Loading...
Agenda 09/08/2015 Item #16A389/8/2015 16.A.38. EXECUTIVE SUMMARY Recommendation to approve Change Order No. 4 to Contract No. 12 -5901 in the amount of $259,946.47 with Atkins North America, Inc., for Construction, Engineering and Inspection (CEI Services) for the US 41 & SR/CR 951 Intersection Improvements and SR 951 3R Improvements (the Project); Project No. 60116. OBJECTIVE: To continue the construction engineering inspection (CEI) services of Atkins North America, Inc. (Atkins) through completion of construction of the intersection capacity improvements to the Project. CONSIDERATIONS: The original negotiated time and materials contract with Atkins for CEI services was for a term of 668 days with a final completion date of October 15, 2015. This included 30 days prior to construction and 30 days after construction completion for closeout, which is the customary time frame for CEI services. In April of 2015, we granted a time extension of 120 days to Atkins in Change Order No. 3 in order to coordinate the CEI contract to the construction completion date projected in the Joint Participation Agreement with Florida Department of Transportation and FDOT also provided an additional $2,000,000 in reimbursements for this project due to the increased costs. It extended the CEI contract completion to February 12, 2016. No additional CEI funds were requested at that time. Although construction progressed well, it was necessary to increase the construction contract time to accommodate weather days and holidays. The construction completion date is now in November of 2015. In order to minimize construction impacts to the traveling public and to facilitate traffic flow during peak hours, the contractor frequently scheduled work on nights and weekends, resulting in the need for an increased CEI presence. The prior Change Order No. 3 only granted time, with no funding increase. Under the current schedule and execution rate, the Atkins' contract is estimated to run out of funds by September of 2015. Construction is now scheduled to be completed in November of 2015, and CEI services will be required to close out the project through December of 2015. Additional funds in the amount of $259,946.47 will be required to finalize construction oversight, certify the project, and submit records to FDOT. for final reimbursement. FISCAL IMPACT: Funds in the amount of $259,946.47 are budgeted within Impact Fees and Gas Taxes. The original contract amount negotiated was $1,748,086.25. This Change Order No. 4 will be a 14.87% increase over the original contract amount, which will bring the total contract amount to $2,008,032.72, if approved. 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. 4 to Contract No. 12 -5901 "US 41 & SR /CR 951 Intersection Improvements and SR 951 3R Improvements" with Atkins North America, Inc. in the amount of $259,946.47. Packet Page -916- 9/8/2015 16.A.38. Prepared by: Kevin Dugan, Project Manager, Road Construction /CEI, Transportation Engineering Division, Growth Management Department Attachment: 1) Change Order No. 4 Packet Page -917- 9/8/2015 16.A.38. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.38. Item Summary: Recommendation to approve Change Order No. 4 to Contract No. 12- 5901 in the amount of $259,946.47 with Atkins North America, Inc., for Construction, Engineering and Inspection (CEI Services) for the US 41 & SR /CR 951 Intersection Improvements and SR 951 3R Improvements (the Project); Project No. 60116. Fiscal Impact: $259,946.47. Meeting Date: 9/8/2015 Prepared By Name: TrochessettAimee Title: Administrative Assistant, Growth Management Department 7/29/2015 11:05:13 AM Submitted by Title: Project Manager, Growth Management Department Name: DuganKevin 7/29/2015 11:05:14 AM Approved By Name: RitterSteve Title: Manager - Road Construction, Growth Management Department Date: 7/29/2015 2:12:20 PM Name: DuganKevin Title: Project Manager, Growth Management Department Date: 7/29/2015 2:13:56 PM Name: TaylorLisa Title: Management/Budget Analyst, Growth Management Department Date: 7/30/2015 7:35:51 AM Name: LynchDiane Title: Supervisor - Operations, Growth Management Department Date: 7/30/2015 12:40:54 PM Packet Page -918- 9/8/2015 16.A.38. Name: EvelynColon Title: Purchasing - Procurement Specialist Date: 8/3/2015 9:49:44 AM Name: AhmadJay Title: Division Director - Transportation Eng, Growth Management Department Date: 8/5/2015 11:16:09 AM Name: ShueGene Title: Division Director - Operations Support, Growth Management Department Date: 8/6/2015 2:01:26 PM Name: MarkiewiczJoanne Title: Division Director - Purchasing & Gen Svc, Administrative Services Department Date: 8/12/2015 7:06:00 AM Name: KearnsAllison Title: Manager Financial & Operational Support, Growth Management Department Date: 8/14/2015 11:54:30 AM Name: WilkisonDavid Date: 8/14/2015 3:29:08 PM Name: GreeneColieen Title: Assistant County Attorney, CAO General Services Date: 8/17/2015 9:58:09 AM Name: KlatzkowJeff Title: County Attorney, Date: 8/17/2015 11:09:32 AM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management & Budget Date: 8/19/2015 8:31:17 AM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 8/27/2015 5:07:15 PM Packet Page -919- CO SY' County GROWTH MANAGEMENT DEPARTMENT INTEROFFICE MEMORANDUM DATE: June 22, 2015 TO: Nick Casalanguida FROM: Kevin Dugan SUBJECT: Summary of Change Order #4 Intersection Capacity Improvements (US 41 / SR 95 1) Contract #12 -5901 Atkins CEI P/O #4500140963 • The current CEI budget will cover costs through August, 2015. 9/8/2015 16.A.38. `- s f �t'1 ._r. • The original CEI fee of $1,695,080.00, was based on a 608 day duration. The 608 days encompassed 30 days prior to construction for project start-up, 18 months for construction, and 30 days after construction for project close -out. • Upon issuance of the notice to proceed, the contract duration was increased to 668 calendar days with a completion date of October, 2015, 60 days in excess of the timeframe for which the fee was established. • An additional 45 days was granted to the road contractor for holidays and weather days. The contractor is projected to have final completion in November 2015. • To continue services through the completion of construction and have the required 30 days to finalize the contract documents and contract close -out, Atkins is requesting additional funds from Collier County to be added to contract 12 -5901 in the amount of $259,946.47. Packet Page -920- ATKINS July 6, 2015 Mr. Kevin Dugan Project Manager Collier County 2885 South Horseshoe Drive Naples, Fiodda 34104 Atkins North America Inc. 12288 TarriedTraiEW. Unit 301 Telephone: +1239.330,304 9/8/2015 16.A.38. SUBJECT: ADDITIONAL FUNDS US 41 & SRIGR 951 intersection improvements & 3R improvements to SR 851. Contract # 12 -5901 P10 #'4500140963 Dear Mr. Dugan, Atkins original CEI contract fee was based on an 18 month construction schedule, plus 30 days each at the beginning and end for pre - construction and post - construction activities. During the bid phase for the contractor, the contract duration was increased to 20 months. As a result, at the beginning of construction we were already aware that we would nun out of fee prior to construction completion. Based on the negotiated fee and the start of construction, construction activities were planned to be complete in June with our post construction activities continuing into July. For your reference, included in our attachments is the negotiated man -hour estimate and fee with dates. The current contract time (date) for final completion is 1 November 2015, and the 30 days post construction will take us to the end of November. In addition, our fee did not include overtime. Throughout construction, there were multiple weekends where we worked around the clock (from 7pm Friday to 5 am Monday) to install the drainage and utilities. There was also a significant amount of over time throughout construction as the contractor performed both day time and nighttime operations while paving and performing traffic switches. Total overtime, to date is 369 hours at a combined fee of $62,856.00. Despite the overtime, we have managed our time efficiently and remained below the budgeted amount. Attached is a graph tracking budget vs. burn rate. However, with the extended contract duration, the additional funding will be necessary to carry us through the and of construction plus the 30 days to close out the project. The requested amount of $259,$46.47 has been submitted to cover the 4 months of additional time in the construction schedule. If you have any questions or concerns, please contact me at (239) 253 -0982. Sincerely, Michael R. Ryan, PE, PMP Senior Project Engineer Enclosure: Cc: Chris Libby, Project Administrator File Packet Page -921- CA- RECEIVED .r K: f 3 Y1 rk Ck%W ifodif1aaUw D A mardrrrsnt 9/8/2015 16.A.38. Fa%P%&' awn SaIYio" chappe Of4 f-MM Ali: 2 - 9It! clew* = Purdn" ONW A. $0 "ir C.on6eetorlFhn ttlerwx ltocltm Anmerica, Mc US41 & SR/CR854 lids s�eaUae trrrprovanre * & P►o)eetitterns: 3R l Womme[rt$ two SR 954 pmt. Kevin+ D fttatean rm -- t gin al Md1WA r'Mw" A 1.74t:<,ip#6 7 2 11.A 0110nal AppVW DaW A Item # CanVnt SCC Approved Amount S 3 X748 0 25 Last BCC Approval date; Agenda ftern # Currant C.o nbvK* Work Order Amount S 1.74 OM:25 SAP Conbsct EVhvd m Date (Master) ]Dollar Arnount of this Chang E X8A .47 14,137% TAI Change from NOW Amotmt Re+nsW ConfradlWork Order Total S 2,1308 2 14.87-Al Charge from Current BCC Approved Amount CwM*Fgw qU If A7 14.87°!a from CwToiit Amotatl; I _ - ----- +Cosryrtet on 044, t?ssari ion of ft Task(;) Chanute, and RsstiwWv for#* Change I Ntolit.e to Proceed 12!182013 Dab oft1rad 14f16CL045 LsstApprnvrd 2!1212016 Revised Dab 2H22016 Courpletloa Pale Dots (Indudes e+rs dwap) P of Days Added E= Sailed Tasks 13 Add now tows) ❑ Delete helots) C) chomp %we) ❑ other two bw* Provide a response m the follerrrlinp:1.) dsfatlsd and spsctflc arrptsnatiaNratlortrde of tlhe requested chanpe(s) to the bok(s) and I or the add GOO dstra added (if requested); 2.) why this d uW was not ftWded into orf#)nat oerrtraet: and► 3.) describe the trnpact V 11W el—no hm not proosased. Attach sdatlfoshat trrfonrtatbn lrnm the t?eslgn Professional anNor Conftaaor if needed. This change order is to request Additional funds to be added to the CEI contract #*69M. The orglnpi c onbw wnple m daft was 100 IS 2p4S, and titre oontnid completion dais has been wdended to 711212016. The ortpirtel C.E! fee wait cut $ M stay dwwon as stated irr Sotresitrie C of #her CEt cxrrt9at This 60S days encarrspessest 30 d prior to cxtnst€sic ilvri for pr*Ct start -uA, l B.rnRrthst far oonsbuetion, and aft days attar axtsircxticxt for p u)eck oiose:Out rant as a Meth the or)pirt t rmoolioW WdW was basad oft a aMW 5 completion date. Upon Issuance of the notice te proamd, Ore oart#raot dure&ffl was natesed W 08 a O'rdar days, W dap in excess of the timatraine for which the fee was established. Furtherrri0r% due 14 tiratp 09MOW109MOM to the c?mttridar, tN4 c oAtr'dot wit canftm past the corntrad duration and as a result, a tuna erderftp had previoa6fy been qMMW to the CEI extending the completion date to 2112{244& The current asnstrumsans schWula Indicates construction gamptetttg hlpirember 1, 2015, In order to continue services 30 days past the current c onstnidion schedule, additional funds are necessary. This charge order will cover CEI services to Novernbw 30, 2015 Prepared Date: 44 r� Acceptance of this Champs Order shall oDnettute a modification to contract / hasodc order 3deri fled above and will be sAad to all the some terms and oondillons as fined in the contract / work order indicated above, as fully as If the Sarre were stated In this soceptanos, The adjustment, if any, to time Contract shall conztitute a full and final settlement of arty and all daft of the Contractor / Vendor/ Coneutant / Design ftfasslonal arising out of or related to the change set fortis herein, including claims for impact and delay costa. Accepted Approved 9 jPa9e Packet Page -922- Date. 22 Jkn 2015 Approwa Z(Page Packet Page -923- 9/8/2015 16.A.38. 9/8/2015 16.A.38. $1,WD,OWM 1 S3,2DO,DW.OD �r - 4—aQwn3 rropo f - M-acnpnZA W l i $SW,000.0o r I Sz00 000.00 i 1 2 3 4 5 6 7 9 9 10 11 12 19 14 15 16 17 18 19 20 21 22 23 24 25~ 26 Packet Page -924- 9/8/2015 16.A.38. ' i. ; -a1 TOTAL CIE FEES US41 &SR /CR -951, SI "CAI Q CRAMS rni I WR Rnt]LFVARD & SR 951311 IMPROVEM Position Total Cost Hourly Rate Manhours Months Survey $20,000.60 Field Office Expenses Sr. Project Engineer - P.E. Project Administrator contract Support Specialist Assistant CSS Sr Insp, Roadway Sr Insp. Roadway Sr Insp. Utilities Inspector Asphalt Plant Inspector LABOR SUBTOTAL Materials Sampling & Testing Survey Overtime Fixed office Expenses Field office Allocation $104,692.50 $412,500.00 $287,100.00 $193,050.00 $267,300.00 $118,800.00 $59,400.00 $150,150.00 $16,087.50 $1,649,080.00 $15,000.00 $20,000.00 $0.00 $21,000.00• $30,000.00 $135.00 $125.00 $87.00 $65.00 $90.00 $90.00 $90.00 $65.00 $65.00 775.50 3,300.00 3,300.00 2,970.00 2,970.00 1,320.00 660.00 2,310.00 24750 17,853 4.7 20 20 18 18 8 4 14 1.5 0.3 0.3 0.3 1.0 1.0 1.0 1.0 1.0 1.0 0.0 1.0 1.0 1.0 1.0 1.0 0.0 0.0 0.0 0.0 1.0 1.0 0.0 3.3 5.3 5.3 . 20 $1,500.00 20 1.0 1 1.0 1 1 1 TOTALI $1,695,080.00 1 nnonin =,LO2 nib Cost Breakdown by Task CEI Labor $1,609,080.00 Material Testing $15,000.00 Survey $20,000.60 Field Office Expenses $51,000.00 VE / Constructabiiity $5$,006.25 Packet Page -925- VE Study / Constructabiiity Re, Position Total Cost Sr. Project Engineer $5,568.75 Project Administrator $5,156.25 Contract Support Specialist $3,71250 Roadway Engineer $6,393.75 MOT Engineer $5,393.75 Drainage Engineer $6,393.75 Utility Senior Designer $6,187.50 Senior Scheduler VF= F_eili: 'tom' $13,200.00 c� •� , VE Total $53,006.25 9/8/2015 16.A.38. Position Name Total Cost HooriyRate Manhours 1A z Sr. Project Engineer • P.E. Michael Ryan, PE, PMP Project Administrator Chris Libby Contract Support Specialist Kelly Adams Assistant CSS Matt Thomas Srinsp.Roadway Felix Baez / Juan Moreno Sr trop Roadway Torn=Trebacz Sr Insp. Utililie5 N/A Inspector JrTlburcto Asphalt Plant Inspector High5pans Clerical Sharon Kirkpatrick LABOR SUBTOTAL Materials Sampling & Testing survey 0 0% Overtime Fixed Expenses - Proposed Fixed Expenses - Actual $104,76q,gq $0.00 $402,437.50 SOHO $280,140.00 $DAD $2091300100 SOW 5253170.00 $0.00 5193,050.00 $0.00 S0.00 $0.00 5150,150.00 $D'00 $16,087.50 $0.00 $1,609,D95.OD S15,ODD.00 $2D,ODD,OD $O.OD $51,OD0 OD $135.00 776 $135.00 5125.00 32195 $125.00 $87.OD 3220 $87.00 $65.011 3220 $65.00 $90.00 2813 $90.00 $90.OD 2145 $90.OD $9D.00 0 $90.00 $65.D0 2310 $55•DO $65.DD 247.5 $65.00 S50.D0 S50.D0 25.0 495 1 49.5 0.0 14.0 32 0_ 44.5 1225 165 0 0.0 DA 400 45,0 122.5 165.0 0.D 26.0 46.0 45.0 122.5 165.0 ID 44,0 160.0 220 151.0 165.0 0.0 0.0 0.0 010 1650 165,0 D.D 152-0 136.0 0.0 0.0 0.0 0.0 0.0 0,0 D.0 0.0 0.0 0.0 400.0 240.0 010 D.0 00 O.D 0.0 0.0 8.9.5 398.5 4125 0.0 0.0 0.0 Proposed 181.5 733,0 874.`, Actual proposed cost actual cost Acruing Proposed AcruingActual $ 5,67750 51000 33210.48 0.0 636.0 654.( $ 17,757.50 S 69,055.DD $ 82,087.50 $ - $ 46,692.00 $ 51,56200 $ 17,75750 $ 86,81150 S 168,900.00 S $ 46,692.00 $ 98,254.00 S S $ S $ S S 2S50.DD S 2,550.DD S 455D.00 $ $ S 1,862.OD Expenses - Acruing Proposed Expenses - AcrtnngActual TOTAL $1,69S,1100.D0 $ 2- 550 00 $ $ - $ 5,100.00 $ S 46,692.00 S 7,650 00 $ 1,862.0E $ 53,424AC Total Proposed Cost - Acruing (minus survey and sampling -530K) 5 [O,iu /.Su 7 9L9ic.50 5 17/6,55G.uc. Total Actual Cost - Acruing S - $ 99,698.25 $ 153,12125 Packet Page -926- 9/8/2015 16.A.38. ii tntmution and 38Improvements 101, P.C.4S4*440963 13.0 14 15 160 17 18 19.0 33.0 33.0 33.0 33.0 310 33.0 33.0 49.5 2 28.0 Z8.0 29.0 32.0 30.0 26.0 0.0 0.0 S 165.0 165.0 165.0 165,0 165.0 165.0 165L 165.0 F 144.0 160,0 160.0 160.0 200.0 152.0 0.0 010 S 1, 165.0 165.0 165.0 165.0 165,0 165.0 165.0 165.0 E 128,0 160.0 152.0 160.0 1920 152.0 0.0 00 $ 165.0 165.0 165.0 165.0 165.0 165.0 165.0 1658 F 010 010 0.0 0.0 0.0 0.0 0.0 0.0 165.0 82.5 1650 165,0 165.0 165.0 82.5 0.0 150,0 160,0 164.7 110.0 211.1 181.0 0.0 0.0 $ 165.0 165.0 0.0 D.0 0.0 0.0 0.0 0.0 160.4 169.3 169,3 182.2 0.0 0.0 0.0 0.0 0.0 0.0 010 0.0 0.0- 0.0 0.0 OA D.D 0.0 010 D.0 OA 0.0 0.0 0.0 165.0 165.0 165.0 165.D 165.0 O.D 0.0 0.0 30(19 270.5 1879 128,0 1910 144.0 0.0 O.D 0.0 3010 30.0 30.0 30.0 30.0 00 QO 56.0 24.0 27.0 118.0 112.0 16.0 0.0 0.0 4740 330.0 0,D O.D DO 0.0 0.0 00 0.0 0.0 0.0 O;D 0.0 0.0 1 0.0 0.0 1023.0 970.5 886.0 888.0 888.0 723.0 610.5 544.5 9673 971.9 889.9 890.2 937.3 671.0 0.0 0,0 $ 90,585.00 5 $5,110.00 $ 77,685400 $ 77,665.00 S 77,685.00 S 66.960.00 $ 57,585.00 S 52,387SO S $ 84,D4950 S 86,484.00 $ 81,168.OD $ 801525.00 S 84,511.50 $ 62,424,00 S $ - $ $ 1,087,770.00' $ 1,172,88D,OD $ 1,250,565.00 $ 1,328,2S0.OD S 1.405,935.00 $ 1,472,895.OD S 1,530,480.OD $ 1,582,B67.5D S 1, S 1,022,934.49 $ 1,109.418.49 $ L19DS86.49 $ 1,271,111.49 $ 1.355,622.99 5 1,418,046.99 5 L418,046.99 S 1,418,046.99 S 1, $ 321.50 $ 5 598.50 S 5D4.00 $ 61250 $ $ 5 $ 5 2,550.00 5 2,550,DD 5 2,550.0D $ 2,55000 $ 2550.00 $ 2-550.00 $ 2,550.00 S 2,550.00 $ 2,097.13 IS 2,156,46 $ 2,103,481$ 2,103.46 S 2-156561$ 2,104.60 $ S $ $ 33,150.00 $ 35,700.DD 5 38,Z50.OD $ 40,600.00 $ 43,350.00 5 45,900.00 $ 48,450.00 $ 51,000.00 5 $ 22585.90 $ 24,742.36 $ 26,845.84 $ 28,94932 $ 31,105.88 $ 33,210,48 $ 33,Z10.48 5 33,210.48 5 $ 86,46B.13 $ 88,639.96 $ 83,869.9B $ 83,132.48 S 87,28DS6 $ 64,528.60_ $ $ $ $ 1,12D,920.W S 1,2DBSBD.DO 5 1,288,815.00 $ 1,369,050.00 S 1,449,285.00 $ 1,518,79S.DD $ 1,578,930.00 $ 1,633,86750 $ 1, $ 1,102,48920 $ 1,191,129.16 $ 1,274,999.14 $ 1,358,13162 $ 1,445,41218 $ 1,509,940.78 $ 1,SO9,940.78 S 1,509,940.78 $ 1, Packet Page -927-