Loading...
Agenda 05/27/2014 Item #16C6 5/27/2014 16.C.6. EXECUTIVE SUMMARY Recommendation to approve a Change Order to contract 12-5883 Master Pumping Station 312 "Professional Services During Construction" with Agnoli, Barber and Brundage in the amount of S39,848,Project Number 72549. OBJECTIVE: To obtain expert professional civil, structural engineering, and landscape architectural services for Master Pumping Station (MPS) 312 to be fully regulatory compliant, and to provide reliable, and sustainable service to our wastewater customers. CONSIDERATIONS: The proposed scope of work for Project 72549, MPS 312 "Professional Services During Construction" is consistent with the 2011 Wastewater CTP Update, Page 2 of 4, line 53, as identified in the 2011 User Fee Rate Study. On November 13, 2012, as Agenda hem 11H, the Board awarded construction contract 12-5931, "MPS 312 Rehabilitation" to contractor D.N. Higgins. Consulting engineering firm, Agnoli, Barber, and Brundage (ABB) is the design engineer for this project. During the design phase, certain assumptions had to be made for areas that were in service, under cover, or receiving sewage flows while the station was in operation in order to complete the design and develop bidding documents. Before construction of the station could commence, a complete 100% bypass system had to be constructed to divert 100% of the sewage flows around the station. The bypass system included piping, valves, pumps, and generators. Once the station was completely bypassed, several latent areas that needed repair manifested themselves and had to be corrected. These areas included structural cracks in the wet well, larger equipment concrete pads were needed to accept larger upgraded equipment bases (equipment was modernized and updated by the manufacturer after the time of design and construction award), a concrete containment wall was reduced in size and quantity to realize a cost savings to the County, and additional landscaping was added on the north side of the station to implement our good neighbor policy. The above changes required civil, structural, and landscape architectural services to design the repair work, the additional landscape work, larger concrete slabs, and concrete wall changes. These changes required a modification to the site development plan for proper permitting and closeout. ABB was the design engineer for the MPS 312 Rehabilitation project. The most economical way to implement the needed changes was to acquire these services from ABB, who previously was selected for the design contract 12-5883 through the Request for Proposal process. The Board in their approval of the annual budgets has approved a Master Pumping Station Rehabilitation program in which two or three master stations are rehabilitated each year. Public Utilities utilizes lessons learned and unforeseen and latent cost data from each preceding master station for each succeeding station to most economically perform rehabilitations. One of the ways Public Utilities achieves this is to separately track the costs of latent deficiencies once they are uncovered during construction. While the contract allows for change orders, to address the aforementioned latent and unforeseen work, Public Utilities believed it to be more efficient for tracking and accounting purposes to open a separate work order. The work order was issued under the 09-5262 Fixed Term Engineering contract in a time and materials, not to exceed amount of $39,848.00. The work order was issued and services were performed by Agnoli, Barber and Brundage, which enabled the project to maintain the critical path to completion. One payment was made before Finance and Packet Page -859- 5/27/2014 16.C.6. Purchasing determined that the proper method of obtaining the additional services should have been through a change order. Subsequently, in order to correct the problem, Public Utilities, Finance and Purchasing are in agreement that a change order to contract 12-5883 in the amount of $39,848.00 is required, and that the work order previously issued must be terminated. Since the change order exceeds 10% of the original 12-5883 contract amount of$209,071.00, Board approval is required. Once the Board approves the change order, Finance has agreed that the invoices can be re-submitted and Agnoli, Barber and Brundage can be paid. FISCAL IMPACT: Funding is available in,and is consistent with, the FY2014 Capital Budget approved by the Board on September 19, 2013. The source of funding is Wastewater User Fees, Fund (414). LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the viability of public facilities. RECOMMENDATIONS: Recommendation to approve a change order to contract 12-5883 "Master Pumping Station 312 Professional Services During Construction" with Agnoli, Barber and Brundage in the amount of$39,848,Project Number 72549. Prepared by: Peter Schalt, Senior Project Manager,Public Utilities Planning and Project Management Department Packet Page-860- 5/27/2014 16.C.6. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.6. Item Summary: Recommendation to approve a change order to contract 12-5883 Master Pumping Station 312 "Professional Services During Construction" with Agnoli, Barber and Brundage in the amount of$39,848, Project Number 72549. Meeting Date: 5/27/2014 Prepared By Name: SchaltPeter Title: Project Manager, Senior, Public Utilities Engineering 4/29/2014 2:06:02 PM Submitted by Title: Project Manager. Senior, Public Utilities Engineering Name: SchaltPeter 4/29/2014 2:06:03 PM Approved By Name: HapkeMargie Title: Recycling Coordinator, Solid Waste Date: 4/29/2014 2:33:50 PM Name: HerreraSandra Title: Procurement Specialist, Purchasing& General Services Date: 4/29/2014 3:42:37 PM Name: Nagy Steve Title: Manager-Wastewater Collection, Wastewater Date: 4/29/2014 4:01:31 PM Name: JohnssenBeth Title: Director-Wastewater, Wastewater Date: 5/1/2014 4:02:42 PM Packet Page -861- 5/27/2014 16.C.6. Name: BrilhartBrenda Title: Procurement Specialist, Purchasing& General Services Date: 5/5/2014 8:17:21 AM Name: WardKelsev Title: Manager-Procurement,Purchasing&General Services Date: 5/8/2014 11:53:20 AM Name: PajerCraig Title: Project Manager, Principal, Public Utilities Engineering Date: 5/8/2014 2:56:50 PM Name: ChmelikTom Title: Director-Public Utilities Engineering,Public Utilities Engineering Date: 5/9/2014 8:49:22 AM Name: JohnsonScott Title:Procurement Specialist, Purchasing& General Services Date: 5/9/2014 11:48:47 AM Name: Joseph Bellone Title: Director-Operations Support,Utilities Finance Operations Date: 5/9/2014 11:56:51 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 5/9/2014 1:37:37 PM Name: YilmazGeorge Title: Administrator-Public Utilities, Public Utilities Division Date: 5/12/2014 11:48:54 AM Name: KlatzkowJeff Title: County Attorney, Date: 5/14/2014 3:52:16 PM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 5/19/2014 1:15:20 PM Name: OchsLeo Title: County Manager, County Managers Office Date: 5/19/2014 1:49:22 PM Packet Page -862- 5/27/2014 16.0.6. Coker County !mod ni tr l Sera; a rRVl Cin Purchasing Department :.Il Change Modification Form Ui 3st".0 E Contract Change Request ❑Work Order Modification Change — __- Contract#: is ta3o. g #: , � PO/Work Order#: Project Name: (Master Pumping S auon t 4500142969 1 312 Professional Services During i I l Construction --I 1 Project#: 72549 i Project Manager: Peter l Department: PPMMD Contractor/Firm Name: Agnoli, Barber& i _ Schalt. PP�1P Brundage 1 Original Contract/VVork Order Amount $ 209,071.00 2/12/2013 Original BCC Approval Date: Agenda !tern # Current BCC Approved Amount $ 209,071.00 2/1212013 Last BCC Approval Date: Agenda Item # Current Contract/Work Order Amount $ 209,071.00 3/27/2015 SAP Contract Expiration Date (Master) Dollar Amount of this Change Si 39,848.00 19.06%' Total Change from Original Amount Revised Contract/Work Order Total $ 248,919,00 19.06% Change from Current BCC Approved Amount 'Cumulative Changes , $ 39,848 00 19 06% Change from Current Amount Completion Date, Description of the Task(s) Change,and Rationale for the Change Original completion date: i Last approved completion date: I Revised completion date (includes this 3127/2015 l 3127/2015 change): 3/27/2015 number of days added: 0 ; Each step on the contract modification checklist form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager) I E Add new task/s [�Change task(s) ❑ Delete task(s) _______Other(specify): 1 I 1 I 1. Provide a detailed and specific explanation of the requested change(s)to the task(s) and/or the additional days added: During the shop drawing submittal phase of construction, additional concrete slabs were required to accommodate additional odor control equipment that was deemed necessary by the odor control vendor(Siemens/Evoque), and to 1 accommodate the electrical transformer concrete pad by FPL- Also. the footprint of the perimeter spill containment wall was i revised to reduce construction expenses and to obtain a cost credit to the County. Once the rehabilitation project was under 1 construction and a temporary bypass system was installed to take the station online, the interior of the'' etwell tank was pumped out and cleaned which allowed a structural inspection and soundings to be performed to analyze the integrity of the i structure's walls and floor. It was determined that cracks in the we`well had to be repaired. Additional landscaping was 11 placed on the adjacent property y that was affected b y construction activities to buffer the ze station from neighboring communities and the adjacent golf course, These modifications required that the civil site,structural, and landscaping plans i be revised to accommodate the changes. This required the submittal of an Insubstantial Change to the Site Development Plan to the Growth Management Department by d esign engineer, which is necessary to obtain the final Certificate.Cate of Completion from the County Building Deepai.,si'.ynit.. 2. Provide detailed justification for the requested change: in addit+on to the usth;icatlon provided above, these supplementer,/ improvements were implemented to ensure the final product resulted in a facility that is capable of accommodating the inflows from over 100 upstream pump stations and to extend the stations service life by another 20 to 25 years These changes aftected the odor control systems. electrical supply_ pumping ability. and associated landscaping i to adhere to the County's good neighbor policy. i 1 13. Provide explanation why change was not anticipated in original scope of work: The changes were based on I unforeseen cond'tlons and ui.cumstances that oc ur red during construction that could not have been anticipated before the Station was bypassed during construction. i i 4. Describe the impact if this change is not processed: The intent was to perform these upgrades to the station once and l to have the station perform its functions for the next 20 to 25 years. Without these changes being implemented, this boat could not be achieved. i Type of Change I Modification - Revised: .;2613 1 Packet Page -863- 5/27/2014 16.C.6. 11 1 1 Planre,-; i L-_-1ectiv;-. 1 L--II 2. Unforeseei-, conPitionslairourharar;s.e 111 ',I; 0i_rantiw;orPrice;s-alistrnent .---- I .___, 1 LI 4. C,oirectIor of eiTCP:S 1 !x'■ 5. Value added' 1 f 1 6, Schedule adjustm:ent ,.....,,,,,,g. t- -.(:;034:-swu By 1 1 Z Contractori,Corsultant '1 2 Owner 1 0 Usino Departrri,--nt I - I-2 Design Prt.jessisr;al 1 17:1 Regulalory Adeiscy (specify): 1 0 Other(specify): 1 PL1ichasin 0 Professiona; Participated in Neactiation of Change 1 Modification; Li Yes l_i No _ ,4 /1".-1./;;;47/X i _/_ , AT_;:proved by: ---Ifir-1,7,..„,,f42// L i ir .--,..-,,,-- -" 1 Date;.:4,/,/,,, 4„ _. II; I Name and Title- Paterk.chalt, PPP --- --- . ,--,.,...vIew,-,..., by: ,-..---, ./.; ,--:', ___- j Date: ;,‹.-.,--1,- (i ',,,,(:' - ' -i-___-,- ....:--,-------;;---- I- _ _ i Prdoureme.nt Stratecists Name: ';',71-- . ,, 1--7-- --1 V,- 4--- Packet Page -864- 5/27/2014 16.0.6: Paqe 1 /2 CHANGE ORDER CHANGE ORDER NO. I CONTRACT NO. 12-5883 BCC Date: May 27,2014 Agenda Item: I 6C TO: Agnoii, Barber& Brundage 7400 Trail Boulevard#200 Naples, FL 3410S DATE. Anri: 29,20.14 l'F',03ECT NAME:Professional Services During Construction for MPS 312 PROJECT NO: 77"549 Under OUT AGREEMENT dated February 12, 2013 You hereby are authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: Please refer to Agnoli, Barber & Brundage's proposal doted 1/17/2014,which is attached. FOR THE Additive) S. of .S.39,F48 00: Thirty Nine,Thousand, Eight Hundred Forty Eight Dollars and No Cents, Gnirnd Arzt.:mcnt.Amount $2D907 00 /-/am cf Prv,ious Chances SO Gds Change Order add S39,?-48.00 P7essnt AgTecment Amount s248,e .0{) The time far completion shall he increased or decreased by 0 calendar days due to this Change Order, Acc:erdtngly. the Contract Time is now 7110 calendar days. The final completion date is March Your aceeptance of this Change Order shall constitute a modification to our Agreement and 'Ail', ha subject to ail the same ICrirdi and conditions as conmained in our et.g.mcintni indicate-ti as futiv as." n the same wane repeated in this acacptanet. The adjust-rhea:. if arty', to the Ai...irecrnehl shall constitute a full and final settlement of any and all eutims of the Cnntractnr ansi cnit of or telateti to change set f-z-th herein,inr.luding.clq;ms for impact and delay costs, Peter Sdhalt, PM?, Senior Proiect Manacer ) Dominick Arnica, P.E. Barber Packet Page-865- 5/27/2014 16.C.6. Page 2 / CHANGE ORDER NO. TO: Agno ii, Barber& Brundage CONTRACT NO. 12-5$83 7400 'Frail Boulevard h'200 BCC Date: May 27, 2014 Naples, EL 34108 Agenda Item: 16C PROJ ELI NAME: Professional Services During Construction for NIPS 317' I ,4 Approved br: Date: Craig Pdincipal Project Manager Public PPMD „„e„J / Approi,ed f/ 1 Date: Tom Chmelik. PE., Director Public Utilities PPMD ' /I - Approve I Date: c:215/1/ ,77 Josept/Belleinei Operations Support Director PuNgi Ltd itie AppmcJ b : „„, Dae: -r George Yilmaz, PhD, Administrator Public !..'tilities Division eg DV: Procurnrit Page Packet Page -866- 5/27/2014 16.0.6. 5.-signa et"Se:vie:es Genera!Engineerino Services MPS 312 Rehabilitation knot Barber B BrunsisGe Inc Project Narrative: This proposel is suomited to render professicnai services to address field clienues and additional works requested for the current rehabilitation project The tasks include updating the current Civil site plan and Landscape plans to reflect nanaes to the footprint of the perimeter containment wall,a driveway addition, and to modify the existing SDPI with CoWer County GMD. Services are also included to propose replacement landscaping and irrigation on the adjacent property which borders the northern boundary of the pump station site. Structural engineering services are induced to perform a structural evaluation of the wetwell structure,additional structural desicm, and construction administration expenses associated with future coordination Scope of Services: rB Construction Administration T&M 1O 40$ A.Mod hy exievng 5001 end subrut to Ccjker County Gtiffi 2 12 C'jj.j Project Engineer 10 hours S 148 per hour 5 2,368 Designer 10 Pours S 100 per hour 5 1 000 Az,rnrn Aset 2 hours S 00 per flour 2 120 S 458 B Ccnolruotton Adronn:statIon Project Engrleer 40 hours $. 1.tS per Pour 2 5 520 Designer 10 hours $ 100 per hour s 1c00 5,220 ABB Total= sio.408 !LStajCsuant . ' A Sc 3005&O proposals Liezi coo Bsiirow * Vijelaveli ins:sag:ion errs P.egemrrcir.Paisris * Ocinstrus:ion,1-i,,O:ilin:str2tiriiii,;'S:rgeti„;r:li Design Ill Landscaping Consultant : • : $9,000 A See attochen ore:nos:4:n'y Pergola,in.: 20 000 subcons uttant Total= S22,440 Tato%Proiect Budvet= 532.548 __Notes and 2!arifications o o.ort MarenhoJ 2.:2incor. „„Joo,juo,:jj ono matarigis expeinsas ancceo-onno,:th cur j'tehz oven are en J2Se'.:;,..7,:),-{7:t and on no 17:1' Packet Page -867- 5/27/2014 16.0.6. Lehi & Barrow Engineering, inc. - - — u,,,Lj; LI-,iigint,;..:(';rMa • rlieSTICI ir1SPc'etierl Date: 11'1913 Project Number: .10-452.16 Collier County PS itit.312 Wet W ell inspection and Recommendation,, and Project Name: site camera pole review Company Name: Attnoli, Barber Sc Brunditnte, Inc. Company Address: 7400 Tamiarni Trail North Suite 200, Naples. Florida 34 10X-2509 Attention: Steven Martin Phone: 239-597-3111 martin4i abbinc,coin From: Brian Liebl, P.E. From our preliminary discussion of 11/13/13 it is our understandinu,that you want Lien' & Barrow Errieineeriniz, Inc., to perform the followinn professional services: • Inspect and conduct soundings of the wet well —observed from inside and outside. • Provide recommendations for repairs if necessary. • Observe repair work procedures durino, Work and final observation upon completion • Review site camera pole shop drawinus For our services, our office will bill per hourly rates based on the Fee Schedule in our 3L're:LTtleni dated 0520, 10, We estimate our total fee as follows: • 46 hours of Eil,,,in::crirw S b,440.00 This contract is for the scope of services described herein only The terms and conditions this proposal will be in accordance with the general conditions specified in our project contract dated 05:20:10. if the infortinnon contained heroin is citinsistent with r our understandintt. please sien be;oix. Tins sitirnaitire vs ill iiionstittite n acknowledernent of and autitoriPat ion to proceed is oh this \X OIL Accepted and Authorized: Licb1 & Rarrow En<tincerinP. Inc. Date: Date: ilC9TO Ci=i3veiar1d AVE3., Str.: 0 Fort iviy,ars, FL :3;.3:-;07 Prione (239) 1-Y36-7557 • 132 x (229) 935-0E317 Packet Page -868- 5/27/2014 16.0.6. Liebi & Barrow Engineering, inc. Structural' dine<r inq e Threshold lhspeo.tion Date: Ct i s i r 14 Project Number: 10-452.17 Collier County Pump Station ;,312 - Construction for Phases I to X — Project Name: _Building upgrades : box culvert -C(>NTUNL;ATIC?N Company Name. Armoii. Barber& Brundage, Inc. Conipany Address: 74010 Tamiaroi Trail North Suite 2(00, Naples. Florida 34108-25°9 Attention: Steven Martin Phone: 239-597-311 1 Fax: 239-5(,o-2203 From: Brian Licht, P.F. From our preliminary discussion of' 12/12/13 and 01/15'14, it is our understanding that you want Lich! & Barrow Engineering, Inc., to continue providing the follow-big professional services: • Shop drawing review and mark-ups for phases I to X • Respond to Contractors' requests for information or clarification during bidding and construction, • Prepare record drawings of revisions to site structures • Attend construction meetings when required. • Periodic site visits during construction. • Perform ;final walk-Hits. • Design light pole bases at containment wen and wet well. • Design slab and retaining walls at[PL transformer. For our s r\ic s, our office will bill hrturi1" per our original Fee Schedule (10;'11 ! estimate our total fee as follows: r 100 hours of Engineering S 14.000.00 This: contract is for the scope of services described herein only. The terms and conditions of this proposal will be in accordance ts,ith the General Conditions and Fee Schedule of r' r p.e't'. ,ri-iinlent for this proi ct (Ref: 1...8..;B Project No. 1 0-452.12 dated 07 If the cur. incie. herein is consistent o hit your nn,,Icrstanding. please :viz eb . This signitture will constitute an acknowledgment of and authorization to proceed with this s ork. Accepted and Authorized: Barrow Engineering, Inc. a .. Date: 13970 South Ave„ Ste 1'J5 • Fort reliers, n' .`33207 Phone (12'39) C:3 6-75d7 i• Fax (239) 230-6817 Packet Page-869- -�� - ' Pergola, I c ^ Landscap _ in the [ vii service tradition To: A ndi Barber and Brundag Date: 1/1354 7400 /acnmm/naU Naples,FL 34110 RE: Landscape Architecture Project: Pump Station 312 Glen Eagle Buffer Replacement Plrrnr:na and Irrication Design Plans We are pleased to submit for your consideration, our proposal to provide landscape architectural services for the above named property: Our proposal is based upon on the Site Plan supplied by the Project Engineer. Drawings to include: Glen Eagle Services: 1. Site Inventor and Concept Plan for submittal to Glen 5150000 Eagle for their axiewand approval prior roproduction ' of construction drawin s. 2. Location of file copy of Glen Eagle Landscape and Irrigation 550000 SDP Plan set. 3. Preparation,Meetin d Presentation of the Concept Plan 31oonoo ro the Glen Eag|eDRBo,HOxasappropriate. ' � 4. Planting and Irrigation Plan set for site construction. S*,O000V Including specifications and deti1 . 5. Construction Observation tu ensure compliance with g1.000.00 the plans. 6. ft is not anoc:pated that a Collier County SIP or SDPA submittal is necessary at this t:nre.Howeveg if that changes,an add;tional fe will he chanced ed and submitted for your approval in advance of the work being completed. Pump Station 2 SDP Plan Revision SerGcey, l SDP Plan(Planting and lrricatior(revisions for the wall reconflguradon 31,000.00 and the drive adjustment All chan n drawings after siraseincrs have been comnieted will be charged at S50.00 oar hour plus materials. All crionoos in u/armps required due to the actions of others will be charged at the rate of $150.00 per hour. All mr-siu, or office cuo,divacon and/o, discuoion with [|ientlOicnr's Agent, County Staff or Others beyond what is necessary during plan procuction will be cisarcsad at Si 50.00 per hour,The total fee for plans and services isJ9.3O0.0U. TERMS: Due upon completion of plans suhiect to 30 days progress payment 59,000u0 | agree to pay a �crv!ce charge of1 per month or 1S'io pie. annum on unpaid past due ba|ancia, pins attorney's fees and casts if collection is necessary. Submitted: pe'goi^.mc. Accented and Aopncve0: SF Petri/ o; __ Date: ____1/13!14 Date: Kristen Sena Petry ' R. Jeffrey Petry ^ (23Q) 4S4- 758S 1 3 2 3 1 l c h Street N o rth ^ Naples, F| o r i d a 34102 Packet Page-870-