Loading...
Agenda 04/28/2015 Item #16A13 4/28/2015 16.A.13. EXECUTIVE SUMMARY Recommendation to approve Change Order No. 1 to Work Order#4500151095 in the amount of$27,992 and for an additional 397 days with CH2MHill, Inc., for Design & Related Services for the Improvements to the Pine Ridge Weir; project#60119. OBJECTIVE: To properly complete the design of the Pine Ridge Weir replacement and establish professional designer construction services for this project. CONSIDERATIONS: On May 30, 2014, a Notice-To-Proceed was issued to CH2M Hill Inc., under annual contract 13-6164, to begin designing and permitting a replacement weir for the existing facility on the Pine Ridge Canal south of Immokalee Road, east of Creekside Trail and north of Creekside Parkway. To aid in the design process, a Hydraulic and Hydrologic (H&H) Study was performed by a separate consultant. The report was prepared prior to any weir design work and was intended to provide an assessment of existing facilities, as well as initial guidance for the design of three weirs including the Pine Ridge Weir, the construction cost of which is estimated to be $800,000 at the 30% design milestone. During the course of the design effort by CH2MHill, additional design considerations arose. These needed to be addressed as they involved maintenance requirements and some of the functionality of the weir and gate system. Therefore the consultant who provided the H&H Study was asked to do additional analysis and provide a supplementary report. The additional data was generated, and the report was provided. CH2MHi11 further refined the design. Additional onsite meetings were held with Maintenance Staff to ensure the final design product would be appropriate and properly serve the residents of the Pine Ridge Basin, and all necessary maintenance activities could be efficiently performed in the future. After these events however, the need for additional funds to finalize the design became clear. Also, at this point in time staff was able to judge when design would be complete, when the construction period would start, and how long construction would likely last. Therefore additional budget and construction assistance services became appropriate, hence the need for this Change Order, which has been prepared following The Consultant's Competitive Negotiation Act guidelines and goals. FISCAL IMPACT: Funds in the amount of $27,992 are available within Fund 325 for weir improvements. The operation and maintenance of the weir would be minimal for the first five to seven years, and is estimated to be $500 annually thereafter. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT GROWTH MANAGEMENT IMPACT: The project has no impact on the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners approves Change Order No. 1 to Work Order#4500151095 with CH2MHill, Inc. and authorize its Chairman to execute the Change Order. Prepared By: Shane Cox, P.E., Sr. Project Manager, Capital Project Planning, Impact Fees & Program Management Division Attachments: (1) Change Order#1 (2)Proposal from CH2MHill Inc Packet Page-969- 4/28/2015 16.A.13. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.13. Item Summary: Recommendation to approve Change Order No. 1 to Work Order #4500151095 in the amount of$27,992 and for an additional 397 days with CH2MHiIl, Inc., for Design & Related Services for the Improvements to the Pine Ridge Weir; project#60119. Meeting Date: 4/28/2015 Prepared By Name: CoxShane Title: Project Manager, Senior,Transportation Engineering&Construction Management 3/31/2015 1:59:09 PM Approved By Name: KearnsAllison Title: Manager Financial &Operational Support,Transportation Administration Date: 4/6/2015 2:05:34 PM Name: KearnsAllison Title: Manager Financial & Operational Support,Transportation Administration Date: 4/8/2015 3:12:15 PM Name: TaylorLisa Title: Management/Budget Analyst,Transportation Administration Date: 4/8/2015 4:27:58 PM Name: PattersonAmy Title: Manager-Impact Fees&EDC, Business Management&Budget Office Date: 4/10/2015 11:38:16 AM Name: EvelynColon Title: Purchasing-Procurement Specialist Date: 4/10/2015 11:45:29 AM Name: HerreraSandra Title: Manager-Procurement, Purchasing&General Services Date: 4/10/2015 12:26:17 PM Packet Page-970- 4/28/2015 16.A.13. Name: MarkiewiczJoanne Title: Division Director-Purchasing&Gen Svc,Purchasing&General Services Date: 4/10/2015 2:10:26 PM Name: JohnsonScott Title: Manager-Procurement,Purchasing&General Services Date: 4/10/2015 3:36:28 PM Name: PuigJudy Title: Operations Analyst, Community Development&Environmental Services Date: 4/10/2015 4:22:20 PM Name: LynchDiane Title: Supervisor-Operations,Road Maintenance Date: 4/10/2015 5:49:43 PM Name: KurtzGerald Title: Project Manager,Principal, Transportation Road Maintenance Date: 4/13/2015 8:33:07 AM Name: TeachScott Title:Deputy County Attorney, County Attorney Date: 4/13/2015 4:23:12 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 4/15/2015 8:20:30 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 4/15/2015 12:25:23 PM Name: KlatzkowJeff Title: County Attorney, Date: 4/15/2015 1:49:14 PM Name: UsherSusan Title:Management/Budget Analyst, Senior, Office of Management&Budget Date: 4/17/2015 3:39:51 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 4/18/2015 10:57:14 AM Packet Page-971- 4/28/2015 16.A.13. Packet Page-972- 4/28/2015 16.A.13. CH21111 HILL 5801 Pelican Bay Boulevard Suite 505 Naples,FL 34108 CH2MH1LL Telephone: 239-596-1715 Fax:239-596-2579 CHANGE ORDER NO. 1 "VALUE ENGINEERING, ALTERNATIVES RE-EVALUATION, BIDDING SERVICES, SERVICES DURING CONSTRUCTION" SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES AGREEMENT FOR PINE RIDGE CANAL WATER CONTROL STRUCTURE NO. 1 REPLACEMENT PROFESSIONAL SERVICES: ARCHITECT AND ENGINEERING(STR) CONTRACT NO. 13-6164 (STR) March 30, 2015 DESCRIPTION The general objective for this task is to contract outside Consultant Engineering Services from CH2M HILL Engineers Inc. (referred to hereafter as CONSULTANT), for the Collier County Capital Project Planning, Impact Fees & Program Management Division- Growth Management Department (referred hereafter as COUNTY), to provide additional engineering services associated with the design and construction of the Pine Ridge Canal Water Control Structure No. 1. The CONSULTANT originally prepared multiple weir structure alternatives based on the Collier County H&-1 Assessment--Pine Ridge Watershed study prepared by Atkins Inc. (March 2014). After meeting with Collier County Sto>_niwater and Maintenance staff, it was determined that the recommended alternatives derived from data in the study did not adequately meet the functionality and maintenance requirements preferred by the County. As a result, Atkins Inc. was requested to remodel the proposed weir structure with new criteria. The resulting Pine Ridge Weir Modeling Technical Memorandum was provided to CH2M HILL to utilize while preparing a value engineering evaluation, new alternatives and associated conceptual drawings. These requested services have been defined in Task 1 below. Packet Page-973- 4/28/2015 16.A.13. In addition, the project has now been funded for construction and as a result, Bidding Services and Services During Construction will be required. These new services have been defined in Task 2 below. The project schedule is also being extended by Change Order No. 1 to allow sufficient time for services during construction. PART 1.—SCOPE OF WORK TASK 1: Data Review,Alternatives Re-Evaluation and Determination of Preferred Weir Configuration The CONSULTANT will review the new Pine Ridge Weir Modeling Technical Memorandum provided by COUNTY. A Value Engineering analysis will be prepared which compares Operational Requirements vs. Construction Cost. • Lower Operational Requirements/Higher Construction Cost • Higher Operational Requirements/Lower Construction Cost • Long term Maintenance Costs will also be considered. Based on the conclusions of the new technical memorandum and value engineering analysis, CONSULTANT will develop and evaluate new design Concepts and Alternatives along with Collier County Stormwater Operations and Maintenance staff that will minimize operational requirements, while effectively and efficiently managing dry season water supply storage and fresh water discharge to the Cocohatchee River. The results of the above assessment will be used as a basis for the structural design of the new water control structure. Task 2: Bidding Services and Services During Construction Task 2.1: Bidding Services CONSULTANT will provide Bidding Services which include the following: • Attendance at Pre-Bid Meeting • Response to Contractors Questions • Preparation of Addendums (if necessary) • Review of Bids • Recommendation of Low Bidder Award Letter Packet Page-974- 4/28/2015 16.A.13. TASK 2.2: Services During Construction (SDC) CONSULTANT will provide limited services during construction for the project. Services shall include: • Provide contract document interpretation and assistance in addressing requests for information and unforeseen conditions when requested by the COUNTY and/or successful bidder(referred to hereafter as CONTRACTOR). • Periodic Meeting Attendance and Field Visits • Review and assist in field changes which include minor redesign as requested by the COUNTY and/or CONTRACTOR. • Attend one substantial completion walk through meeting in the field. • Attend one final completion walk through meeting in the field. • CONTRACTOR will be responsible to provide Signed and Sealed Record Drawings based upon the contractor's markups, visual observations, and record survey. CH2M HILL will provide files (PDF format) to CONTRACTOR for use. The COUNTY will provide a field inspector (Structural) during construction to review and document Contractors methods and means and daily performance. Field Inspector shall perform services (be on-site) on a daily basis. NOTE: ENGINEER's Cost Opinions: In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, ENGINEER makes no warranty that COUNTY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from ENGINEER's opinions, analyses, projections, or estimates. Services During Construction: The presence or duties of CONSULTANT's personnel at a construction site, whether as onsite representatives or otherwise, do not make CONSULTANT or CONSULTANT's personnel in any way responsible for those duties that belong to COUNTY's and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. Packet Page -975- 4/28/2015 16.A.13. CONSULTANT and CONSULTANT's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except CONSULTANT's own personnel. The presence of CONSULTANT's personnel at a construction site is for the purpose of providing to COUNTY a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). CONSULTANT neither guarantees the performance of the construction contractor(s)nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. PART 2.—PROJECT SCHEDULE: The original project schedule indicated an end date of May 30, 2015. Change Order No. 1 will MODIFY the project schedule as follows: • Overall Project Schedule will be extended to June 30, 2016 to allow sufficient time for Services During Construction. o Construction anticipated to begin in January 2016 PART 3. --EXCLUSIONS: The following tasks are not included in the Scope of Work for this Agreement: 1. Drainage Modeling services 2. Design Services other than those specifically listed above or requiring more effort than that listed in the Fee Schedule. 3. Construction Services other than those specifically listed above or requiring more effort than that listed in the Fee Schedule. The above tasks may be added to this Work Order by Amendment if desired by the COUNTY. PART 4.—CONSULTANT COMPENSATION: An estimated budget to be utilised for the above tasks has been established and is shown as Attachment A — Manhour and Cost Summary. A man-hour estimate for the above Scope of Services has been prepared for the sole purpose of establishing the maximum upset limit for this Task Work Order not to exceed $27,992.00 Packet Page-976- 4/28/2015 16.A.13. • The COUNTY will compensate the CONSULTANT a Fee of$8,464.00 for Task 1 on a Lump Sum basis per the Fee Schedule agreed upon under Contract No. 13-6164 Professional Services: Architect and Engineering (STR) — Schedule B. • The COUNTY will compensate the CONSULTANT a Fee of$19,528.00 for Task 2 on a Time and Materials basis per the Fee Schedule agreed upon under Contract No. 13-6164 Professional Services: Architect and Engineering (STR) — Schedule B Packet Page-977- 4/28/2015 16.A.13. - ` 8 7 ) \ } } G 7§ e § .4i i . a 2 \ / \ § ) ) • ` $ _ 88 ® § \ ! ; a / % z ; ( ) ) ° ; , 0 \ § 1 2 1,1 E. o ,i ) § ) ! ° m 2 - & . ... k ( I ) ) § / 0 / ! ) § \ � / g § a. \ / �' 2 ° \\_ © J \ § / / / 1ak ) § ) ■ £ ` \« j [ ) / / S \ 2 m ( d k § { 2 § } u a § \ /Q k § § b § t ( / ) / } 2 k 1 ) § ® . ) § ! \ § ! ! \ q / i ) 2 § § ) / ° O to ) ; ` \ } q , E. § / ( k . / § \ ! ` ; ! { § ) k8 w4 / ° ° ) ) ` # a ' ) 2 t ( a ¥ . E § 2 k \ ( § \ / \ / ( ( / 0 0 U 4 4_ § k. , . Packet Page-978- 4/28/2015 16.A.13. Colter County Procurement Services gtlmirisira6ee services Division Change Order Form P,oc cement Sen crf 0 Contract Modification ®Work Order Modification 0 Amendment Contract#: 13-6164 Change#: 1 Purchase Order#: 4500151095 Project#: 60119 CH2MHiU Pine Ridge Weir ContractorfFirm Name: Project Name: Shane Cox Capital Project Planning, Impact Fees&Program Project Manager Name: Department Management Division Original Contract/Work Order Amount $ 87,352.00 N/A ;Original BCC Approval Date; Agenda Item# Current BCC Approved Amount #N/AA N/A Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 87,352.00 3/18/2019' 'SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 27,992.00 32.05% !Total Change from Original Amount Revised Contract/Work Order Total $ 115,344.00 #NIA Change from Current BCC Approved Amount Cumulative Changes $ 27,992.00 _ 32.05% Change from Current Amount Completion Date, Description of the Tasks)Change,and Rationale for the Change Notice to Proceed 30MAY'14 Original 30MAY'15 Last Approved 30MAY'15 Revised Date 30JUN'16 Date Completion Date Date (Includes this change) 357 #of Days Added Select Tasks ®Add new task(s) 0 Delete task(s) 0 Change task(s) 0 Other(see below) Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested);2.)why this change was not included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1) We wish to add an approximate 5.6%increase($8,464)to the design budget. Prior to CH2MHiIl's efforts,a separate consultant had prepared a Hydraulic Study that this Pine Ridge Weir design was to be based on. The report needed take additional maintenance and operational itemd into consideration.The report was revisited and supplemented by its author and the Pine Ridge design had to subsequently be adjusted and improved. We are also adding construction services at this time since we are closer to 100%design and can determine a year for construction. These charges amount to$19,528 figure. 2) Construction Services were not included originally because the timing(schedule)was unknown. 3) If this change is not processed,the final weir design could not be accomplished,and the designer would not be available for the entire bidding,contract,and construction process. Prepared by: "1444.4"--- Date: s- Shane Cox PE,Sr Project Manager Capital Project Planning,Impact Fees&Program Management Division 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 out of or related to the change set forth herein,including claims for impact and delay costs. (Divisions who may require additional signatures may include on separate sheet.) Revised:10/2812014 Packet Page-979- 4/28/2015 16.A.13. Accepted by:, /12C— William D.Beddow—VP and Area Manager Date CH2MHIil Engineers,Inc. 5801 Pelican Bay Boulevard Suite 505 Naples FL 34108 APPROVED BY: - I7 ""qS'; 4f 7/i5 Gerald N Kurtz PE,Principal Projedt-Manager Date Capital Project Planning,Impact Fees&Program Management Division APPROVED BY; Amy Patterson ivision Director Date Capital Project Planning,Impact Fees&Program Management Division APPROVED BY: Nick Casalanguida Date Deputy County Manager APPROVED BY; i 'L , �"ff7f7�t -'�' do ! Q /5 Evelyn Colon,Pro uC rement Strategist Date Purchasing Division BOARD OF COUNTY COMMISSIONERS, COT,T,IER COUNTY, FLORIDA. BY: TIM N' NCE, Chair Approved as to form and legality ATTEST Scott R.Teach, Deputy County Attorney DWIGHT E. BROCK, CLERK tf�H BY: 0 (Divisions who may require additional signatures may include on separate sheet) Revised:10/2812014 Packet Page-980-