Loading...
Agenda 12/13/2016 Item #11C 11 C 12/13/2016 EXECUTIVE SUMMARY Recommendation to approve Amendment No. 1 to Agreement No. 15-6447 with Kelly Brothers,Inc. (and corresponding deductive Change Order No. 4), resulting from a Cost Saving Initiative (CSI) Proposal from the contractor reducing the contract amount by $545,190.19 for the construction of the Chokoloskee Bridge,Project No. 66066.9. OBJECTIVE: To approve an amendment to Agreement No. 15-6447 with Kelly Brothers, Inc., ("Kelly Brothers"), and deductive Change Order No. 4, as a result of the contractor's Cost Savings Initiative (CSI) Proposal. CONSIDERATIONS: The County advertised Solicitation Number 15-6447, the Chokoloskee Bridge Replacement Project, for bid on September 28, 2015. During the question and answer period of the solicitation for construction bids, contractors posed questions as to whether alternative foundations would be considered for the bridge. Being aware of variations in construction means and methods of the diverse contractors bidding on the project, the County's solicitation provided that it would consider alternative cost saving proposals in accordance with Florida Department of Transportation (FDOT) Standard Specifications, 2014, Section 4-3.9, Cost Savings Initiative Proposal. FDOT Specifications Section 4-3.9 allows a contractor to initiate and develop a CSI proposal for the purpose of increasing cost effectiveness or significantly improving the quality of the end result. By including this specification in its solicitation, the County expressly allowed for the opportunity to consider proposals that would result in net savings to the County by providing for an alternative design that would reduce the contract amount without impairing the essential function and characteristics of the bridge construction project. Pursuant to FDOT Specification Section 4-3.9.7 (and the terms of the solicitation), if the County approves a contractor's CSI proposal, the contractor receives 50% of the net reduction in the cost of performance of the Contract; that is, the County and contractor equally share the net amount saved as the result of the CSI proposal. On January 12, 2016, the Board of County Commissioners (Board) awarded Contract 15-6447 to Kelly Brothers for the construction of the Chokoloskee Bridge Replacement Project in the amount of $8,050,911.82. On March 16, 2016, Kelly Brothers notified County staff of its intent to submit a CSI proposal related to changes to the structural design of the bridge, and requested that a CSI Workshop be held prior to commencement of the contract time. On May 20, 2016, staff held a CSI Workshop to review Kelly Brother's CSI proposal identifying an opportunity to realize a savings of approximately one million dollars through a redesign and utilization of alternative construction means,methods and materials. After reviewing this potential opportunity to save the County hundreds of thousands of dollars, staff advised Kelly Brothers to proceed with preparing a formal Proposal for submittal and review. On July 18, 2016, Kelly Brothers submitted its formal CSI proposal for review by the Engineer of Record (EOR), TY Lin International, the County's Construction and Engineering Inspection (CEI) consultant, HighSpans Engineering, Inc., and staff. The proposal included design changes representing a savings of $1,001,710.99 to be split between the County and the Contractor per FDOT Specifications, Section 4-3.9. Packet Pg. 395 11.0 12/13/2016 On November 23, 2016, after multiple reviews by the EOR, the County's CEI consultant and staff, Kelly Brothers submitted its final Proposal representing a savings of$1,048,849.66 to be split equally between the County and Kelly Brothers. Additionally, the County requested that Kelly Brothers share in the County's consultant expenses for reviewing the Proposal. This resulted in an additional contract savings of $20,765.36 in the County's favor. Subsequently, staff prepared an amendment to Kelly Brothers' original agreement with the County and the associated deductive Change Order No. 4 in the amount of $545,190.19 for the Board's consideration. The original EOR for the bridge, TY Lin International, reviewed the CSI proposal and offered the following statement in a letter dated November 22, 2016: "Based on the information provided, we believe the CSI meets the intent and design criteria of the original plans and therefore the bridge will meet or exceed the seventy-five (75)year design life. We recommend the County accept the CSI Proposal." The complete letter is available in the attached CSI package. The County's CEI consultant for the project, HighSpans Engineering, Incorporated, also reviewed the proposal and concurred that: "The proposed CSI Bridge Design and Details will meet or exceed the original design's life expectancy of 75-years." HighSpans' November 23, 2016, letter in support is included in the attached CSI package. Key features of the CSI proposal include, but are not limited to, the use of a more detailed wave loading analysis, which allows for a construction cost reduction by replacing the 54" cylinder piles in the original design with groups of 24" square piles. In turn, the decrease in pile size decreases trucking, specialty equipment and material costs. Mid-span diaphragms were added to the design to allow the use of concrete shear blocks in place of galvanized bearing assemblies/beam anchors thus reducing anticipated annual maintenance costs. The Amendment to the Agreement places all liability and responsibility for the CSI bridge redesign on Kelly Brothers. Further, Kelly Brothers assumes all financial risk associated with quantity overruns or under-runs related to the CSI bridge re-design, as well as, all impacts, costs, delays or damages, whether direct or indirect, resulting from Contractor initiated changes in the original bridge design. Finally, the contractor has no right to any additional monetary compensation for any direct or indirect costs or profit for any additional work required to complete the work included in the Cost Savings Initiative. FISCAL IMPACT: The change to the contract 15-6447 amount is a deduction of $545,190.19. The source of funding is Gas Taxes Fund 313 Project 66066.9 Chokoloskee Bridge Replacement. The expected useful service life of the new bridge is estimated to be 75 years. Furthermore, the proposed modifications in the Proposal are anticipated to reduce the annual maintenance cost of the bridge while continuing to utilize Florida Department of Transportation standards as applicable. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT GROWTH MANAGEMENT IMPACT: The CSI package has been reviewed by staff and is in conformance with the goals and objectives of the Transportation Engineering and Road Maintenance Packet Pg.396 11.0 12/13/2016 Divisions of the Growth Management Department. RECOMMENDATION: To approve an Amendment to Agreement No. 15-6447 and the associated deductive Change Order No. 4 with Kelly Brothers, Inc., in the amount of$545,190.19 resulting from the contractor's CSI Proposal for the construction of the Chokoloskee Bridge (Project No. 66066.9), and authorize the Chair to execute the attached Change Order and Contract Amendment. Prepared by: Andrew Miller, P.E., Senior Project Manager,Transportation Engineering Division and Anthony 0. Stolts,P.E., Senior Project Manager, Transportation Engineering Division ATTACHMENT(S) 1. [Linked} Contract Amendment Chokoloskee 120216 srt_w_Appendix B_signed C04 (PDF) Packet Pg. 397 11.0 12/13/2016 COLLIER COUNTY Board of County Commissioners Item Number: 11.0 Item Summary: Recommendation to approve Amendment No. 1 to Agreement No. 15-6447 with Kelly Brothers, Inc. (and corresponding deductive Change Order No. 4), resulting from a Cost Saving Initiative (CSI) Proposal from the contractor reducing the contract amount by $545,190.19 for the construction of the Chokoloskee Bridge, Project No. 66066.9. (David Wilkison, Department Head, Growth Management Department) Meeting Date: 12/13/2016 Prepared by: Title: Project Manager, Senior—Transportation Engineering Name: Andrew Miller 12/02/2016 2:51 PM Submitted by: Title: Division Director-Transportation Eng—Transportation Engineering Name: Jay Ahmad 12/02/2016 2:51 PM Approved By: Review: Transportation Engineering Jay Ahmad Additional Reviewer Completed 12/02/2016 3:03 PM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 12/02/2016 3:13 PM Procurement Services Ted Coyman Additional Reviewer Completed 12/02/2016 3:26 PM Growth Management Department Diane Lynch Level 1 Division Reviewer Completed 12/02/2016 3:49 PM Transportation Engineering Gary Putaansuu Additional Reviewer Completed 12/05/2016 7:22 AM Procurement Services Sandra Herrera Additional Reviewer Completed 12/05/2016 8:11 AM Procurement Services Allison Kearns Additional Reviewer Completed 12/05/2016 2:33 PM Growth Management Department Gene Shue Additional Reviewer Completed 12/05/2016 5:19 PM Procurement Services Evelyn Colon Additional Reviewer Completed 12/06/2016 8:54 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 12/06/2016 9:01 AM Growth Management Department David Wilkison Level 2 Division Administrator Completed 12/06/2016 10:23 AM County Attorneys Office Scott Teach Level 2 Attorney Review Completed 12/06/2016 1:50 PM County Attorney's Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 12/06/2016 2:52 PM Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review Completed 12/06/2016 3:37 PM Budget and Management Office Mark lsackson Additional Reviewer Completed 12/06/2016 3:49 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 12/07/2016 12:17 PM Packet Pg.398 - 11.0 12/13/2016 Board of County Commissioners MaryJo Brock Meeting Pending 12/13/2016 9:00 AM r—. Packet Pg. 399, APPENDIX B Exhibit E: Construction Ghange Order Form contract #: |T}"-l change #, I 04 I Purchase order #: .-...Project Manager Name:l I Dlvlslon: BCC Approved Amount ContractMork Order Amou nt Dollar Amount of this Change Revised ContractMork Order Total 4500166669 Contractor/Firm Name:Kelly Brothers, lnc.Chokoloskee Bridge Replacement Transportation Engineering Agenda ltem Last BCC ApprovalDate;Agenda ltem # SAP Contract Expiration Date (Master) Total Change from OriginalAmount Change from Cunent BCC Approved Amount from Current Amount Project Name: 8.050.911.82 8.050.911.82 $ 8,050,911.82 1t12t1611.8 1t12t16 11 Completion Date, Description of the Task(s) Change, and Rationale for the Change u17nugNottce to pro"""olEzoto I orlginat @ Last ApprovedDate Completlon P31s l-J Date Revlsed Date this change) D Add new task(s) [ Delete task(s] E Change task(s) I Other (see below) Provlde a responae to the following: 1.) detailed and speclflc explanation/rationale of the rcquested change(s) to the task(s) and I or the additional days added (lf requested); 2.) why this change was not lncluded ln the orlglnal contract; and, 3.) describe the impact lf this change ls not processed. Attach additional information from the Design Professional and/or Contrador if needed. Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising Accepted by: Approved by: Services Division Engineering Division Management Department 1. This change order is to modify the Contract by approving and incorporating into the contract a Cost Savings lnitiative (CSl) Proposal in accordance with the Contract which follows the FDOT Standard Specifications, 2014 Section 4-3.9. Key features of the Contractor's Proposal include, but are not limited to, the use of a more detailed wave loading analysis which allows for a construction cost reduction by replacing the 54' cylinder piles in the original design with groups of 24" square piles. ln turn, the decrease in pile size decreases trucking, specialty equipment and material costs. Mid-span diaphragms were added to the design to allow the use of concrete shear blocks in place of galvanized bearing assemblies/beam anchors thus reducing anticipated annual maintenance costs. Approval of this CSI Proposal will result in a total savings of $1,048,849.66 to be split between Collier County and Kelly Brothers, lnc. Additionally, the County requested that Kelly Brothers share in the County's consultant expenses for reviewing the Proposal. This resulted in an additional contract savings of $20,765.36 in the County's favor.2. During the question and answer period of the solicitation for construction bids, contractors posed questions as to whether alternative foundations would be considered for the bridge. Being aware of variations in construction means and methods of the diverse contractors bidding on the project, the County responded that alternatives would be considered in accordance with the Contract,3. lf this modification is not processed the County would forego a savings of $545,190.19 and a potential reduction in maintenance costs as described above. See Attachment A - Modified Schedule qf VZhes Table and Attachment B - CSI Package dated November 23, 2016. (Divisions who may require additional signatures may include on separate sheet.) Accepted Revised: 1O[ZU2O14 COST SAVINGS INITIATIVE (CSI) FOR THE CHOKOLOSKEE BRIDGE REPLACEMENT 11/23/2016 Collier County Bid #: 15-6447 The Contractor, Kelly Brothers, Inc., has proposed a cost savings initiative to replace the 54” cylinder piles in the original design with 24” piles by use of a more detailed wave loading analysis. This results in materials and equipment cost savings, increased load rating for the bridge, lower long-term maintenance costs, and a proposed savings of $1,048,849.66 to be shared between Collier County and Kelly Brothers, Inc. COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 1 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT C O L L I E R C O U N TY B I D #: 1 5 -6 4 47 Table of Contents 1.0 EXECUTIVE SUMMARY ............................................................................................... 3 2.0 RECOMMENDATIONS FROM REVIEW ENGINEERS .................................................... 4 3.0 CSI SPECIFICATION ......................................................................................................12 4.0 CONTRACTOR’S PROPOSAL ........................................................................................18 4.1 Description .........................................................................................................................................18 4.2 Detailed Cost Estimate ....................................................................................................................22 4.3 Itemization of Changes, Roles & Responsibilities .......................................................................26 4.4 Target Date for Approval .............................................................................................................32 4.5 Revised Project Schedule ...............................................................................................................34 4.6 Proposed Plans ............................................................................................................................... 38 4.7 Engineering Analysis ...................................................................................................................... 159 4.8 Bridge Hydraulic Report & Wave Loading .............................................................................. 160 4.9 Geotechnical Report ...................................................................................................................... 161 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 2 1.0 EXECUTIVE SUMMARY This Change Order is needed to incorporate a Cost Savings Initiative that was proposed by the Contractor for the Chokoloskee Bridge Replacement Project. The CSI proposes a redesign of the foundation to eliminate the need for 54” diameter cylinder piles and instead uses 24” square prestressed concrete piles. A more detailed wave loading analysis was performed to justify eliminating hold-down devices. Changes to the construction joint and phasing widths for the bridge are incorporated, which are a result of the new foundation system. This CSI will result in a total savings of $1,048,849.66 to be split between Collier County and Kelly Brothers, Inc. This savings will result in a reduction to the contract amount. Original Contract Amount: $8,050,911.82 Contract Change due to this Change Order: ($545,190.19) New Contract Amount after this Change Order: $7,505,721.63 Savings to Collier County $545,190.19 No additional Contract Days are required for this change as long as it is BOCC approved by December 13, 2016. COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 3 10/26/2016 Page 3 2.0 RECOMMENDATIONS FROM REVIEW ENGINEERS Collier County Staff requested two separate bridge design engineering firms evaluate the merits of the CSI proposal. 1) T.Y. Lin International, the original Engineer of Record. 2) HighSpans Engineering, Inc., the CEI firm for the project. Both firms replied positively, as long as final review comments are resolved; their respective letters included herein. COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 4 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 5 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 6 2400 1st Street, Suite 200 | Fort Myers, Florida 33901 | T 239.332.4846 | F 239.332.4798 | www.tylin.com November 22, 2016 Andrew Miller Senior Project Manager Collier County Growth Management Department Transportation Engineering Division 2885 S. Horseshoe Drive Naples, FL 34104 Re: Chokoloskee Bridge Replacement, Cost Savings Initiative Bid # 15-6447 Dear Mr. Miller, We have reviewed the Cost Savings Initiate (CSI) prepared by Cardno, Inc. for Kelly Brothers, Inc., dated 11/20/2016 as well as answers to subsequent questions we formulated. Based on the information provided, we believe the CSI meets the intent and design criteria of the original plans and therefore the bridge will meet or exceed the seventy-five (75) year design life. We recommend the County accept the CSI Proposal. Please contact me if you have any questions or require additional information. Sincerely, James W. Molnar, P.E. Vice President Cc: Boon Chong, PE Vince Zaliauskas, PE COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 7 Project:Chokoloskee Bridge ReplacementDATE: 11/22/2016Project #:66066.9, Bid 15-6447REVISION No. 8HighSpans Engineering, Inc.1) CSI CONSTRUCTION COSTS ItemUnit PriceTotal AmountTotal QuantityUnitMeas Description102-71-1432.34$ $42,527.101315LFBARRIER WALL, TEMPORARY, F&I, TYPE K102-71-2417.49$ $19,186.531097LFBARRIER WALL, TEMPORARY, RELOCATE, TYPE K102-89-11,518.00$ $15,180.0010LFTEMPORARY CRASH CUSHION, REDIRECTIVE OPTION400- 4- 51,224.00$ $190,944.00156CYCLASS IV CONCRETE (SUBSTRUCTURE)400- 4- 25-$ $0.000CYCLASS IV CONCRETE (MASS, SUBSTR.) (DELETE)400-1430.67$ $8,894.2513275SFCLEAN AND COAT, CLASS V415-1-41.20$ $144,240.00120200LBREINFORCING STEEL (SUPER STRUCTURE) 415- 1- 51.32$ $23,760.0018000LBREINFORCING STEEL (SUBSTRUCTURE) 450- 2- 36375.00$ $421,875.001125LFPRESTRESSED BEAMS: FLORIDA-I BEAM 36"455-34-5409,310.40$ $409,310.401 LSPILES CONCRETE 24"455-143-597,889.33$ $97,889.331LSTEST PILE 24"460-1-152.65$ $6,069.642290.43 LB STRUCTURE STEEL - MISC1) SUBTOTAL CONSTRUCTION COST $1,379,876.252) AS-BID CONTRACT COSTS102-71-1432.34$ $50,741.461569 LF BARRIER WALL, TEMPORARY, F&I, TYPE K102-71-2417.49$ $45,474.002600 LF BARRIER WALL, TEMPORARY, RELOCATE, TYPE K102-89-1 1,518.00$ $36,432.0024 LF TEMPORARY CRASH CUSHION, REDIRECTIVE OPTION400- 4- 5 1,224.00$ $88,250.4072.1 CY CLASS IV CONCRETE (SUBSTRUCTURE)400- 4- 25 630.00$ $165,879.00263.3 CY CLASS IV CONCRETE (MASS, SUBSTR.)400-1430.67$ $9,313.0013900 SF CLEAN AND COAT, CLASS V415-1-41.36$ $165,104.00121400 LB REINFORCING STEEL (SUPERSTRUCTURE) 415- 1- 51.32$ $120,648.0091400 LB REINFORCING STEEL (SUBSTRUCTURE) 450- 2- 36 396.61$ $446,186.251125 LF PRESTRESSED BEAMS: FLORIDA-I BEAM 36"455- 36- 1 1,505.00$ $1,225,070.00814 LF CONCRETE CYLINDER PILES (54" DIAM.)455-143- 8 1,681.86$ $351,508.74209 LF TEST PILES (CONC CYL PILE) (54" DIAM.)460-1-152.65$ $43,195.0016300 LB STRUCTURE STEEL - MISC2) SUBTOTAL CONTRACT COSTS$2,747,801.85ENGINEER'S ESTIMATE OF CSI COST SAVINGSCOST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 8 Project:Chokoloskee Bridge ReplacementDATE: 11/22/2016Project #:66066.9, Bid 15-6447REVISION No. 8HighSpans Engineering, Inc.ENGINEER'S ESTIMATE OF CSI COST SAVINGS3) CONSTRUCTION SAVINGS (2 - 1)$1,367,925.604) ENGINEERING COSTS999-CO4-1319,075.94$ $319,075.94 1 LSCONTRACTOR'S EOR, COASTAL & GEOTECHNICAL4) SUBTOTAL ENGINEERING COSTS $319,075.94 23% % OF CONSTRUCTION SAVINGS5) SAVINGS AFTER ENGINEERING COSTS (3 - 4)$1,048,849.66CONTRACTOR'S SHARE OF SAVINGS $524,424.83COUNTY'S SHARE OF SAVINGS $524,424.836) IMPLEMENTATION COSTS PAID BY THE COUNTY16,122.50$ $16,122.50 1 LSEOR COST25,408.22$ $25,408.22 1 LSCEI COST6) SUBTOTAL IMPLEMENTATION COSTS $41,530.72 3% % OF CONSTRUCTION SAVINGSCONTRACTOR'S SHARE OF COSTS $20,765.36COUNTY'S SHARE OF COSTS $20,765.367) SAVINGS AFTER IMPLEMENTATION COSTS999-C04-2 CONTRACTOR'S SHARE OF SAVINGS $503,659.478) CONTRACT AMOUNT CHANGESORIGINAL CONTRACT AMOUNT $8,050,911.82REDUCTION TO CONTRACT AMOUNT $545,190.19NEW CONTRACT AMOUNT $7,505,721.63COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 9 Chokoloskee Bridge Replacement Project Change Order 04 Project Number: 66066.9 Bid Number: 15-6447 ORIGINAL BID PRICE NEW UNIT PRICE SWA PRICE 450- 2- 36 PREST BEAMS: FLORIDA-I BEAM 36" PROPOSED $ 396.61 $ 375.00 $ 222.31 This pay item deviates from the FDOT 6-month State Wide Average pricing. This was a change from the bid price which was already higher than the Statewide Average. The bid price was lowered due to removal of steel hardware. Transportation to the remote location also contributed to the increase in price. ORIGINAL BID PRICE NEW UNIT PRICE SWA PRICE 415-1-4 REINFORCING STEEL (SUPERSTRUCTURE) $ 1.36 $ 1.20 $ 0.81 This pay item deviates from the FDOT 6-month State Wide Average pricing. This was a change from the bid price which was already higher than the Statewide Average. Transportation to the remote location contributed to the increase in price. QUANTITY UNIT PRICE SWA PRICE 455-34-5 PILES CONCRETE 24" 1585 LF $ 258.24 $ 222.00 The lump sum pile cost was calculated using the linear footage and unit prices above. Transportation to the remote location, 100% PDA, post-grouting, and geotech costs contributed to the increase in price. QUANTITY UNIT PRICE SWA PRICE 455-143-5 TEST PILE 24" 209 LF $ 468.37 $ 320.00 The lump sum test pile cost was calculated using the linear footage and unit prices above. Cost of the PDA and geotechnical engineering cost in the unit price. Transportation to the remote location, 100% PDA, post-grouting, and geotech costs contributed to the increase in price. COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 10 CESPO0505/23/2016-13.23.23Page: 11Florida Department of TransportationItem Average Unit Cost From 2015/11/01 to 2016/04/30Contract Type: CC STATEWIDEDisplaying: VALID ITEMS WITH HITSFrom: 0102 1 To: 9999999No. of Weighted Total Total UnitItem Conts Average Amount Quantity Meas Obs? Description0443 70 6 3 $163.19 $754,432.24 4,623.000 LF N FRENCH DRAIN, 36"0444 70 11 1 $165.00 $26,400.00 160.000 LF N DEEP WELL- OPEN HOLE, 24"0444 71 11 1 $235.00 $188,000.00 800.000 LF N DEEP WELL CASING, 24"0446 1 1 3 $26.11 $1,166,126.80 44,659.000 LF N EDGEDRAIN DRAINCRETE, STANDARD0446 71 1 5 $26.04 $44,114.40 1,694.000 LF N EDGEDRAIN OUTLET PIPE, 4"0450 1 1 2 $134.83 $205,616.92 1,525.000 LF N PREST BEAMS, TYPE II0450 1124 1 $333.23 $171,280.22 514.000 LF N PREST BEAM, FDT 240450 2 36 2 $218.09 $331,490.00 1,520.000 LF N PREST BEAMS: FLORIDA-I BEAM 36"0450 3 11 1 $350.00 $43,750.00 125.000 LF N PRESTRESSED SLAB UNITS,48" X 12"0450 3 21 1 $350.00 $76,650.00 219.000 LF N PRESTRESSED SLAB UNITS,60" X 12"0450 83 1 1 $1,503.00 $223,947.00 149.000 EA N BEAM REPAIR, STRAND SPLICES0455 34 3 1 $200.00 $150,000.00 750.000 LF N PRESTRESSED CONCRETE PILING, 18" SQ0455 34 5 1 $222.00 $139,860.00 630.000 LF N PRESTRESSED CONCRETE PILING, 24" SQ0455 34203 4 $77.95 $681,285.90 8,740.000 LF N PREST CONC PILING, 100% DYN TEST, EXT 180455 34205 2 $83.74 $412,425.00 4,925.000 LF N PREST CONC PILING, 100% DYN TEST, EXT 240455 76 1 $400.00 $28,000.00 70.000 EA N WRAP PILE CLUSTERS0455 81102 1 $3,105.00 $93,150.00 30.000 EA N CATHODIC PROT,F&I,PILE,ZINC ANODE ASSEM0455133 2 3 $19.72 $1,593,213.70 80,797.000 SF N SHEET PILING STEEL, TEMPORARY-CRITICAL0455133 3 4 $34.03 $7,508,134.30 220,639.000 SF N SHEET PILING STEEL, F&I PERMANENT0455143 5 1 $320.00 $76,800.00 240.000 LF N TEST PILES-PREST CONCRETE,24" SQ0455143203 1 $334.58 $56,878.60 170.000 LF N TEST PILES- PRESTR CONC, EXT 18"0455143205 1 $320.00 $38,400.00 120.000 LF N TEST PILES- PRESTR CONC, EXT 24"0457 1 22 1 $1,630.00 $171,150.00 105.000 LF N STD INTEGRAL PILE JKT, STR, 16 to 300457 2121 1 $1,400.00 $137,200.00 98.000 LF N CATH PROT INTE PILE JA, NON-STR, 16.1-300457 2211 1 $1,900.00 $619,400.00 326.000 LF N CATH PROT INTE PILE JA, STR,UP TO 160457 2221 2 $1,741.84 $402,365.84 231.000 LF N CATH PROT INTE PILE JA, STR, 16.1-300458 1 11 10 $42.13 $114,931.45 2,728.000 LF N BRIDGE DECK EXPANSION JNT,NEW,POURED0458 1 21 15 $78.83 $525,816.62 6,670.000 LF N BRIDGE DECK EXPANSION JNT, REHAB,POURED0458 1 23 1 $254.40 $46,046.40 181.000 LF N BRIDGE DECK EXPANSION JNT, REHAB,MODULAR0458 1 24 1 $1,300.00 $330,200.00 254.000 LF N BRIDGE DECK EXPAN JNT,REHAB,FINGER JNT0458 1 25 1 $194.00 $13,386.00 69.000 LF N BRIDGE DECK EXPAN JNT, REHAB,COMPRESSION0458 1 26 1 $141.00 $271,425.00 1,925.000 LF N BRIDGE DECK EXPANSION JNT, REHAB,OTHER0458 2 5 $664.69 $261,089.70 392.800 CF N POLYMER NOSING FOR BRIDGE DECK EXPANSION0460 1 3 1 $38.00 $160,588.00 4,226.000 LB N STRUCT STEEL-REHAB, SHOE ASSEMBLIES0460 1 11 1 $8.00 $10,560.00 1,320.000 LB N STRUCT STEEL REHAB-SCREW, BOLT & WASH0460 1 13 1 $40.20 $126,630.00 3,150.000 LB N STRUCT STEEL REHAB-BOLT, NUT, WASH & PLT0460 1 15 6 $38.53 $882,328.09 22,902.000 LB N STRUCT STEEL - REHAB, MISC.0460 2 2 1 $6.11 $91,039.00 14,900.000 LB N STRUCT STEEL, LOW ALLOY0460 2 15 1 $9.52 $6,997.20 735.000 LB N STRUCT STEEL, MISCELLANEOUS0460 6 1 2 $420,778.00 $841,556.00 2.000 LS N LADDERS & PLATFORMS, NEW CONSTRUCTIONCOST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 11 3.0 CSI SPECIFICATION COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 12 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 13 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 14 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 15 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 16 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 17 4.0 CONTRACTOR'S PROPOSAL ’S PROPOSAL 4.1 Description COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 18 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300 F: (239) 482-8014 www.kellybros.net INTRODUCTION Pursuant to FDOT Specification 4-3.9 Cost Savings Initiative Proposal (CSI), Kelly Brothers Inc. (KBI) would like to initiate and develop a CSI that will increase cost effectiveness and significantly improve the quality of the end results by reducing future maintenance cost. The CSI will result in savings without impairing essential functions and characteristics such as safety, service, life, reliability, economy of operation, ease of maintenance, aesthetics and necessary standard design features. It will require KBI to do a full re-design of bridge using the 2014 FDOT design standards (same as existing design). The focus of the re-design will be on re-calculating the bridge reaction to the wave forces using a more detailed level II analysis and implementing the bridge design accordingly. The original design used a less detailed less expensive level I analysis. This will include eliminating the current complex beam anchorage system, providing concrete keeper blocks on the bents, and re-designing the superstructure, substructure, and foundation. The bridge will utilize prestressed FIB-36 beams with cast-in-place deck and the bridge foundation will utilize 24” precast prestressed concrete piles (PPCP). The re-design will also increase the horizontal clearance for boat traffic. · New design will have the same loading capacities as the original design. · New design will meet or exceed all FDOT design standards (2014). · New design will increase the horizontal clearance for boat traffic. · New design will eliminate complex beam anchorage system that would have required future maintenance THE DATE BY WHICH THIS PROPOSAL MUST BE BOCC APPROVED AND NOT AFFECT THE ORIGINAL COMPLETION DATE IS DECEMBER 13, 2016. COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 19 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300 F: (239) 482-8014 www.kellybros.net ORIGINAL PROJECT DESCRIPTION A three span prestressed concrete girder bridge will be used to traverse the Chokoloskee Bay along CR 29. The new bridge will consist of: · Foundation of 54” cylinder piles (nonessential/added cost) not manufactured in Florida (trucking) require specialty equipment (added cost) · Mass concrete type caps that consist of large amounts of concrete (nonessential/added cost) · Three 75'-0" long spans bridge on a part of a 550'-0" vertical curve. The bridge will be not be skewed. · Overall bridge deck width of 52'-0" (two 12'-0" lanes, two 8'-0" shoulders, and one 8'-2" sidewalk. · 5 FIB-36 beams anchored with galvanized barring assemblies (nonessential/future maintenance). · Combination steel sheet pile wall with galvanized coating approaches at both ends of the bridge · Point/patch, and add a new cap to the existing seawall. REVISED PROJECT DESCRIPTION A three span prestressed concrete girder bridge will be used to traverse the Chokoloskee Bay along CR 29. The revised bridge will consist of: · Foundation of 24” concrete piles (cost savings) manufactured in Florida (less trucking) do not require specialty equipment (cost savings) · Standard size Caps (cost savings) · Three 75'-0" long spans bridge on a part of a 550'-0" vertical curve. The bridge will be not be skewed. · Overall bridge deck width of 52'-0" (two 12'-0" lanes, two 8'-0" shoulders, and one 8'-2" sidewalk. · PZ40 steel sheet pile wall with galvanized coating approaches at both ends of the bridge (heavier pile section than original at no additional cost) · 5 FIB-36 beams setting on barring pads and secured with concrete shear blocks (eliminates need for maintenance on galvanized anchor blocks and reduces the cost of future pad replacements). COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 20 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300 F: (239) 482-8014 www.kellybros.net Please see attached sheet for detailed cost savings: PRELIMINARY SAVINGS $1,367,925.60 TOTAL SAVINGS $1,048,849.66 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 21 4 .2 Detailed Cost Estimate COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 22 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 23 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 24 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 25 4 .3 Itemization of Changes , Roles & Responsibilities COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 26 Sheet #TYLin Plan Set Sheet Title CSI Action Cardno Plan Set Sheet Title 1 Key Sheet Remains Unchanged 2 Summary of Pay Items Remains Unchanged 3 Typical Sections Remains Unchanged 4 Typical Sections Remains Unchanged 5 Typical Sections Remains Unchanged 6 Summary of Quantities Remains Unchanged 7 General Notes Remains Unchanged 8 Roadway Plans Remains Unchanged 9 Roadway Plans Remains Unchanged 10 Roadway Plans Remains Unchanged 11 Profile Remains Unchanged 12 Profile Remains Unchanged 13 Profile Remains Unchanged 14 Cross Sections Remains Unchanged 15 Cross Sections Remains Unchanged 16 Cross Sections Remains Unchanged 17 Cross Sections Remains Unchanged 18 Cross Sections Remains Unchanged 19 Cross Sections Remains Unchanged 20 Cross Sections Remains Unchanged 21 Cross Sections Remains Unchanged 22 Cross Sections Remains Unchanged 23 Cross Sections Remains Unchanged 24 Cross Sections Remains Unchanged 25 Drainage Structures Remains Unchanged 26 Traffic Control General Notes Remains Unchanged 27 Traffic Control Typical Sections Remains Unchanged 28 Traffic Control Typical Sections Remains Unchanged 29 Traffic Control Typical Sections Remains Unchanged 30 Traffic Control Plans Phase 1A Remains Unchanged 31 Traffic Control Plans Phase 1A Remains Unchanged 32 Traffic Control Plans Phase 1A Remains Unchanged 33 Traffic Control Plans Phase 1B Remains Unchanged 34 Traffic Control Plans Phase 1B Remains Unchanged 35 Traffic Control Plans Phase 1B Remains Unchanged 36 Traffic Control Plans Phase 1C Remains Unchanged 37 Traffic Control Plans Phase 1C Remains Unchanged 38 Traffic Control Plans Phase 1C Remains Unchanged 39 Traffic Control Plans Phase 2A Remains Unchanged 40 Traffic Control Plans Phase 2A Remains Unchanged 41 Traffic Control Plans Phase 2A Remains Unchanged 42 Traffic Control Plans Phase 2A Remains Unchanged 43 Traffic Control Plans Phase 2B/2C Remains Unchanged 44 Traffic Control Plans Phase 2B/2C Remains Unchanged 45 Traffic Control Plans Phase 2B/2C Remains Unchanged 46 Traffic Control Plans Phase 2B/2C Remains Unchanged 47 Traffic Control Plans Phase 3A Remains Unchanged COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 27 48 Traffic Control Plans Phase 3A Remains Unchanged 49 Traffic Control Plans Phase 3A Remains Unchanged 50 Traffic Control Plans Phase 3B Remains Unchanged 51 Utility Adjustment Remains Unchanged 52 Utility Adjustment Remains Unchanged 53 Utility Adjustment Remains Unchanged 54 Stormwater Prevention Plan Remains Unchanged 55 Stormwater Prevention Plan Remains Unchanged 56 SWPPP Details Remains Unchanged 57 SWPPP Details Remains Unchanged 58 SWPPP Details Remains Unchanged 59 SWPPP Details Remains Unchanged 60 S&PM Summary of Quantities Remains Unchanged 61 Signing and Pavement Marking Remains Unchanged 62 Signing and Pavement Marking Remains Unchanged 63 Signing and Pavement Marking Remains Unchanged 64 Signing and Pavement Marking Remains Unchanged 65 Navigational Lighting Details Remains Unchanged 66 Project Information Sign Remains Unchanged B-1 Index of Drawings Replaced with Index of Drawings B-2 General Notes (1 of 3)Replaced with General Notes (1 of 3) B-3 General Notes (2 of 3)Replaced with General Notes (2 of 3) B-4 General Notes (3 of 3)Replaced with General Notes (3 of 3) B1-1 General Plan and Elevation (1 of 2)Replaced with General Plan and Elevation (1 of 2) B1-2 General Plan and Elevation (2 of 2)Replaced with General Plan and Elevation (2 of 2) B1-3 Bridge Construction Sequence (1 of 2)Replaced with Bridge Hydraulic Recommendation B1-4 Bridge Construction Sequence (2 of 2)Replaced with Construction Sequence (1 of 2) B1-5 Bridge Hydraulic Recommendation Replaced with Construction Sequence (2 of 2) B1-6 Foundation Layout Replaced with Foundation Layout B1-7 Report of Core Borings Replaced with Report of Core Borings B1-8 Pile Data Table Replaced with Pile Data Table B1-9 End Bents Replaced with 24" Sq Prestressed Piles B1-10 End Bent Details Replaced with End Bent Plan/Elev B1-11 Intermediate Bents Replaced with End Bent Details B1-12 Intermediate Bent Details Replaced with Intermediate Bent Plan/Elev B1-13 Section Through Bridge (1 of 2)Replaced with Intermediate Bent Details B1-14 Section Through Bridge (2 of 2)Replaced with Section Through Bridge (1 of 2) B1-15 Finish Grade Elevation (1 of 2)Replaced with Section Through Bridge (2 of 2) B1-16 Finish Grade Elevation (2 of 2)Replaced with Finish Grade Elevation (1 of 2) B1-17 Superstructure Plan (1 of 2)Replaced with Finish Grade Elevation (2 of 2) B1-18 Superstructure Plan (2 of 2)Replaced with Superstructure Plan B1-19 Superstructure Details (1 of 4)Replaced with Superstructure Details (1 of 3) B1-20 Superstructure Details (2 of 4)Replaced with Superstructure Details (2 of 3) B1-21 Superstructure Details (3 of 4)Replaced with Superstructure Details (3 of 3) B1-22 Superstructure Details (4 of 4)Replaced with Diaphragm Details (1 of 3) B1-23 Bearing Details (1 of 3)Replaced with Diaphragm Details (2 of 3) B1-24 Bearing Details (2 of 3)Replaced with Diaphragm Details (3 of 3) B1-25 Bearing Details (3 of 3)Replaced with Beam Table B1-26 Diaphragm Details (1 of 2)Replaced with Approach Slab Details COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 28 B1-27 Diaphragm Details (2 of 2)Replaced with Reinforcing Bar List (1 of 2) B1-28 Beam Table Replaced with Load Rating B1-29 Traffic Railing Details Deleted B1-30 Approach Slab Details Deleted B1-31 Reinforcing Bar List (1 of 2)Deleted B1-32 Reinforcing Bar List (2 of 2)Deleted B1-33 Load Rating Deleted BW-1 Sheet Pile Wall Notes (1 of 2)Replaced with Sheet Pile Wall Notes (1 of 2) BW-2 Sheet Pile Wall Notes (2 of 2)Replaced with Sheet Pile Wall Notes (2 of 2) BW-3 Sheet Pile Retaining Wall (1 of 2)Replaced with Sheet Pile Retaining Wall (1 of 2) BW-4 Sheet Pile Retaining Wall (2 of 2)Replaced with Sheet Pile Retaining Wall (2 of 2) BW-5 Sheet Pile Wall Details (1 of 4)Replaced with Sheet Pile Wall Details (1 of 4) BW-6 Sheet Pile Wall Details (2 of 4)Replaced with Sheet Pile Wall Details (2 of 4) BW-7 Sheet Pile Wall Details (3 of 4)Replaced with Sheet Pile Wall Details (3 of 4) BW-8 Sheet Pile Wall Details (4 of 4)Remains Unchanged BW-9 Reinforcing Bar List Remains Unchanged BW-10 Bulkhead Repair Detail (1 of 2)Remains Unchanged BW-11 Bulkhead Repair Detail (2 of 2)Remains Unchanged BW-12 Temporary Retaining Wall (1 of 2)Replaced with Temporary Retaining Wall (1 of 2) BW-13 Temporary Retaining Wall (2 of 2)Replaced with Temporary Retaining Wall (2 of 2) W1 Key Sheet Remains Unchanged W2 General Utility Notes Remains Unchanged W3 Utilities Plans & Profile Remains Unchanged W4 Utilities Plans & Profile Remains Unchanged W5 Utilities Plans & Profile Remains Unchanged W6 Water Details Remains Unchanged W7 Water Details Remains Unchanged W8 Water Details Remains Unchanged W9 Water Details Remains Unchanged COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 29 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 30 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300 F: (239) 482-8014 www.kellybros.net Concrete will be supplied by Cemex utilizing the Southern Naples plant located on US 41, the back-up plants will be plants A&B located on Auto Ranch road Naples Florida. COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 31 4 .4 Target Date for Approval COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 32 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300 F: (239) 482-8014 www.kellybros.net INTRODUCTION Pursuant to FDOT Specification 4-3.9 Cost Savings Initiative Proposal (CSI), Kelly Brothers Inc. (KBI) would like to initiate and develop a CSI that will increase cost effectiveness and significantly improve the quality of the end results by reducing future maintenance cost. The CSI will result in savings without impairing essential functions and characteristics such as safety, service, life, reliability, economy of operation, ease of maintenance, aesthetics and necessary standard design features. It will require KBI to do a full re-design of bridge using the 2014 FDOT design standards (same as existing design). The focus of the re-design will be on re-calculating the bridge reaction to the wave forces using a more detailed level II analysis and implementing the bridge design accordingly. The original design used a less detailed less expensive level I analysis. This will include eliminating the current complex beam anchorage system, providing concrete keeper blocks on the bents, and re-designing the superstructure, substructure, and foundation. The bridge will utilize prestressed FIB-36 beams with cast-in-place deck and the bridge foundation will utilize 24” precast prestressed concrete piles (PPCP). The re-design will also increase the horizontal clearance for boat traffic. · New design will have the same loading capacities as the original design. · New design will meet or exceed all FDOT design standards (2014). · New design will increase the horizontal clearance for boat traffic. · New design will eliminate complex beam anchorage system that would have required future maintenance THE DATE BY WHICH THIS PROPOSAL MUST BE BOCC APPROVED AND NOT AFFECT THE ORIGINAL COMPLETION DATE IS DECEMBER 13, 2016. COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 33 4 .5 Revised Project Schedule COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 34 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 35 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 36 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 37 4 .6 Proposed Plans COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 38 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 39 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 40 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 41 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 42 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 43 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 44 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 45 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 46 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 47 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 48 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 49 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 50 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 51 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 52 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 53 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 54 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 55 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 56 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 57 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 58 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 59 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 60 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 61 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 62 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 63 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 64 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 65 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 66 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 67 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 68 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 69 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 70 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 71 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 72 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 73 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 74 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 75 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 76 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 77 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 78 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 79 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 80 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 81 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 82 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 83 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 84 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 85 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 86 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 87 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 88 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 89 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 90 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 91 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 92 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 93 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 94 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 95 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 96 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 97 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 98 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 99 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 100 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 101 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 102 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 103 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 104 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 105 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 106 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 107 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 108 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 109 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 110 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 111 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 112 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 113 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 114 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 115 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 116 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 117 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 118 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 119 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 120 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 121 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 122 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 123 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 124 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 125 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 126 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 127 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 128 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 129 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 130 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 131 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 132 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 133 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 134 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 135 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 136 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 137 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 138 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 139 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 140 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 141 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 142 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 143 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 144 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 145 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 146 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 147 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 148 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 149 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 150 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 151 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 152 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 153 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 154 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 155 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 156 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 157 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 158 4.7 Engineering Analysis ATTACHMENT AVAILABLE AT THE FOLLOWING LINK. OMITTED FOR SIZE. Copy/Paste the link below into your browser. https://highspans.sharepoint.com/Team Site/CEI/ChokoloskeeBridge/_layouts/ 15/guestaccess.aspx?guestaccesstoken =dff5od8vfbE0g2JXgpk1TBkd4UTUmn PD9VqW8jAFgcc%3d&docid=0570b2 c3d68fb4ef8b365abb99eca9764&rev =1 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 159 4.8 Bridge Hydraulic Report & Wave Loading ATTACHMENT AVAILABLE AT THE FOLLOWING LINK. OMITTED FOR SIZE. Copy/Paste the link below into your browser. https://highspans.sharepoint.com/Team Site/CEI/ChokoloskeeBridge/_layouts/ 15/guestaccess.aspx?guestaccesstoken =IAoYSIxpVtNYXKTkxa47dp7pUh7LCd IehOIbsMJ74oc%3d&docid=019787a 5a358b450e95ba78f8fb4ad683&rev =1 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 160 4.9 Geotechnical Report ATTACHMENT AVAILABLE AT THE FOLLOWING LINK. OMITTED FOR SIZE. Copy/Paste the link below into your browser. https://highspans.sharepoint.com/Team Site/CEI/ChokoloskeeBridge/_layouts/ 15/guestaccess.aspx?guestaccesstoken =w49bjkVV2hGJ3guZfs7Q9AUrF1sv2JI TkICUtEaGBAg%3d&docid=0e804cb7 7d9fa456e897e0fdd905066a1&rev= 1 COST SAVINGS INITIATIVE (CSI) for the CHOKOLOSKEE BRIDGE REPLACEMENT 161