minute
headways, running Monday-Sunday, 5:40 AM to 12:00 AM. Requires 1 additional bus.
Route 70
o FY12-FY15: Increase hours of service, at 30-minute headways, running Monday-Friday,
AM and PM peak
o FY21-FY25: [Modified Route] Increase hours of service, at 30-minute headways, running
Monday-Sunday, 5:30 AM to 12:00 AM
Route 80
o FY26-FY30: Increase service frequency, hours, and realignment operating Monday-
Saturday, to 60-minute weekday and 125-minute Saturday frequencies, running 6:40
AM to 12:00 AM. Requires 1 additional bus.
Route 100
6
o FY16-FY20: Increase service frequency to 20-minute headways, running Monday-Friday,
AM and PM peak
o FY21-FY25: Increase service frequency and hours, to 20-minute headways, running
Monday-Sunday, 5:30 AM to 12:00 AM
Route 140
o FY12-FY15: Increase hours of service, at 20-minute headways, running Monday-Sunday,
5:00 AM to 11:00 PM
McGregor Boulevard Fixed-Route
o FY26-FY30: New local service running at 120-minute headways, running Monday-Friday,
6:00 AM to 10:00 PM. Requires 2 additional buses.
o FY26-FY30: Expand days of operation, increase service frequency and hours, expanding
to Saturdays, to 30-minute weekday and 60-minute Saturday frequencies, running 6:00
AM to 12:00 AM
Pine Island Fixed-Route
o FY26-FY30: New local service operating Monday-Saturday, at 30-minute weekday and
60-minute Saturday frequencies, running 6:00 AM to 12:00 AM. Requires 3 additional
buses.
BRT Service
US 41 BRT
o FY16-FY20: New BRT service, at 10/15-minute headways, running Monday-Friday, 6:00
AM to 12:00 AM
Palm Beach BRT
o FY16-FY20: New BRT service, at 10/15-minute headways, running Monday-Friday, 6:00
AM to 12:00 AM. Requires 3 additional buses.
MLK Jr BRT
o FY26-FY30: New BRT service, at 10/15-minute headways, running Monday-Friday, 6:00
AM to 12:00 AM. Requires 3 additional buses.
Express Service
Cape Coral Express
o FY26-FY30: New Express service, at 30-minute headways, running Monday-Friday, AM
and PM peak. Requires 3 additional buses.
Pine Island Express
o FY16-FY20: New Express service, at 60-minute headways and later 30-minute headways
(FY26-FY30), running Monday-Friday, AM and PM peak. Requires 1 additional bus.
Lehigh Express
o FY21-FY25: New Express service, at 30-minute headways, running Monday-Friday, AM
and PM peak
Net Impact Should the Vision Plan be implemented in full, the net effect is that 18 new vehicles (8 fixed-route, 6 BRT,
4 express) will be using the Rosa Parks Intermodal Facility daily as part of this 25-year plan. Like the
Mobile Lee TDP, the impacts of the increased vehicles coming into the facility will be major, in addition
7
to increased frequencies bringing other vehicles there more often and over a longer service span each
day. Furthermore, these vehicles are in addition to the service additions outlined in the Mobile Lee TDP.
2040 LRTE A variety of improvements to existing fixed-route services operated by LeeTran were identified as part of
the 2040 LRTP Transit Element. The improvements are covered in closer detail below for the routes that
serve the Rosa Parks facility, but roughly can be described as increasing service frequencies,
expanding hours of service, adding Sunday service, and pursuing other route adjustments as outlined in
the 2035 Vision Plan. The impacts on the Rosa Parks facility from the modifications to the routes below
include more frequent bus visits from reduced headways as well as higher route productivity/passenger
traffic.
To a large extent, the transit element echoes the vision set forth in the 2035 Vision Plan and identifies a
variety of new service types and routes for Lee County to consider, starting with passenger rail service
and BRT service, as well as including more familiar modes such as express, local, circulator, and flex
services. The details and impacts of these entirely new services as they relate to the Rosa Parks facility
are not thoroughly addressed as part of the transit element and, instead, the discussion points to the
2035 Vision Plan. However, for the existing local fixed-route services, details are provided below. The
major aim of the new services and realigned existing services is to increase ridership for the LeeTran
system, which invariably will contribute to an increase in traffic at the Rosa Parks facility.
Fixed‐Route Service
Route 5:
o Change weekday end time from 8:35 PM to 12:00 AM
o Increase weekday and Saturday frequency to 20 minutes (from 80). Requires 1
additional bus.
o Add Sunday service from 6:00 AM to 10:00 PM at 20-minute headways
Route 10:
o Change weekday start time from 6:45 AM to 6:05 AM and end time from 10:00 PM to
12:00 AM
o Change Saturday start time from 6:45 AM to 6:05 AM
o Increase weekday and Saturday frequency to 20 minutes (from 80). Requires 3
additional buses.
o Add Sunday service from 6:00 AM to 10:00 PM at 20-minute headways
Route 15:
o Change weekday and Saturday end time from 9:30 PM to 12:00 AM
o Increase weekday and Saturday frequency to 20 minutes (from 60). Requires 2
additional buses.
o Change Sunday end time from 9:30 PM to 10:00 PM
o Increase Sunday frequency to 30 minutes (from 60)
Route 20:
o Change weekday and Saturday end time from 9:00 PM to 12:00 AM
o Increase weekday frequency to 20 minutes (from 35). Requires 2 additional buses.
o Increase Saturday frequency to 20 minutes (from 70)
Route 70:
10
o Change weekday and Saturday end time from 10:26 PM to 12:00 AM
o Increase weekday and Saturday frequency to 20 minutes (from 60). Requires 2
additional buses.
o Change Sunday end time from 8:11 PM to 10:00 PM
o Increase Sunday frequency to 30 minutes (from 60)
Route 100:
o Change weekday and Saturday end time from 10:00 PM and 9:00 PM, respectively to
12:00 AM
o Increase weekday and Saturday frequency to 20 minutes (from 30 and 40 minutes,
respectively). Requires 2 additional buses.
o Change Sunday service end time from 8:10 PM to 10:00 PM
o Increase Sunday frequency to 30 minutes (from 90)
Route 140:
o Change weekday and Saturday end time from 10:07 PM to 12:00 AM
o Increase weekday and Saturday frequency to 10 minutes (from 20)
o Change Sunday service end time from 8:35 PM to 10:00 PM
o Increase Sunday frequency to 20 minutes (from 60)
Net Impact Should the LRTP Transit Element be implemented, the net effect is that four new vehicles will be using
the Rosa Parks Intermodal Facility daily. While the service types have some differences, the net number
of new vehicles is in addition to the Mobile Lee TDP. Because the LRTP Transit Element includes some
services outlined in the previous plans, including all of the BRT, Express, and Circulator services from the
Vision Plan, there is no net additional increase in vehicles supporting those services coming into the
facility in addition to the prior plans. However, as stated previously, the impacts of adding new vehicles
will be major, with increased frequencies bringing the vehicles there more often and over a longer
service span each day.
Other Transportation Modes The typical daily schedule for the Greyhound inter-city bus service includes a handful of trips to and
from the Fort Myers Rosa Parks Intermodal Facility. While the exact times are subject to change, the
current schedule details are outlined below.
3 trips heading east per day (7:45 AM, 11:40 AM, and 8:05 PM)
3 trips from the east per day (11:55 AM, 3:00 PM, 7:45 PM)
2 trips heading north per day (12:05 PM and 3:10 PM)
2 trips from the north per day (11:30 AM and 7:45 PM)
Additionally, as part of Greyhound’s use of the facility, there is a separate counter for baggage handling,
security screening, and parcel carrying services that operates seven days a week from 10:30 AM until
4:00 PM. Presently, Greyhound is using only two of the original five bays reserved for its bus services,
although, from the outset, the services never utilized more than three of its allocated bus bays at any
one time. Finally, it should be noted that, in the event that Greyhound’s inter-city services experience an
increase in demand, the company may need to use a larger proportion of its five reserved bays.
11
A variety of goals and initiatives set forth in the most recent Mobile Lee TDP emphasize the importance of
linking transit facilities and services with Lee Tran’s complementary paratransit service, alternative
pedestrian and bicycle modes, and ride-hailing services such as taxi, Uber, and Lyft. Specific plans
pertaining to the Rosa Parks facility and the services that currently or could potentially utilize the facility
are not presented in the TDP for these alternative travel modes, and related plans such as the MPO’s
Bicycle-Pedestrian Master Plan also do not enumerate specific projects, though more tactical
implementation goals are provided. The COA and LRTP Transit Element also do not address specific goals
or projects related to the Rosa Parks facility, let alone any other transfer stations.
As required, the TDP does underscore that Lee County will continue to provide complementary ADA
services where existing and new services may be provided. Pedestrian and bicycle modes are named as
part of a handful of initiatives that include increasing ridership by improving access to transit facilities,
providing more bus stop amenities (such as shelters, bicycle racks, lighting and landscaping), and
constructing bicycle storage facilities at major transit facilities. Ride-hailing services are identified as a key
facilitator of first-mile and last-mile segments of transit passenger trips within Lee County. Presently, the
major hotspots for these modes occur along the existing higher frequency route corridors; therefore,
opportunities exist to concentrate transit services and resources to the extent that transit and these
alternative travel modes could complement each other. Potential partnerships with these service
providers may result in an increased volume at major LeeTran bus stops and transit facilities. Improving
LeeTran’s overall connectivity to the region is also supported by the TDP’s goal of building meaningful
community partnerships.
Page 1 of 3
MEETING MINUTES
1051 East Cary Street, Suite 700 Richmond, VA 23219
Phone: 804-649-9400
Fax: 804-308-9697
Project No. 496301
Project Title: LeeTran Rosa Parks Intermodal Facility Expansion/Improvements Study
Meeting Dates: March 16 2017
Location: LeeTran Conference Room Fort Myers, Florida 33901
Subject: Kickoff Meeting
Name Representing Phone No. Email
Steve Myers LeeTran 239.533.0322 [email protected] Wayne Gaither LeeTran 239.533.0344 [email protected] Lee Combs LeeTran 239.533.0332 [email protected] Peter Gajdjis LeeTran 239.533.0350 [email protected] Thàn Hutcheson LeeTran 239.533.0347 [email protected] Paul Goyette LeeTran 239.5330343 [email protected] Hunter Abel LeeTran 239.533.0393 [email protected] Levi McCollum LeeTran 239.533.0319 [email protected] Bob Gorneau LeeTran 239.533.0328 [email protected] Chip Badger Wendel 804.649.9400 [email protected] Ron Reekes Wendel 804.649.9400 [email protected] Sean Beachy Wendel 703.299.8718 [email protected] Kris Cella Cella Molnar 239.337.1071 [email protected] Brianna Wagner Cella Molnar 239.337.1071 [email protected]
TOPICS DISCUSSED: 1. Project Discussions
a) Wayne provided a description of the feasibility study. i. Property addition and roads around the facility will be considered for improvements ii. The current grant is for a $6 million dollar expansion iii. Timely invoicing is critical iv. Report must be completed on July 12th
b) Main Points of Contact i. Wendel- Ron Reekes ii. LeeTran- Wayne
c) Steering Committee will provide direction for the project
2. General Topics a) Bus types in the fleet- 29’, 30’, 35’, 40’. b) Articulated buses might be added in the future c) Intersection at Union Street and Hendry Street currently causes operational issues for LeeTran. This
needs to be evaluated when reviewing the design.
LeeTran Rosa Parks Intermodal Facility Expansion/Improvements Study
Page 2 of 3
d) Expansion can be towards the police station or the back lot e) Ron asked if Hendry Street could be reconfigured to allow for bay expansion. It was noted that the City
Manager would have to be brought into the discussion. f) The intermodal facility is currently undergoing an IT renovation. Real-time signage is being added to
each bay and to the main waiting area. Structural access to the bays is very challenging. g) There are currently 5 bays for Greyhound and reducing this to 2 bays was discussed. This needs to be
evaluated further. Greyhound’s contract would need to be amended. h) Facility hours will be reduced in the future i) Megabus currently is not interested in serving this facility. j) Considerable use by taxis is seen at the facility. k) City of Fort Myers will be interested in the project
i. City has redevelopment plans for south of Martin Luther King BLVD. The city will have a large interest with roads and from a CRA standpoint.
ii. City code to be followed iii. Southwest Florida Foundation is currently pursuing a major redevelopment at the current site of
a transportation museum near the transit center. 1. This project is expected to provide 10,000 sq. ft. of incubator space
l) Sawtooth bay is the preferred layout m) Bikeways and bike access to the facility is important at Fort Myers. No bikeshare currently but maybe in
the future. 3. Site Observations
a) The parking lot behind the facility currently is owned by the City - possibly could be used in the expansion. The waterway separating the parking lot and the facility would need to be considered with expansion in this direction.
b) Seasonal trolley adds a need for 2 bays c) Taxi space is limited. d) Layby space is fully utilized e) Columns are extremely close to each bay and it was mentioned that the columns have been hit in the
past. f) Line of site is excellent. It was stated that this was recently improved and must be maintained with the
future expansion.
4. Facility Needs a) A public address system is needed for the facility. b) The call center is moving and the space would be available for reconfiguration c) The manager will also be moving to the maintenance facility and his office will be available for possible
reconfiguration d) Provide space for Uber, Lyft, e) Car parking area is very limited. It was stated that when Greyhound arrives it gets very crowded. There
needs to be a staging area (like a cell phone lot) for people in cars waiting to pick up intercity bus riders. f) A Police Sub-Station would be welcomed at the facility by LeeTran g) A space for an armor car is needed. h) Greyhound package drop-off needs to be improved. i) Bike storage. A bike room is an option. j) Point of sale area in the future facility to be bank window type. k) Reconfigure the lobby seating – more seating is needed l) Larger break room is needed m) Facility ADA compliance needs to be evaluated n) Review potential to have lavatory access from both the interior and exterior o) Review lobby configuration that can be managed without a transit presence p) Options for incorporating retail into the transit center. Maybe food cart or food truck. q) Equipment/electrical room needs to be expanded.
i. Room is currently does not have AC. r) Review asphalt rutting. s) Future electric bus t) Propane buses must be considered at the facility u) There is no need for public meeting space at the facility
LeeTran Rosa Parks Intermodal Facility Expansion/Improvements Study
Page 3 of 3
5. Next Steps a) LeeTran to provide Wendel with as-built plans for Rosa Parks facility b) Wendel Team will need to focus on justifying any proposed expansion of the facility c) Wendel to provide Program Questionnaire or LeeTran to complete d) Wendel suggested handing out surveys to transit riders to get input
i. English and Spanish ii. Survey must be quick and concise
e) Develop list of stakeholders f) A Transit open house will be scheduled g) Schedule council presentation and community group presentations h) Setup chamber of commerce meeting i) Setup social media site j) Wendel to receive existing facility drawings k) Next meeting is week of April 17th
The above minutes represent Wendel’s understanding of the major topics discussed. Please provide any additions/deletions to the undersigned within 3 business days of receipt. Prepared By: Wendel Signed: Dated:
Page 1 of 3
MEETING MINUTES
1051 East Cary Street, Suite 700 Richmond, VA 23219
Phone: 804-649-9400
Fax: 804-308-9697
Project No. 496301
Project Title: LeeTran Rosa Parks Intermodal Facility
Expansion/Improvements Study
Meeting Dates: April 20&21, 2017
Location: LeeTran Conference Room
Fort Myers, Florida 33901
City of Ft. Myers Conference Room
2200 Second St., Fort Myers, FL 33901
Subject: Expansion Feasibility Meeting
Attended? Name Representing Phone No. Email
Yes Steve Myers LeeTran 239.533.0322 [email protected]
Yes Wayne Gaither LeeTran 239.533.0344 [email protected]
Yes Lee Combs LeeTran 239.533.0332 [email protected]
Yes Peter Gajdjis LeeTran 239.533.0350 [email protected]
No Thàn Hutcheson LeeTran 239.533.0347 [email protected]
Yes Paul Goyette LeeTran 239.5330343 [email protected]
No Hunter Abel LeeTran 239.533.0393 [email protected]
No Levi McCollum LeeTran 239.533.0319 [email protected]
No Bob Gorneau LeeTran 239.533.0328 [email protected]
Yes Emily Savoca Wendel 703.299.8718 [email protected]
Yes Ron Reekes Wendel 804.649.9400 [email protected]
Yes Sean Beachy Wendel 703.299.8718 [email protected]
Yes Kris Cella Cella Molnar 239.337.1071 [email protected]
Yes Saeed Kazemi City of Fort Myers 239.321.7022 [email protected]
TOPICS DISCUSSED: APRIL 20TH, 2017 - 1:30pm MEETING AT LEETRAN CONFERENCE ROOM 1. Project Discussions
a) Ron began the meeting by reiterating what was discussed at the previous meeting and highlighting questionnaire responses.
i. Bike share program ii. Bus Bay Expansion to the south or along Jackson and Hendry Streets iii. Concerns for bathroom access after waiting room hours iv. Facility Expansion for operators break areas, waiting area, and mechanical/electrical/IT
2. General Topics a) Ron reviewed the expansion justification report and highlighted the fact that the facility will need to be
able to accommodate 15 buses in any given hour. i. The Rosa Parks facility is currently functioning in a manner where it is close to reaching its
available (expanded) bay capacity during the shorter time windows, and lacks the flexibility to accommodate more vehicles during the longer time windows
LeeTran Rosa Parks Intermodal Facility Expansion/Improvements Study
Page 2 of 3
ii. hourly demands on the facility are very high and do not leave room for accommodating service changes to existing routes
b) Sean then reviewed the four bay expansion plan options with the group. i. There are challenges to breaking up the bays and locating all of the future bays on the southern
(city-owned) site. This option would most likely include a raised walkway, signage and flashing lights to increase pedestrian safety at bus circulation crossings.
ii. Locating all of the buses on the southern site will minimize impact on current operations while under construction.
iii. For the options that locate future bus bays along Jackson and Hendry Streets, nose-to-tail configurations would cause even less curb/road modifications. Sean added that striping the nose-to-tail spots or even a modified sawtooth would provide an easier pull-in/pull-out movement for the drivers and still impact the curb/road less.
iv. Option 4 (2 bays northbound along Hendry and 2 bays southbound along Jackson) would allow operations to schedule transfers on the 2 respective sides. This option will minimally impact current operations while under construction and also keep all of the buses up close to the transfer center.
v. Further refined options could show a southern platform running east to west between the two
sites. Buses would pull in from the west. This plan would be good to have in case of opposition
to having bays on Jackson/Hendry and for future expansion.
vi. Wendel looked at options that would try to utilize the parking area, but didn’t want to interrupt
package delivery or have car and bus circulation crossing. LeeTran is also currently short on
parking.
vii. Option 1 and 4 were swapped in the PowerPoint for presentation to the City because the
original Option 4 was not preferred by LeeTran.
viii. An option for Wendel to develop with all interior site circulation would contain 4 bays on the
south side and 2 on the north. This option would also require the current bus access point
along Jackson to be relocated to Widman Way.
c) Sean reviewed the facility interior plan reconfigurations.
i. LeeTran confirmed that ticket sales will remain in the facility, but there will no longer be
customer service reps.
ii. The current office on the south side of the building would be closed off on the interior, turned
into an electrical/mechanical/IT space, and an exterior door would be installed. This would
allow LeeTran to keep all utilities together.
iii. The questionnaire responses stated interest in a larger waiting area. Wendel provided an option
to extend the facility and shift the bathrooms to the west by about 10 feet. This would provide
enough space in the waiting area for a small coffee shop or other convenience.
iv. Bike storage area could be located in place of 2 of the unused Greyhound bays. They would be
rentable and lockable spaces within a closed off area or cage.
v. LeeTran expressed interest in having bathrooms accessible from the exterior during operational
hours, after the waiting area closes. This could be designed into the plan for the
expansion/reconfiguration. Another option would be to have separate self-contained/self-
cleaning bathrooms outside the facility.
3. Site Observations a) Lee wants to make sure Wendel looks at the southwest intersection of Hendry and Union Streets as a
street improvement opportunity to bring to the city. b) The group’s main concern with buses along Jackson St. is the turning radii of the vehicles coming out
from the fire department. c) If 4 bus bays are added onto the southern city site, it would be beneficial to close off the current bus
access point in the middle of the block to eliminate pedestrian crossings at such a major bus circulation point. This would increase safety and also potentially be enough space for another additional bus bay.
4. Next Steps
a) Kris handed out a public involvement outline and reviewed it with the group. Key points include: i. Developing a transit rider survey for distribution on buses and at the transfer facility ii. Developing a list of stakeholders
LeeTran Rosa Parks Intermodal Facility Expansion/Improvements Study
Page 3 of 3
iii. Planning a transit open house. The group discussed setting up boards/stations in the waiting area of the transfer facility to increase rider participation. An email blast will be sent out by LeeTran as the program to do so becomes available to them.
b) The public meeting is to be held at the Rosa Parks Facility in mid-May (TENTATIVELY MAY 16TH @1pm). c) Wendel to work on a revised site plan layout and renderings to show LeeTran the morning of the public
meeting. This work will not be shown to the public yet. APRIL 20TH, 2017 - 4:30pm MEETING AT CITY HALL WITH SAEED KAZEMI 4TH FLOOR CONFERENCE ROOM 1. Attendees:
a) Wendel – Ron Reekes, Sean Beachy, Emily Savoca b) Cella Molnar – Kris Cella c) LeeTran – Wayne Gaither, Steve Myers d) City of Ft. Myers – Saeed Kazemi
2. Discussions a) Steve introduced the project and the group to the City Manager (Saeed). b) Sean went over all 4 of the site plans, showing the proposed locations for additional bus bays. He
explained how each would affect street parking, car and bus circulation patterns, landscaping, pedestrian paths, and fire department circulation on Jackson Street.
c) Saeed was able to definitively tell us that he could not support a plan for bus transfer bays along Jackson or Hendry Streets. Of the four options he was shown, he prefers Option 3 (with 4 bus bays in the parking lot south of the transfer facility) because it confines the bus circulation within the site.
d) Saeed informed us that the city has pedestrian walk improvements planned for this area of the city, similar to downtown. The city is also discussing the possibility of extending the street on the southern side to the west, creating a 4 way intersection.
e) Saeed would like to see a portion of the southern site left for TOD or enough that it would be desirable for a developer. He informed the group that the city plans to have water and sewer for the 42 downtown and surrounding city blocks in the next 3 years.
3. Next Steps a) Steve is going to discuss Option 3 with Lee County and make sure they are open to the plan. b) LeeTran to provide Saeed with a cost for trolley service to cover all of downtown Ft. Myers.
APRIL 21TH, 2017 9:30am MEETING AT LEETRAN CONFERENCE ROOM 1. Discussions
a) Wayne informed the group that some of the COA and TDP items have already been addressed. Some items still need to be addressed
b) Lee brought up that LeeTran would like to try and only have to use the $6 million in state funds that they have and not have to tap into federal funding sources. NEPA is not required when using state funds. She suggested splitting the southern site into 2 parcels, one for the 4 expansion bays and one for potential TOD/federally funded project.
c) A business incubator project is planned for a nearby parcel and could definitely benefit from/reinforce potential TOD plans.
2. Next Steps a) Wendel to send FTA TOD funding regulations to Wayne. b) Wendel to get information on LeeTran digital signage installation plans from Paul. c) Wendel to draw up facility plans for both interior and exterior bathroom options. d) Wendel to assess the Hendry/Union and Jackson/Union intersections along the south side of the sites. e) Wendel to work with Cella Molnar to get ads out for the May 16th public meeting. f) Wendel to work on a revised site plan layout and renderings to show LeeTran the morning of the public
meeting. This work will not be shown to the public yet. The above minutes represent Wendel’s understanding of the major topics discussed. Please provide any additions/deletions to the undersigned within 3 business days of receipt.
Prepared By: Wendel
Signed: Emily Savoca Dated: 4/24/17
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
LeeTran Rosa Parks Intermodal Facility Expansion/Improvements Feasibility Study
FORT MYERS, FLORIDA
April 20th, 2017
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
AGENDA
Introductions
Facility Expansion Justification
Bus Bay Expansion Options
Transit Building Expansion Option
Questions and Discussions
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
FACILITY EXPANSION JUSTIFICATIONEXCERPTS FROM THE DRAFT ANALYSIS OF CONDITIONS
“In total, the transportation facility includes 18 bus bays. Nine of these bays were originally reserved forLeeTran’s local fixed-route bus services, with five bays reserved for Greyhound’s inter-city bus service andfour smaller bays reserved for paratransit or other coordinated services. Due to the high volume of LeeTranbuses at the facility, currently, 3 of the bus bays originally reserved for Greyhound service are being used byLeeTran’s fixed-route services; therefore, a total of 12 bays currently are being used for these services,demonstrating that the facility experiences a large amount of bus traffic. On top of these fixed-routeservices, various on-demand transportation modes also converge at the Rosa Parks facility on a daily basisand which adds even more vehicle and passenger traffic to an increasingly constrained facility.”
“The maximum of 10 vehicles within any 15-minute window is reached only during the morning peak hourof 6:00 AM. Throughout the rest of the day, LeeTran staff have done a good job given the current serviceschedule in avoiding reaching the facility’s bus capacity, but there is a limit to how many scheduleadjustments may be made to continue to stay below this constraint threshold. With fixed-route servicesoperating as early as 5:00 AM and as late as 10:00 PM from the facility, the hourly demands on the facilityare very high and do not leave room for accommodating service changes to existing routes, let aloneaddressing schedule disruptions, expansions in paratransit or intercity bus services, or changes in the othermodes that generate increases in passenger traffic. Furthermore, during the period from 6:00 AM to 8:00PM, on an average day, a minimum of 15 buses utilize the Rosa Parks facility in any given hour, whichexceeds the current expanded bus bay utilization of 12 by 3 vehicles. Presently, there are not seriousscheduling conflicts for these 15 rotating buses; however, with frequency adjustments, new services, andlonger service hours, the facility may soon become a more significant constraint on LeeTran’s ability toprovide transit services as intended.”
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
BUS BAY EXPANSION OPTIONSOPTION #1
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
BUS BAY EXPANSION OPTIONSOPTION #2
LEE COUNTY BOARD OF COUNTY COMMISSIONERSINTRO ▪ APPROACH & TASKS ▪ Q & D
BUS BAY EXPANSION OPTIONSOPTION #3
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
BUS BAY EXPANSION OPTIONSOPTION #4
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
TRANSIT BUILDING EXPANSION OPTIONSExisting
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
TRANSIT BUILDING EXPANSION OPTIONSNew Configuration
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
QUESTIONS & DISCUSSION
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
LeeTran Rosa Parks Intermodal Facility Expansion/Improvements Feasibility Study
FORT MYERS, FLORIDA
May 16th, 2017
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
Building Improvement OptionsBuilding Floor Plan – Option 1 – Interior Bathrooms
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
Building Floor Plan – Option 2 – Exterior Bathrooms
Building Improvement Options
LEE COUNTY BOARD OF COUNTY COMMISSIONERSINTRO ▪ APPROACH & TASKS ▪ Q & D
Bus Bay Expansion OptionsPhase 1
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
LeeTran Rosa Parks Intermodal Facility Expansion/Improvements Feasibility Study
FORT MYERS, FLORIDA
August 2nd, 2017
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
AGENDA
Transit Building Expansion
Site Plan Expansion Options
Option 4 – 3D Renderings
Hendry Street/Union Street Intersection Improvement
Estimate
Review of Draft Report
Next Steps
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
TRANSIT BUILDING EXPANSIONExisting
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
TRANSIT BUILDING EXPANSIONNew Configuration
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
SITE PLAN EXPANSION OPTIONSOPTION #1
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
SITE PLAN EXPANSION OPTIONSOPTION #1 - Autoturn
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
SITE PLAN EXPANSION OPTIONSOPTION #2
LEE COUNTY BOARD OF COUNTY COMMISSIONERSINTRO ▪ APPROACH & TASKS ▪ Q & D
SITE PLAN EXPANSION OPTIONSOPTION #3
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
SITE PLAN EXPANSION OPTIONSOPTION #4
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
SITE PLAN EXPANSION OPTIONSOPTION #4
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
3D Rendering – OPTION 4View of Bus Bay and Canopy Expansion
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
3D Rendering – OPTION 4View of Bus Bay and Canopy Expansion
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
3D Rendering – OPTION 4Aerial View of Expansion and Existing
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
3D Rendering – OPTION 4View Underneath Pedestrian Crossing Canopy
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
Intersection ImprovementHendry Street and Union Street
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
EstimateOverview
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
EstimateBuilding Renovations
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
EstimateOption 3
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
EstimateOption 4
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
EstimateIntersection Improvement
LEE COUNTY BOARD OF COUNTY COMMISSIONERS
Next Steps
• Public Meeting August 8th
• Information to be Shown at the Public Meeting – Boards
• Draft Report Comments Due to Wendel by August 8th
• Final Report to be Delivered to LeeTran August 11th
Intersection Improvements
Hendry Street and Union Street
SIT
E L
OC
AT
ION
HE
ND
RY
ST
RE
ET
=M
AJO
R C
OLLE
CT
OR
Appendix B
Appendix B – Public Meeting Information
Contacts
Public Meeting Documents – May 16th, 2017
Public Meeting Comments – May 16th, 2017
Public Meeting Documents – August 8th, 2017
Public Meeting Comments – August 8th, 2017
Mr. Don Scott, AICP Executive Director Lee County MPO [email protected]
Mr. Ron Gogoi Lee County MPO Ron Gogoi <[email protected]>
Mr. Gregory K. Adkins, Ed.D Superintendent Lee County School Board [email protected]
Mr. David Wagley Lee County (Bike/Ped Committee) [email protected]
Mr. Andy Getch Lee County (Bike/Ped Committee) [email protected]
Ms. Carrie Baxter City of Fort Myers Bike/Ped Committee [email protected]
Ms. Leigh Scrabis Executive Director Fort Myers Community Redevelopment Agency [email protected]
Ms. Natalie Dunham Fort Myers Community Redevelopment Agency [email protected]
Ms. Laura DeJohn Johnson Engineering [email protected]
Emails from Public Workshop May 16, 2017
Mr. Joseph Pallandino [email protected]
Mr. Jeremy Fisher [email protected]
Mr. Bill Spikowski [email protected]
Ian Thompson [email protected]
Ternell Brown [email protected]
Frankie Malloy [email protected]
Tracy Remick [email protected]
Mr. Vishnu Thalappil [email protected]
Mr. Bob Rolle [email protected]
Mr. Ledondrick McCutcheon [email protected]
Mr. Gregory Shepard [email protected]
Angel Granado [email protected]
Ms. Stephanie Saura [email protected]
Ms. Rebecca Bongo [email protected]
Thanh Hutcheson [email protected]
Ms. Annette Santiago [email protected]
Rosa Parks Transportation Center Improvements Study
Interested Parties
POSTAL CUSTOMER SITEADDR SITECITY SITESTATE SITEZIP
KARR GROUP INC 1209 SE 10TH ST CAPE CORAL FL 33990
PAWLOWSKA TEKLA 12531 WILDCAT COVE CIR ESTERO FL 33928
EDALLI-DT LLC 12841 TERABELLA WAY FORT MYERS FL 33912
GOLIN HENRY + LUBA 1457 ROYAL CIR APOPKA FL 32703
CELLA MOLNAR & ASSOCIATES, INC. 1631 HENDRY STREET FORT MYERS FL 33901
POSTAL CUSTOMER 2016 JACKSON ST FORT MYERS FL 33901
BLACK PATRICIA A 2021 HENDRY ST FORT MYERS FL 33901
POSTAL CUSTOMER 2022 HENDRY ST FORT MYERS FL 33901
POSTAL CUSTOMER 2026 JACKSON ST FORT MYERS FL 33901
POSTAL CUSTOMER 2031 JACKSON ST FORT MYERS FL 33901
POSTAL CUSTOMER 2033 JACKSON ST FORT MYERS FL 33901
POSTAL CUSTOMER 2075 BROADWAY FORT MYERS FL 33901
POSTAL CUSTOMER 2090 HENDRY ST FORT MYERS FL 33901
POSTAL CUSTOMER 2210 WIDMAN WAY FORT MYERS FL 33901
POSTAL CUSTOMER 2241 WIDMAN WAY FORT MYERS FL 33901
SHEPARD GREGORY W + PECK STREET 2243 WIDMAN WAY FORT MYERS FL 33901
PECK STREET PROPERTIES LLC 2245 WIDMAN WAY FORT MYERS FL 33901
POSTAL CUSTOMER 2250 WIDMAN WAY FORT MYERS FL 33901
POSTAL CUSTOMER 2259 WIDMAN WAY FORT MYERS FL 33901
POSTAL CUSTOMER 2265 WIDMAN WAY FORT MYERS FL 33901
POSTAL CUSTOMER 2285 UNION ST FORT MYERS FL 33901
JEROME PECK ASSOCIATES 8260 COLLEGE PKWY, SUITE 203 FORT MYERS FL 33919
BOCHETTE L D JR TR PO BOX 1593 FORT MYERS FL 33902
BOCHETTE NORMA JEANNE THAGGARD PO BOX 1593 FORT MYERS FL 33902
CITY OF FORT MYERS, FINANCE DEPT PO BOX 2217 FORT MYERS FL 33902
LEE COUNTY PO BOX 398 FORT MYERS FL 33902
Sign in Sheet Downtown and Midtown Density StudyPublic Outreach Meetings
January 9th 2017 Meeting Name Email Address
Ken Nimmer 2760 Rhode Island Ave Fort Myers, FL 33916
Anja and Doug Suiton 2807 Copper Blvd Fort Myers, FL 33901
Lana Cowell 1900 Virginia Ave
Gary and Cindy Butler [email protected]/ [email protected] 1440 El Prado Ave Fort Myers, Fl 33901
Jay Sedl
Jacquelyn Kelley [email protected] 11090 Harbour Yacht Court
Jenna Persons [email protected] 2125 1st Street Suite 201
Andy Heygate Barclay's
Marilyn Alladio [email protected] 2108 Pineview Road
Bill Spinowski [email protected] 1617 Hendry Street #416
John Kakatsch [email protected] 1364 Shadow
Kerry and Bob Holley [email protected] West First Street
Dominick Goeotz [email protected]
Randy Krise [email protected] 1417 Steele Street Fort Myers, 33901
Narges Ahmadi [email protected] 2825 Palm Beach Blvd #218
[email protected] Edison Park
Don Paight [email protected] Fort Myers
Nils Richtgr [email protected] 1550 Carson Street Fort Myers, FL 33901
Jack Burges [email protected] P.O Box 1503 Fort Myers, FL 33902
Lisa and Steven Belcher [email protected] 1766 Marlyn Rd Fort Myers, FL 33901
Terrence Lamb [email protected] 1925 Clifford Street #803
Alan and Annalene Roehr 2104 W First Street #903
Robert Gibson [email protected] 2525 First St. #1711
Howard and Kathry Borum [email protected] 1900 Virginia Ave #c1503
Marc Sullivan [email protected] 2038 W. Ist Street
Steve Wood [email protected] 1563 Grove Ave
Paul and Robbin Banks [email protected]/[email protected] 2743 First Street #2501
Gerald Hendry geraldpmhsappraisal.com 12600 World Plaza Lane
Renan Pierre 2711 Jackson Street
Nina Paight [email protected]
Dexter Mayor 2260 First Street #215
Donald Orr [email protected] 2553 3rd Street
Dennis Hedge 2150 Edison Avenue
Jack Luft [email protected] 2743 1st #1305
Peter Gund [email protected] 2797 1st Street #1406
Roger Spencer [email protected] 2090 West 1st Street #2408
Ron Volberding [email protected] 2104 West !st Street #3303
Craig Dorfman [email protected] 1631 Hough Street
JJ Cochrane [email protected] 1611 Woodford Ave
Mr. and Mrs. Joseph Rossi [email protected] 2797 1st Street #701
Artis Henderson [email protected] 2770 Rhode Island Avenue
Michael Ovdeo
Al Candi [email protected]
Katherine Hale [email protected] 1625 Hough Street
Larry and Susan 2745 1st Street #1903
George Grasser [email protected] 2797 1st Street #1204
Roman Scholb [email protected] 2745 1st Street
Jon Roberts [email protected]
January 18th 2017 Meeting Name Email Address
Nathan Shaw
Dan Courtney [email protected] 1375 Jackson Street #1
David Lee [email protected] PO Box 949 Alva, FL 33920
Justin McCracken [email protected] 1511 Linhart Ave Ft. Myers FL 33901
DP and Heshla Tessier [email protected] 2320 Victoria Ave
Emily Burris [email protected] 3719 Central Ave
Garey Butler [email protected] 1440 El Prado Ave Fort Myers, Fl 33901
Bill and Judy Guyn [email protected] 176 Frederick Ave
Judy Sippo [email protected] 2500 First Street
Gabriel Falk [email protected] 2400 First Street
George Carmen Woywod [email protected] 2201 Jackson Street
Donna Elliswick [email protected] 2721 Rhode Island
Andy Heyodte
Ann Pierce 2332 Avocado Drive
Joe Florentine [email protected] 105 Fairview
Deana Henn [email protected] 2105 W. First Street #2701
Euris L Curry/ Luceal Curry [email protected] PO Box 1496 Fort Myers FL
Nancy Petralia [email protected] 2090 W. First Street
Jerry Miller [email protected] 2536 Third Street
Gene Gibson [email protected] 2090 W First Street
A.H. Muhammed [email protected] PO Box 1290
James and Mary Lauman [email protected] 2090 W First Street #2406
Eric and Suzan Brown [email protected] 2743 1st Street
Tom Easton [email protected] 2350 W 1st Street
Chris Black [email protected] 1657 Menlo Road
Sean Gill [email protected] 19950 Huber Road
Dorthe and Dick Malsbary [email protected]
Jenna Persons
Lydia Black [email protected]
Ken/Sheryl Weiner 8260 College Parkway
Karin karagoz [email protected] 4100 Evan Ave
Charles and Audrey Richardson [email protected] 2104 W First Street
M. Roeder [email protected] 1625 Hendry
Paul Cohen [email protected] 1900 Virginia Ave
Evido Tiburcio [email protected] 4920 Lee Blvd
Fabuda Cornell 2362 Crawford
Natalie Degraff 10281 Carolina Willow Drive
Michele Andrickson [email protected] 2251 Grande Ave
Juan Soto 1702 Highland Ave
Rob Graham [email protected] 2555 Dixie Parkway
Kim Powell Wink News
Other Correspondence - phone and emailName Email Address
Ann Pierce [email protected]
Mike Roeder [email protected] 1625 Hendry
Gus Belcher [email protected]
Dan Courtney
Frank Gentile [email protected]
Ann Martindale [email protected] 2740 Providence Street, Fort Myers Vicki Baker [email protected]
Jack Britton [email protected]
Daniel Singh [email protected]
Jerome Miller [email protected]
Jenna Persons [email protected]
Ken Weiner [email protected]
Mr. Cohen [email protected]
Samantha Bortnicker [email protected]
Garey Butler [email protected] 1440 El Prado
Gene Gibson [email protected] 2090 West First Street #1007
John Roberts [email protected]
FOR IMMEDIATE RELEASE
Contact: Betsy Clayton, APR/CPRC Communications Director Lee County Government
239-826-4606 [email protected]
LeeTran will hold a workshop for the Rosa Parks Transportation Center Improvements Study Fort Myers, FL, May 5, 2017 – LeeTran is proposing to enhance and expand the existing downtown intermodal center. The project includes planning and construction to improve circulation and alleviate congestion, improve security for transit operations, and expand and improve connections for bicycles, pedestrians and access for those with limited mobility. The LeeTran team invites you to stop by the Rosa Parks Transportation Center between 1 p.m. and 5 p.m. on Tuesday, May 16th to discuss elements that you would like to see at the Center. Current considerations include locked bicycle storage, increased bus capacity, additional indoor amenities, etc. For more information about this project, please contact Kris Cella, Public Information Consultant, Cella Molnar & Associates Inc. (239) 337-1071 or [email protected].
-30-
Please note: Florida has a very broad public records law. Most written communications to or from County Employees and officials regarding County business are public records available to the public and media upon request. Your email communication may be subject to public disclosure. Under Florida law, email addresses are public records. If you do not want your email address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by phone or in writing.
Rosa Parks Transportation Center Improvements Study
May 2017Lee County
Open House1 p.m. until 5 p.m., Tuesday, May 16, 2017
Rosa Parks Transportation Center2250 Widman Way, Fort Myers, FL 33919
LeeTran is proposing to enhance and expand the existing downtown intermodal center. The project includes planning and construction to improve circulation and alleviate congestion, improve security for transit operations, and expand and improve connections for bicycles, pedestrians and access for those with limited mobility.
The study will evaluate the various options for expansion/improvements to the current facility in terms of transportation infrastructure requirements, constructability, and costs. The feasibility study will address all factors related to the current facility constraints (internal and external), design, engineering analysis, cost, current or planned developments in adjacent areas, and intersection improvements.
We want your input and ideas!
The LeeTran team invites you to stop by the Rosa Parks Transportation Center between 1 p.m. and 5 p.m. on Tuesday, May 16th to discuss elements that you would like to see at the Center. Current considerations include locked bicycle storage, increased bus capacity, additional indoor amenities, etc.
For more information about this project, please contactKris Cella, Public Information Consultant
Cella Molnar & Associates Inc., (239) 337-1071, [email protected]
Rosa Parks Transportation CenterImprovements
Inside Facility
Cafeteria area/Vendors inside.
Door closing procedure at 7 p.m. Oneset of doors was locked and the otherwas left open. People entering by thelocked set assumed the office hadclosed.
Larger lobby with more seating.
5
Larger bathroom stalls.
Water fountain inside is warm with bad taste.
Add 1 more receptionist.
Install a TV.
3
Make sure counter has change.
Enlarge the building.
Fix the AC.
Someone at the front desk 24 hours.
New chairs for employees.
Ministry room inside facility.
AED in lobby.
Food concession inside.
3
Hot food station/option
Outside Facility
Better signs for arrivals + departures. 5
More "No smoking signs and/orenforce the rule.
Need more shaded areas.
3
Need more rain blocking elements.
2
Need better bus ingress & egress areas.
2
Safer area to get off the bus, narrow street, previously was injured in a fall
Need an outdoor vending machine.
2
Need more parking.
More parking space for employees,parking space with cover
2
3
Need more secure bike storage.
2
Install outdoor fans.
Trees are blocking the lights.
Bus Routes
Earlier bus schedules on all days.
7
Later bus schedules on all days.
8
Drive the bus to midnight
People working until 2 a.m. needtransportation
More frequent stops on routes.
More people would ride if wait time was reduced.
3
Route 10 needs to run more frequently.
2
Need more route options.
6
More bus routes on Sundays, weekdayschedule preferred
10
Need Sunday service for church just to 41
140 route is overloaded.
3
Should run every 10 minutes vs 20 minutes to accommodate more people
Increase stops on 140 on Sundays
Express needs to stop at stops.
More shelter for routes.
4
More shelter for route 100
More bus routes on Palm Beach.
Have route 80 come to RPTC.
Install covered stops at locations suchas hospitals and malls (shoppingareas) where elderly are traveling andcarrying packages + groceries.
2
Concrete block by two bus stops,need a sidewalk!
More buses on route 11.
New route from Buckingham to Lee Boulevard.
130 (N), bus stop – please move backto crosswalk, Summerlin Boulevard &Hawkes Landing. 1) Dangerouslocation to walk to – brick walkaround Mystic Garden curve hasbeen crushed through by 2 caraccidents and we have to walk thispathway (sidewalk). 2) Too far fromresidents at 3 apartment complexesand Dr.’s offices. 3) No crosswalk.
General
Outlets/charging stations, inside,outside, on buses.
6
Most of the time I don't have a phone orInternet. It would be helpful to have aschedule posted on all bus stops not justa few.
Restrooms open after hours + weekends.
8
Install a “Here’s what you can walk toin 5-10 minutes” sign. (Restaurantnames + hours, police station,government offices, etc.)
More comfortable seating inside and outside.
Take advantage of county parkinglots & garage a couple of blocks tothe west – free or discounted parkingif you show a LeeTran ticket orGreyhound ticket? That would addparking without wasting valuablespace at Rosa Parks.
Updated schedules, full busschedules to download app.
Love the Google Map integration andfind next bus to be very helpful aswell, hope they stay up to date andstay.
Lockers inside/outside.
2
Kids should ride for free.
Thanks for great service!
Customer service at Greyhound ispoor, should be able to refund ticketif you miss the bus.
Make more things for the children tobe involved with.
No one answers the phone.
Maps/schedules are difficult to read.
Rename it in honor of “JohnnyStreets” for his service to thecommunity.
MOVE further into mid-town torelieve fire station & police stationcongestion and allow the police roomto grow.
Wheelchair access, whole facilityneeds redone, safe + building.
The security and lighting has been a benefit.
More security.
2
History/information to entertainpatrons while waiting.
I believe the transportation centerwould best service the overall City ofFort Myers & Lee County if it wererelocated to a less congested area.Presently, they crowd the fire station& police facility. The buses are largeand drive very fast coming into andout of the station. This has causedmany problems in the past years.
On the Buses
Lower the buses for people with ailments.
Improve driver safety.
Seatbelts on Buses.
2
Driver call out upcoming stops for legally blind.
3
Cannot see outside of bus due to window tint.
Card scanner on bus could be faster.
Better bike accommodation on thefront of buses.
3
Bus 10 is too slow.
Driver friendliness needsimprovement.
2
More money for the bus drivers.
Call buttons.
Rosa Parks Transportation Center Improvements.mmap - 5/19/2017 - Mindjet
Rosa Parks Transportation Center Open House Comments from Public Meeting No. 1
On the whole, very good. Would help if buses ran later and if buses came more frequently.
More signage and charging outlets on the outside of the building near waiting areas.
One thing I schedule on is schedule. I most of the time don’t have a phone nor internet. It’ll be
helpful to have a current schedule posted on all bus stop signs not just a few.
Cafeteria area & vendors inside – better area to eat.
More “no smoking” signs OR someone to monitor the smoking activities. Keep facility open for
restrooms after hours. Lower the buses for people with ailments and then advise the drivers to
keep them lowering while riders exit the bus.
I like the facility in general. The only thing I would change is to add seats with cushions but
overall, I like it.
Improved driver safety from bus drivers. Seatbelts on buses so patrons do not flop around.
Info from map a bit confusing – it could be clarified a bit more.
Improvements for legally blind patrons. Drivers call upcoming stops. Cannot see outside of bus
due to window tinting.
Card scanner on bus could be faster.
Cleaner benches & outdoor facilities.
No restrooms on Sunday, unacceptable. Keep restrooms open after hours.
Rosa Parks is a great facility – perfect location, nice integration & local transit, greyhound & taxi
cabs. Keep the LeeTran sales window and Wi-Fi! Excellent amenities. Take advantage of county
parking lots & garage a couple of blocks to the west – free or discounted parking if you show a
LeeTran ticket or Greyhound ticket? That would add parking without wasting valuable space at
Rosa Parks. Accommodate bikes better at Rosa Parks and on buses. Restore the cuts made to
transit a few years back. More people will ride if wait times are reduced. Better signage for
incoming passengers – “Here’s what you can walk to in 5-10 minutes.” (Restaurant names +
hours, police station, government offices, etc.)
I’ve only been her once before and the only thing I saw that I thought needed improvement was
the door closing procedure at 7 p.m. One set of doors was locked and the other was left open.
People entering by the locked set assumed the office had closed.
Better seating & shading elements/blocking rain. Better pull up, larger lobby, larger
bathrooms/stalls, water fountain too warm & has a bad taste.
Restrooms available after the last bus ends and an outdoor vending machine.
Updated schedules, full bus schedules to download app & 1 more front desk receptionist.
Love the google map integration and find next bus to be very helpful as well, hope they stay up
to date and stay. Also, more parking at Rosa Parks would be a benefit especially during season. I
also like the shorter hours and the new technology going into Rosa Parks.
10 more often, more secure bike storage.
Earlier start times, different routes, lockers inside/outside.
Would like more routes. Feels safe and secure using the buses here.
Likes the call buttons at the bus stop waiting area. Likes the facility very much.
Sunday needs to run longer. Express needs to stop at stops. Kids should get on free. Why do
they over load the 140?
I have ridden the bus for years. I was/am always able to map out my destinations with no
problems. I work at the oasis and take the 100 bus to and from every day. I clock in at 8 on
Sundays. I have to walk (nice 30 minute walk) but if rainy, could be nice if one ran earlier. Thanks
for great service!
Shorter wait time, more shelter for 100.
I am a first time victor in this place and for me everything looks fine and the customer service
was really good. There is no TV inside the facility.
MOVE further into mid-town to relieve fire station & police station congestion and allow the
police room to grow. This would allow for better commercial growth for the properties adjacent
to current station. THINK BIG better and don’t just adapt a poor facility. Note: dangerous ingress
and egress. ALSO, rename it in honor of “Johnny Streets” for his service to the community.
140 increased frequency on Sundays, longer restroom hours.
Better signage for arrival and departures.
Make sure counter has change, phone chargers, bathrooms open late.
130 (N), bus stop – please move back to crosswalk, Summerlin Boulevard & Hawkes Landing. 1)
Dangerous location to walk to – brick walk around Mystic Garden curve has been crushed
through by 2 car accidents and we have to walk this pathway (sidewalk). 2) Too far from
residents at 3 apartment complexes and Dr.’s offices. 3) No crosswalk. 4) Need Sunday service
for church just to 41. 5) Other buses need to wait for transfers.
Enlarge the building.
Wheelchair access, whole facility needs redone, safe + building.
Everything is perfect.
I believe if the routes were longer like the 100 having a route going straight down Palm Beach
more money and the 15 coming back to Rosa Park instead of stopping at Ortiz and Ballard.
Having stops with seating and the cover things over to protect from the sun. The buses at least
stop at 12 would be a lot better because you have workers who has jobs from 2-10 and it’s hard
for them to get home and once again the monthly passes can be bought more and its more
money for the county.
Everything is good you just got to fix the AC.
Your current station has worked well in the community. I have noticed the fall off of customers
since the opening of your new facility. The security and lighting has been a benefit. I’m curious
as to why the need for expansion. My commercial building is located directly across the street
and as long as no impact will change I will agree to the expansion.
Parking shelter for vehicles for employees, have route 80 come to RPTC, new chairs for
employees.
The facility is nice; I don’t have a lot to say wrong with it. Maybe the waiting area inside a little
bigger, it’s hard to find a seat sometimes.
I think it would be a great idea and would be nice to see the bus come more often and seeing
how it is very small, that would make things better and faster.
More bus routes on Palm Beach + Outlets outside.
Customer service at Greyhound is poor, should be able to refund ticket if you miss the bus.
Bus 10 is too slow!
Extended time, charging stations and shelters for heat + rain.
I believe the transportation center would best service the overall City of Fort Myers & Lee
County if it were relocated to a less congested area. Presently, they crowd the fire station &
police facility. The buses are large and drive very fast coming into and out of the station. This
has caused many problems in the past years. Ask the police department & fire department if this
is not true and the City of Fort Myers to cooperate. Local businesses and citizens will surely give
you this same opinion. We must plan for the years ahead. Thank you for allowing me to express
my opinion. I trust you will use good successful judgement.
AED in lobby, Station appears very clean, history/information to look at while waiting, affordable
lockers for the public for the day.
Bigger waiting room – needs hot food station, 24 hours needs person at desk. Really needs to be
updated. Needs a TV with news and any alerts. Cell phone charging stations.
Extend the bus hours to earlier than 6 a.m. and later than 8 p.m. for those who need to work
earlier and get out later.
Friendliness of drivers needs to be improved. Better hours. Restrooms open after hours.
Install covered stops at locations such as hospitals and malls (shopping areas) where elderly are
traveling and carrying packages + groceries.
15 buses, two driveways. Can’t use area because someone might build on it. Safer area to get off
the bus, narrow street, previously was injured in a fall. Concrete block by two bus stops, need a
sidewalk! Concessions stands. Warm/cool place to wait. Trees blocking light. Bathrooms open at
all hours, including Saturdays.
Specific issue with bus route 140 during peak hours, it is overloaded far above max capacity.
Should run every 10 minutes vs 20 minutes to accommodate more people.
Happy with facility & its good, gets him where he needs to go.
Saturday & Sunday route should be the same as Monday through Friday, new route from
Buckingham to Lee Boulevard. More buses on Route 110. Nothing matches up for Sunday,
sometimes sitting for over an hour waiting on a bus. All stops should have shelters & cleaned
regularly. Ash trays at stops just above garbage can. Love the clocks on buses.
More parking space for employees, parking space with cover.
Make more things for the children to be involved with.
More bus routes on Sundays, weekday schedule preferred.
Bike racks on front of buses to allow for more bikes to be loaded.
More shade & fans outdoors. Vendors inside. Ministry room, TV’s outside and inside. Outlets on
buses, inside and outside.
Restrooms need to be open on Saturdays.
More security around and in the bus. More money for the driver. Drive the bus to midnight.
More buses on Sundays. Friendlier service. Buses should start to run at 5 a.m.
I feel we should have a larger parking lot. Also, security at night. The lobby should also be
extended a bit more.
More availability. People work different hours so it should be for all. Some areas buses don’t run
often and need to run more (10). Really pay your employees more. Extend your hours. More
routes. People working until 2 a.m. need transportation.
More routes. Cleanliness. Covered waiting area. Covered stops especially at hospitals. Extend
hours. Earlier routes. Be available until after 8 p.m. more seating. Longer bus routes. Pretty
good, happy with facility, gets me where I need to go. Facility is good and clean.
Call buttons. Bus runs on Sundays, more routes. Bike racks, front bikes 140. Improved drive
safely, seatbelts on buses. On time. Legally blind on buses, drivers call ahead on stops, disabled
close to poles.
Food/concession.
Maps/schedules are difficult to read. Outdoor vending. More bike racks. Legally blind cant read.
No one answering phone.
NOTICE OF PUBLIC MEETING Rosa Parks Transportation Center Improvements Study Lee County Open House 4 p.m. until 5:30 p.m., Tuesday, August 8, 2017 Rosa Parks Transportation Center 2250 Widman Way, Fort Myers, FL 33901 LeeTran is proposing to enhance and expand the existing downtown intermodal center. The project includes planning and construction to improve circulation and alleviate congestion, improve security for transit operations, and expand and improve connections for bicycles, pedestrians and access for those with limited mobility. The study evaluated the various options for expansion/improvements to the current facility in terms of transportation infrastructure requirements, constructability, and costs. The feasibility study will address all factors related to the current facility constraints (internal and external), design, engineering analysis, cost, current or planned developments in adjacent areas, and intersection improvements. We want your comments! The LeeTran team invites you to stop by the Rosa Parks Transportation Center between 4 p.m. and 5:30 p.m. on Tuesday, August 8th to review the proposed concept plans for the Center. In accordance with the Americans with Disabilities Act of 1990, persons needing a special accommodation to participate because of a disability or physical impairment should contact Wayne Gaither at LeeTran, 3401 Metro Parkway Fort Myers, FL 33901, by phone at (239) 533-0344, or via e-mail at [email protected] not later than 48 hours before the meeting. For more information about this project, please contact: Kris Cella, Public Information Consultant Cella Molnar & Associates Inc., (239) 337-1071 or [email protected] Puertas Abiertas 4 p.m. a 5:30 p.m., martes 8 de agosto del 2017 Centro de Transporte Rosa Parks 2250 Widman Way, Fort Myers, FL 33919 LeeTran está proponiendo mejorar y expandir el centro intermodal del centro de la ciudad. El proyecto incluye planeación y construcción para mejorar la circulación y aliviar la congestión, mejorar la seguridad para las operaciones de tránsito, y expandir y mejorar las conexiones para bicicletas, peatones y el acceso para aquellos con movilidad limitada. El estudio evaluado varias opciones de expansión/mejoras a las instalaciones actuales en términos de requisites de infraestructura para el transporte, constructibilidad, y costos. El estudio de viabilidad aborda todos los factores relacionados con las limitaciones (internas y externas) de las instalaciones actuales, diseño, análisis de ingeniería, costo, desarrollos presentes o planeados en las áreas adyacentes, y mejoras a intersecciones. ¡Queremos sus comentarios! El equipo de LeeTran lo invita a presentarse en el Centro de Transporte Rosa Parks entre la 4 p.m. y las 5:30 p.m. el martes 8 de agostoo, para reevaluar los propositos para el Centro del proyecto.
Rosa Parks Transportation Center Improvements Study
August 2017Lee County/ Condado de Lee
LeeTran is proposing to enhance and expand the existing downtown intermodal center. The project includes planning and construction to improve circulation and alleviate congestion, improve security for transit operations, and expand and improve connections for bicycles, pedestrians and access for those with limited mobility.
The study evaluated the various options for expansion/improvements to the current facility in terms of transportation infrastructure requirements, constructability, and costs. The feasibility study addresses all factors related to the current facility constraints (internal and external), design, engineering analysis, cost, current or planned developments in adjacent areas, and intersection improvements.
We want your comments!
The LeeTran team invites you to stop by the Rosa Parks Transportation Center between 4 p.m. and 5:30 p.m. on Tuesday, August 8th to review the proposed concept plans for the Center.
Open House4 p.m. until 5:30 p.m., Tuesday, August 8, 2017
Rosa Parks Transportation Center2250 Widman Way, Fort Myers, FL 33901
For more information about this project, please contactKris Cella, Public Information Consultant
Cella Molnar & Associates Inc., (239) 337-1071, [email protected]
LeeTran está proponiendo mejorar y expandir el centro intermodal del centro de la ciudad. El proyecto incluye planeación y construcción para mejorar la circulación y aliviar la congestión, mejorar la seguridad para las operaciones de tránsito, y expandir y mejorar las conexiones para bicicletas, peatones y el acceso para aquellos con movilidad limitada.
El estudio evaluará varias opciones de expansión/mejoras a las instalaciones actuales en términos de requisitos de infraestructura para el transporte, constructibilidad, y costos. El estudio de viabilidad abordará todos los factores relacionados con las limitaciones (internas y externas) de las instalaciones actuales, diseño, análisis de ingeniería, costo, desarrollos presentes o planeados en las áreas adyacentes, y mejoras a intersecciones.
¡Queremos su participación y sus ideas!
El equipo de LeeTran lo invita a presentarse en el Centro de Transporte Rosa Parks entre la 1 p.m. y las 5 p.m. el martes 16 de mayo, para discutir los elementos que a usted le gustaría ver en el Centro. Las consideraciones actuales incluyen almacenaje bajo llave para bicicletas, mayor capacidad de autobuses, instalaciones bajo techo adicionales, etc.
Puertas Abiertas1 p.m. a 5 p.m., martes 8 de agosto del 2017
Centro de Transporte Rosa Parks2250 Widman Way, Fort Myers, FL 33901
Rosa Parks Transportation Center Open House
August 8, 2017
The comments below were recorded on the comment sheets
Great idea, Love it! Bathrooms after hours, yes!! Need bus schedules on LeeTran “App.” After hours’ bus schedule online downloaded schedule. Buses are reliable “I love LeeTran!!”
I like what I saw.
I like the plan.
Name change to “Johnny Streets” bus terminal.
The transportation center needs to be open for more days and longer hours, because there are people who cannot obtain a LeeTran ID or bus passes anywhere else.
#1 Safety for all. (especially young children and families) #2 Cleanliness. Street traffic –
Safety for pedestrians, parking is an issue! Keeping security and safety with the 24/7 monitoring. Keeping all clean too. Keeping buses off small street very important too.
New design changes looks good. Please don’t exit or entry buses on Widman Way.
Need some more outlets on the outside.
Please do not allow your buses to enter r depart their station on Widman Way. We have an authorized loading and unloading zone at 2265 (Peck) Widman Way for children ages 3 and up for their dance lessons. This has ben true for the past 50 years plus (1958-2017).
Covered bike parking. 24 hour access to restrooms. East side sidewalk needs improved access for non-LeeTran users.
Looks good!
Would like to have shelter/sitting bench through Veronica Shoemaker/Winkler Avenue to Winkler and Colonial Boulevard. During the mornings several early commuters gather at Winkler and Veronica Shoemaker stop (around 6:50 a.m. to 7:15 a.m.). Also, will like to have route 5 and route 10 to have an additional bus running. It makes it more functional and convenient for the two riders to not have to wait over 60 minutes for the next bus to arrive. If not possible, at least have one extra bus running during rush hour (6:30 a.m. – 9 a.m.)
(3:30 p.m. – 6 p.m.).
More buses, later times, clean buses at night, accessible to workers on 2 and 3 shift.
Charging on buses, outside and TV with news.
I have been a regular costumer of LeeTran or now about 7 years. I was 18 when I first started
taking public transportation. I am now 25 years old. Service has always been great. Thank
you all so much.
Greyhound Managers office needs some limited storage space. A small portion of storage space #11 would work.
The new idea for Rosa Parks is so amazing and smart thinking. Cant wait for the results.
After hours concerned vandalism; excited about expanded toilet rooms. Drinking fountains important.
Maybe implement a change dispenser on the buses for current change.
##
##
FORT MYERS, FLORIDA
ROSA PARKS BUS STATION
PARKING IMPROVEMENT (OPTION 2)
Professional Engineers, Planners, & Land SurveyorsServing The State Of Florida
BANKSENGINEERING