Loading...
Agenda 12/08/2015 Item #16A16n 12/8/2015 16.A.16. EXECUTIVE SUMMARY Recommendation to approve Change Order No. 4 to Contract #11 -5639 in the amount of $35,016 with TY Lin International, for "Design & Related Services for the Replacement of CR29 Bridge (#x130161) over Chokoloskee Bay." Project No. 66066.9 OBJECTIVE: Change Order No. 4 is required to provide additional time and funding for Post Design services for the Chokoloskee Bridge Replacement project. CONSIDERATIONS: The purpose of this Project is to improve the serviceability of the Chokoloskee Bay Bridge connecting Chokoloskee Island to Everglades City. along CR 29 /Copeland Avenue. The existing bridge was built in 1955. Change Order No. 1, involved significant design changes resulting from comments made by residents and stakeholders at a public involvement meeting held on May 23, 2013. The amount of the change order was $68,500. Change Order No. 2 resulted from a United States Coast Guard (USCG) requirement to incorporate navigational lighting to the proposed design and added $3,300 to the design fee. Change Order No. 3 added $38,000 to the design fee to fund the redesign of the sheet pile wall n system in order to ensure that the new bridge would stand as a completely independent structure should there be a failure of the existing seawalls. Due to the extensive time required to obtain a USCG permit for the construction of the new bridge, the subsequent delay of the construction start date has depleted the contract time allotted for the consultant to complete post -design services. In addition, the phased construction of the bridge, along with unknown subsurface site conditions, will very likely result in above normal requests for information (RFI's) previously budgeted in the original contract. Change Order No. 4 will provide sufficient time and funding to provide Post Design Services for the designer of record to serve the project through advertisement, award, construction and project close out of an estimated $6.9 million construction project on an 18 month construction schedule. FISCAL IMPACT: Funding in the amount of $35,016 is available in, and is consistent with, the FY2015 Capital Budget approved by the Board on September 23, 2014. The source of funding is Gas Taxes Fund 313 Project 66066.9 "Design & Related Services for the Replacement of CR29 Bridge ( #030161) over Chokoloskee Bay ". The expected useful service life of the new bridge is estimated to be 75 years. The bridges and all new or replacement features to be installed during execution of the project, such as roadway and stormwater features, will be new. Minimal to no maintenance costs are expected to be incurred within the first 5 to 7 years of service and will be absorbed into the regular maintenance schedule thereafter. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. Packet Page -603- 12/8/2015 16.A.16. LEGAL CONSIDERA]30NS: This item is approved as to form and legality, and requires majority vote for Board approval. —SRT RECOMMENDATION: To approve Change Order No. 4 to contract 11 -5639 with T.Y. Lin International and authorize the Chairman to execute the attached Change Order No. 4, following County Attorney review. Prepared by: Andrew Miller, P.E., Sr. Project Manager, Transportation Engineering Division, Growth Management Department Attachments: 1) Change Order No. 4 2) Letter from T.Y. Lin, International dated Sept. 22, 2015 3) Man-hour cost estimate. Packet Page -604- 12/8/2015 16.A.16. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.16. Item Summary: Recommendation to approve Change Order No. 4 to Contract #11 -5639 in the amount of $35,016 with TY Lin International, for "Design & Related Services for the Replacement of CR29 Bridge ( #030161) over Chokoloskee Bay." Project No. 66066.9 Meeting Date: 12/8/2015 Prepared By Name: MillerAndrew Title: Project Manager, Senior, Transportation Engineering & Construction Management 11/5/2015 8:22:40 AM Approved By Name: EvelynColon Title: Purchasing - Procurement Specialist Date: 11/5/2015 2:20:51 PM Name: LynchDiane Title: Supervisor - Operations, Road Maintenance Date: 11/6/2015 2:50:56 PM Name: TaylorLisa Title: Management/Budget Analyst, Senior, Capital Construction & Maintenance Budget/Fiscal Date: 11/10/2015 7:33:58 AM Name: AhmadJay Title: Division Director - Transportation Eng, Transportation Engineering & Construction Management Date: 11/10/2015 8:31:00 AM Name: MarkiewiczJoanne Title: Division Director- Procurement Services, Procurement Services Date: 11/11/2015 6:30:02 AM Name: PutaansuuGary Title: Project Manager, Principal, Transportation Road Maintenance Date: 11/17/2015 2:39:24 PM Packet Page -605- 12/8/2015 16.A.16. Name: KearnsAllison Title: Manager - Financial & Operational Sprt, Capital Construction & Maintenance Budget/Fiscal Date: 11/19/2015 4:34:35 PM Name: ShueGene Title: Division Director - Operations Support, Growth Management Department Date: 11/19/2015 5:39:21 PM Name: MarcellaJeanne Title: Executive Secretary, Transportation Administration Date: 11/20/2015 8:40:27 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 11/23/2015 10:33:20 AM Name: KlatzkowJeff Title: County Attorney, Date: 11/23/2015 11:21:59 AM Name: UsherSusan 11-4N Title: Management/Budget Analyst, Senior, Office of Management & Budget Date: 11 /23/2015 3:19:15 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 11/25/2015 10:29:55 AM Packet Page -606- 12/8/2015 16.A.1( C: t caumly taro ha emeM services `> Change CNder Form Con act Modification 0 work ceder Modification. ❑ AImendment #: !______� purchase Order* 45 i34t 04 Project M ee�sB.g Contract il: 11 -5639 Change 1___J • n R t ContractodFirm Name: I T Y Linn khtemationsd Contrsa rojeot: ChokAlosicae Budge epiaceme _Fdro Miller, PE Division Home: Transportation Engineering project Mans9er Maine: Andrs�rr Original Cor*acVWmk Order Amount $ 450,440.00 911311 t 16A11 Original BCC Apprav� Date; Agenda Item # Current BCC Approved Amount $, 518,544.04 911OM3.. 4EA48 Last BCC Approval Date; Agenda Item Current ContrawtltAtork Order Amount S 558,844.04 WA SAP Cantraci Exp>ratr Date {Master} Dollar Amount of this Change $ 35,018 00 32.18% Total Change from Original Amount Revised ContractJWoric Over Total. $ 594 818 4<i 14.7296 Change from current BCC Approved Amount Cumtt�tnre C $ 144 818.40 62696 chaNg ho m Current Amount C.P".. oat:, o, at the T )autn>a•, ana f donaaeforthe Notre to Preece tl31712 original beats Last Approved snore , Revised Date 4t9E18 Date Completion Dad Date (WA" ttae a,gr� # of Days added U Select Tsala 0 Add new task(s) C7 Delete tsskta) 0 Change tasks) ® Other Owe beloO Provide a response to the following: 1.) detailed and specific expt8natkMtst;.onaie of the requested changes) to teak(*) and r or the additional days added Of requsaiadj; 2:) why this change was not included in tM original cw*ac:y and, 3.) describe the impact if this change is not processed. Attach adddwW information from the Design professional andtor Contractor if needed. 1.) detailed and specific expianationtratioraia of the requested change(s) Due surr extensive y time the uoorsa ca start � ha States s the cont time complete post de sign services, in addition, the phased construction of the bridge, along with unknown subsurface site conditions will very nicely result in above normal requests for information (RFra) and submittal ! reviews which will require: additional post design services than previously budgeted in the original contract. Change order 4 will provide sufficient time and funding to provide Poet Design Services for the designor of record to some the project through advertisement, award, corhstruction and project close out of a $6.9 million construction project on an 18 month construction schedule. 2.) why this change was not included in the original contract; The initial contract allowed for a reasonable time to obtain the various permits required prior to beginning construction, and in particular allowed for approximately 326 days to obtain the permit from the USCG. The application for the USCG permit was submitted July 11, 2014, and was finally approved September 8, 2015 {423 days}. Post-dosign services were included in the original contract but the complexity of the design and construction was not known at that time. This change order will increase Post design Services from the original amount of $38,000 to a total of $73,000 to administer a $6.9 M construction project s_t describe the impact if this change its not processed. 12/8/201516.A.16. Aoc�prar>ce of ibis Change CMi�r shall aanettWte a to 1 work order iderrblied above and wtb be subject to AN We same i►rdtcatsd above, � tuNy ee N the same ware staled in this encepterice. The terms and cnr>ditiais � aattained rn the c�trad tworfr order of any. io the ContraG ehaN cans6iute a ius and tmal settlement of any end aN dalrra of the Contntceoc l Venom[ / ConsutlaM / edjustrrrent, Design Professional arising o� of � celoted to ttie char>ne set forq'i herein, irx►9 claims for end dray c>aam Prepared by: Date: Andrew MI r, .E., Senior jell eager. Transportation Engineering Division " Date: Accepted by: on star / ve / Consultant/ Design Professional and Name of Finn, If Project aPPrrcabte} �'RMCS metitRop P45 -tj u,J XAjv4„,tlf17"V— % P11 Date: Approved Gary Put nsuu, P.E., Principal Project Manager. Transportation Engineering Dhdsion Date li l_ Approved by J mad, P,, , Division ,9(rettoir, Transportation Engineering Division Date: Appravert>y. -- David S Wilkisan. P.E., Department bead, Growth Management Dept. Appr by Date: aved t Eve Cahn, Prckurement Specialist. Procurement Services Division IN WITNESS WHEREOF, the parties hereto, have each, respedavelir, by an authorized person or agent, have executed this Change Order on the date and year first written below. ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E Bradt. Clerk of Courts COLLIER COUNTY, FLORIDA BY: By: Tim Nance, Chairman Datied, (SEAL} Approved as to farm and legality: Scott R. Teach Deputy County Attorney (DWision Who may Mquhe adOMM sov toms may indude on soporsio sheet) ' Revised: 1=8=4 7 Packet Page -608- W c c c U3 r C N 0 v w a N 0 V Ct Z 4 0 LL. U. W �G 0 U. 0 W i-- c m t- E Iul m n: m m m m' Y O Y ' O L O a m z 12/8/2015 16.A.16. TPYd ININTERNATIONAL engineers I planners I scientists September 22, 2015 Gary Putaansuu, PE Principal Project Manager Collier County Growth Management Division Transportation Engineering 2885 S. Horseshoe Drive Naples, FL 34104 Re: CR 29 Bridge over Chokoloskee Bay, Collier County Florida Bridge Number 030161 Dear Mr. Putaansuu: Since the United States Coast Guard Permit for the new bridge construction has now been issued, we understand the project is moving towards advertisement for construction. Due to the extraordinary time required to secure said permit, the contract time limits on our current design and post design contract with the County is in danger of expiring (August 17, 2016) prior to construction completion. In addition, due to the complex nature of the phased - construction design, remote site conditions and unknown sub - surface conditions we anticipate the amount of Requests for Infortnation and Submittal Reviews will exceed the normal and previously negotiated hourly fee budget for post design services. Accordingly, T.Y. Lin International (CONSULTANT) proposes to provide the following additional services in accordance with Contract 11-5639 ARTICLE TWO: 1. Provide Post Design Services during construction operations as defined in Section 2.1 of Contract 11 -5639. 2. Increase the Time for project completion by 600 days. The above described services were part of the contract scope, but are being supplemented and extended due to project complexity and regulatory and administrative scheduling. If this change is not incorporated, the CONSULTANT will be unable to fully support staff and the construction team with technical reviews, plan modifications, drawing interpretations, etc. typically required for a project of this complexity. CONSULTANT proposes to provide the above services for an additional Hourly/Not to Exceed fee amount of $35,016 in accordance with the conditions of Contract 11 -5639. Please call if you need additional information on this matter. Sincerely, Jim Molnar, P.E. An Affirmative Action /Equal Opportunity Employer M/F/D/V 2400 1st Street, Suite 200 1 Fort Myers, Florida 33901 1 T 239.332.4846 1 F 239.332.4798 1 www.tylin.com Packet Page -611- F- Z Q J Z O W a F- N O D Z a F- O LL LL. W Y Ix O U. O W CaC G W co c O m c N c C � J � � O Eca O Z C N ca w y C O A C N E N U f0 Q N m N N Y N O O Y O U N N O L O O m »' c E o Z U m O m o ° o � O V nj ti O d3 O U Q » M m N CN et 0 N Q 0 Q I- t u t O O 0 'a p 00 (DD O O U c0 CD C p V O d = � N r N r tO M CO) o 614 rn Fss L d O O G CD O O N C O 69 w 0 O C co O co d r N C � W O O d C Cl v ° O 0 s t ti c v co 0_ w � O +r m O 0 O CD O C O N V 000 O IL bg N C O M w .N N R 0) U � � C v V O O N 0 to N O ~ CD E c CD m 0) co (D Co is t5 o� � d f/) C D 0 0 s Sri n a� t U acket Page -612- 12/8/2015 16.A.16. /0-\ llo�