Loading...
Agenda 03/12/2013 Item #16A12 3/12/2013 16.A.12. EXECUTIVE SUMMARY Recommendation to approve Change Order No. 5 to Contract # 09-5278 in the amount of $326,199 and for an additional 413 days (Phase I) with Stanley Consultants, Inc., for Design & Related Services for the Intersection Capacity Improvements to the US 41 and SR/CR 951 Intersection and Resurfacing, Restoration and Rehabilitation (3R) roadway improvements to SR 951; Project#60116. OBJECTIVE: This change order is as a result of scope enhancements that could not have been foreseen during the original scope development and to add funding for post design services. CONSIDERATIONS: On January 26, 2010, the BCC approved Professional Services Agreement Contract # 09-5278 with Stanley Consultants Inc., for design improvements to the US41 & SR/CR951 intersection and Resurfacing, Restoration and Rehabilitation (3R) of SR951 (Fiddlers Creek Parkway to Tower Road) under project # 60116. The scope changes resulting in this Change Order No. 5 are as follows: Modifications to Design Scope of Services for Capacity Improvements to US41 and SR/CR951 Intersection - (Impact Fees Funded) 1. Affected Scope Tasks: 4.4A, 4.5A, 4.10A, 4.11A, 4.14A, 4.15A, 4.17A, 4.18A, 5.2A, 5.3A, 5.6A. 5.7A, 5.10A, 5.14, 5.15A, 5.22A, 5.23A, 5.26, 6.9A. 6.13A, 6.15A, 6.19A, 6.21A, 6.22A, 20.1A, 20.3A, 20.6A, 20.14A, 20.15A—Roadway Analysis &Plans, Drainage & Signing and Marking (Bus stop enhancements) - $53,018.00 (Lump Sum). During the 60% and 90% design review phases the Alternative Transportation Mode (ATM) Department determined that additional bus stop locations and enhancements were needed along certain routes. These enhancements included new bus stops concrete pads, closed shelters and bus pull outs on CR 951 northbound and southbound in the area of Triangle Boulevard and CR951. These requests were in response to the community's needs that were identified in ATM's long range transportation plan study and were anticipated in the original scope of services; but were not able to be quantified until later in the design. 2. Affected Scope Tasks: 4.4B, 4.5B, 4.10B, 4.11B, 4.13, 4.14B, 4.15B, 4.17B, 4.18B, 5.2B, 5.3B, 5.4, 5.6B, 5.7B, 5.1OB, 5.15B, 5.21, 5.22B, 5.23B, 5.26, 6.7, 6.9B, 6.13B, 6.15B, 6.17, 6.18, 6.19B, 6.21B, 6.22B, 10.5B, 10.7C, 10.8C, 10.10, 10.11C, 10.12C, 10.14C. 10.15C, 18.12-18.18,27, 30B, 32.5 —Roadway Analysis, Plans, Drainage, Structures, Geotechnical, Survey &Noise Study Report(update)—Eagle Creek Noise Wall - $59,620.00 (Lump Sum). The Eagle Creek Community qualified for a 21-ft sound barrier to the north and south of their entrance on SR951. Through various public meetings, community meetings and surveys, the Eagle Creek Community expressed their dissatisfaction with a 21-ft high wall. The Noise Study was reevaluated and the results revealed that a shorter noise wall (16.8 ft) meeting FHWA criteria could be constructed to mitigate noise but only for those residents living on the south side of their main entrance. The community has agreed to a shorter wall to the south of their entrance provided that the aesthetics met the Packet Page-1222- 3/12/2013 16.A.12. community's desires. These aesthetic enhancements will require the design and construction of a gravity wall and earth embankment in front of the noise wall to give the appearance of being 12-ft high on the front side (roadway). Since noise mitigation could not be achieved with a shorter wall for the residents to the north of their entrance, Eagle Creek has asked the County to design and construct a shorter wall on their property to provide the same aesthetic continuity to the north of their entrance. These changes while not specifically identified under the Noise Study section of the original scope of services are necessary to mitigate the impacts to the community's quality of life that will be disrupted by the project if not implemented. 3. Affected Scope Tasks: 10.1, 10.3, 10.4, 10.7A, 10.8A, 10.11A, 10.12A, 10.14A, 10.15A —Structures (Light Pole Foundations) - $15,320.00 (Lump Sum) The FDOT issued a new design memorandum for light pole foundations that will require the redesign of the entire lighting system for the project. The FDOT District One who has final design oversight for this project made the request after the 90% design phase. Light pole foundation design was part of the original scope of services; however, it was not anticipated that the FDOT design criteria would change at the 90% phase of the project necessitating this need for 8 additional detail sheets to be added to the construction plans. 4. Affected Scope Tasks: 10.8B, 10.11B, 10.12B, 10.14B, 10.15B, 18.6, 19.5-19.10, 19.12, 19.13, 19.14, 19.16, 19.17, 20.1B, 20.3B, 20.4, 20.6B, 20.7, 20.8, 20.12, 20.13, 20.14B, 20.15B, 30A— Structures (Cantilever Sign Structures) - $50,994.00 (Lump Sum) At the 90% design review phase the FDOT requested that five (5) new cantilever signs structures be included in the project. Signage design was part of the original scope of services; however, it was not anticipated that the FDOT design criteria would change at the 90%phase of the project necessitating this change to the construction documents. 5. Affected Scope Tasks: 29.2, 29.3, 29.4, 29.5 & 7.7 -Mapping(Right of Way) - $47,247.00 (Lump Sum) The County has hired outside Counsel to assist with evaluating the right-of-way needs for the project and to provide guidance on reducing cost. As a result, various right of way documents need revision and new ones are needed due to some of the parcels being split into separate parcels. The original scope of services included Right of Way mapping; however, the number of revisions needed exceed the estimated project scope requirements. 6. Post Design Services - $100,000.00 (Time and material not to Exceed) Affected Scope Task: 3.8 - At the time the design contract was negotiated the services for post design was added to the scope. These tasks included Bidding services, Shop Drawings Reviews, Responses to RFIs and SFWMD Project Certification. The fee for these tasks were not negotiated as part of the final design fees as stated in Article 3.8" Specific services will be negotiated as necessary as a contract amendment" due to the fact that this project was being done as a Joint Participation Agreement with the FDOT and the level of effort required to execute this task could not be properly quantified at that time. Now that the project has reached a more substantial level of design, the effort for this task can be properly estimated. Packet Page-1223- 3/12/2013 16.A.12. Due to the Joint Participation Agreement between the County and the FDOT, this project is expecting to receive $12,051,849 for construction and CEI. The original professional service agreement negotiated was $1.7M and the current amount under contract is $1.978M. This change order represents 16.49% of the current amount. FISCAL IMPACT: Funds in the amount of$326,199.00 are available within Impact Fees for the intersection capacity improvements. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval—SRT. GROWTH MANAGEMENT IMPACT: The project has been adopted in the CIE and is consistent with the Long Range Transportation Plan. RECOMMENDATION: That the Board of County Commissioners approves Change Order No. 5 to contract 09-5278 to Stanley Consultants, Inc. and authorize the necessary budget amendment. PREPARED BY: Marlene Messam, P.E., Sr. Project Manager, Transportation Engineering& Construction Management Department. Attachments: 1) Change Order#5; 2) Change Order Modification#5; 3)Exhibit A SA#5 Scope of Services and Fee Proposal ; 6) Supplemental Scope Packet Page -1224- 3/12/2013 16.A.12. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.12. Item Summary: Recommendation to approve Change Order No. 5 to Contract#09-5278 in the amount of$350,000 and for an additional 413 days (Phase 1) with Stanley Consultants, Inc.,for Design & Related Services for the Intersection Capacity Improvements to the US 41 and SR/CR 951 Intersection and Resurfacing, Restoration and Rehabilitation (3R) roadway improvements to SR 951; project# 60116. Meeting Date: 2/26/2013 Prepared By Name: MessamMarlene Title: Project Manager, Senior,Transportation Engineering 1/29/2013 5:29:30 PM Submitted by Title: Project Manager, Senior,Transportation Engineering Name: MessamMarlene 1/29/2013 5:29:31 PM Approved By Name: KearnsAllison Date: 2/6/2013 2:33:57 PM Name: LynchDiane Title: Administrative Assistant Date: 2/6/2013 5:23:24 PM Name: ShueGene Date: 2/6/2013 6:10:19 PM Name: AhmadJay Title: Director-Transportation Engineering,Transportation Engineering&Construction Management Date: 2/7/2013 7:20:39 AM Packet Page-1225- 3/12/2013 16.A.12. Name: TaylorLisa Title:Management/Budget Analyst,Transportation Administr Date:2/7/2013 3:00:35 PM Name: PutaansuuGary Title: Project Manager, Principal,Transportation Engineer Date: 2/8/2013 9:25:23 AM Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing& Gene Date: 2/9/2013 4:17:09 PM Name: CummingsRhonda Title: Contracts Specialist,Purchasing&General Services Date: 2/12/2013 1:23:09 PM Name: LynchDiane Title: Administrative Assistant Date: 2/13/2013 9:37:15 AM Name: PuigJudy Title: Operations Analyst, GMD P&R Date: 2/13/2013 4:22:16 PM Name: Jecika Cook Title: Operations Coordinator,Transportation Engineering Date: 2/13/2013 4:30:23 PM Name: PuigJudy Title: Operations Analyst, GMD P&R Date: 2/14/2013 8:57:22 AM Name: CummingsRhonda Title: Contracts Specialist,Purchasing&General Services Date: 2/14/2013 11:12:14 AM Name: CummingsRhonda Title: Contracts Specialist,Purchasing&General Services Date: 2/14/2013 11:13:19 AM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 2/14/2013 12:57:00 PM Packet Page -1226- 3/12/2013 16.A.12. Name: Joshua Thomas Title: Grants Support Specialist, Date: 2/15/2013 11:10:51 AM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 2/19/2013 4:57:34 PM Name: KlatzkowJeff Title: County Attorney Date: 2/20/2013 8:23:16 AM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 2/20/2013 11:39:31 AM Name: OchsLeo Title: County Manager Date: 2/20/2013 1:34:41 PM � w2r. Packet Page -1227- 3/12/2013 16.A.12. = or o R 0 o7 0 ^ ^ tV C U U W o 0 0, M Z N Cl Cj z• z Ur a iLr,' .. - - v ) t rn —. 69 69 69 69 69 69 69 69 • 3 u E 9 a 8 C o z ,.O„ r q r 8 E 2 6 8 a o ,n ✓ j V t p OJ c C a G a ..C c r m .+ en O O H z .. O > m a oM a 3 = 8 g 2 a m ` c 2 ,,+ o E m p 1-21. e, T a 6 a o 7 a W E {n Z • ,m, Q 2 .. o Q ❑ o _ m E ? m y a '^ N r a 8 r m a W m o> N u> 8 a T. m CC D o m d Ire (.0 a r n , S. M W O) 8 m c W N a.v> G `v' a r° e I– II' if m. m p E e I 4 m W A � � a a a N e E = O 8 ^ = ,9, G "' 12. E d CO W• 8 a t.- ,7' n `e E E • co'C ti J e ry .. N E n O E °f N e 8 A. z N _ 0 3 '" f m m a a a 7 d E v o <0 r. N a 8 2 .°: a d ' E 0 7 c m r c N CO 0 f W u r a a a = r 3 m _ A o g o of t.; 't N O1 r C e r m> q °a .. N i U m p ^' E z, a ' z a w Q „ O a Z 11 am 4 c Y .+ d ao x dl m w c - r a N e u , ,Y., ,� m c� o oa .m. .�, a a n J m din W -, o _ m `z d E N 0 e m H .i z _m n ¢ m • `t o E 2 - v ry 4 G m a6 u 3. o r a m r H > ° o H o in ,.., < z ro e - o z e O O n v O ry m O C .pr 2 ry < C • x n c Y Y Y Y Y Y Y r - u c O O O O O O O 06 L7 Packet Page -1228- 3/12/2013 16.A.12. CHANGE ORDER CHANGE NO. 5 CONTRACT NO. 09-5278 BCC Date: 1/26/2010 Agenda Item: 10B TO: Jon Ahlschwede. Operations Manager Stanley Consultants. Inc. 27300 Riverview Center Blvd.. STE 101 Bonita Springs. FL 34134 DATE: January 29. 201 3 PROJECT NAME:Design&Related Services for the intersection Capacity Improvements to US41 & SRICR931 and 3R Roadway Improvements to SR95 1 PROJECT NO.: 60116 Under our AGREEMENT dated January 26. 2010 You hereby are authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: See Exhibit A - Supplemental Agreement 05 FOR THE (Additive) Sum of: 5326.199.00 (Three Hundred and Twenty-Six Thousand, One Hundred and Ninetynine Dollars) Original Agreement Amount 51.700.000.00 Sum of Previous Changes 5278.200.00 This Change Order add 5326.199.00 Present Agreement Amount 7;04_-;00.00 The time for completion shall be increased by 413 (Phase I) calendar days due to this Change Order. Accordingly. the Contract Time is now 1.915 days calendar days. The substantial completion date is April 9. 2015 and the final completion date is May 9. 2015. Your acceptance of this Change Order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in our Agreement indicated above. as fully as if the same were repeated in this acceptance. The adjustment. if any. to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of or related to the change set forth herein. including claims for impact and delay costs. IN WITNESS WHEREOF,the Contractor and the County have each,respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s)indicated below. Accepted: , 20 ATTEST: OWNER: ,,, . BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Packet Page-1229- 3/12/2013 16.A.12. Dwight E Brock, Clerk By: /aoraia A. Hiner,Esq.,Chairwoman - - A)......, r i By iiDefdLiti r*-p ,4v,_ / ; Marlene Me 4tirn.P.E.,Project Manager CONTRACTOR: il Stanley Consultants.Inc. i DEPARTMFiNT DIRECTOR __. By:7 /IN li I yylVIA Ie ------------ ---- _.-, , , — JoniAhlschr f wede, Operations Iv anaaer ,..---- Jay Ahmad. P.E.. ..,. . , -,...,, Approved as to form and .0 DIVISION ADMINISTRATp.P. Leaal sufficiency: .-- .- '- -- -' LNfck Casalanauida Deputy County Attorney PRO `-p,EMENT,STR,TEGIST Name By 4. - .. „...... 1 ' . - ' - Rhonda Cumnyinas /i / , \ . -,...-- Packet Page -1230- i : 3/12/2013 16.A.12. Co ier ' Purchasing Department Aarrini&ative Services Dvisicn Change Modification Form rl Contract Change Request ❑ Work Order Modification Contract#:09- Change#: 5 PO/VVork Order#: 45- Project Name:US41 & SR/CR 951 5278 00/15819 Intersection and SR951 3R Improv. Project#: 60116 Project Manager: Department: Transportation Contractor/Firm Name: Stanley Marlene Messam I Engineering Consultants, Inc. Original Contract/Work Order Amount $` 1.700,000.00 1/2612010 Original BCC Approval Date; Agenda Item#1( Current BCC Approved Amount $ 1,978,200,00 f 9/13/2011 Last BCC Approval Date; Agenda Item#16.A. Current Contract/Work Order Amount $ 1:978,200.00 SAP Contract Expiration Date (Master) I Dollar Amount of this Change i,/ $326.199.00 35.55% Total Change from Original Amount Revised Contract/Work Order Total $2,304,399.00 j 16.49% Change from Current BCC Approved Amount; 'Cumulative Chances $604.399.00 s I 16.49 %! Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: 2/8/2014 Last approved completion date: . Revised completion date(includes this (Phase 1) March 22, 2014 (PH 1) ► chance): May 9, 2015 (PH 1) /' Number of days added 413 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval M.M. (this box must be initialed by Project Manager) P Add new tasks; ! Change task(s) ; j_! Deiete task(s) ❑ Other(specify): Revised.5/16/12 Packet Page-1231- . _ 3/12/2013 16.A.12. 1. Provide a detailed and specific explanation of the requested change(s) tim aulutuc u�c additional days added: a. Task 4.4A, 4.5A,4.I0A. 4.11A, 4.14A to 4.18A;5.2A to 5.10A to 5.14A, 5.22A-5.26;6.9A,6.13A to I 6.22,- ;.20.1A to 20.15A — Roadway Analysis & Plans. Drainage & Signing& marking (Bus stop enhancements) - 853,018.00 (Lump Sum) ✓ During the 60% and 90% design review phase the Alternative Transportation Mode (ATM) Department requested additional bus stops and enhancements to be included in the design in response to the community's needs, and as identified in ATM's long-range transportation plan study. These enhancements included new bus stop concrete pads. bus pull out locations on US41 eastbound and westbound and on CR 951 northbound and south bound for safety, and closed bus shelters. These design services meet the intent of the project and are consistent with the additional services clause (article two) of the contract. b. Task 4.4 to 4.18;5.2-526;6.7-6.22;10.5-10.15;18.12 to 18.18; 27,30 & 32 — Roadway Analysis. Plans Structures; Geotechnical. .Survey_ & Noise Study Report (update) — Eagle Creek Noise Wall - 559.620.00 (Lump Sum) The Eagle Creek Community qualified for a 21-ft sound barrier to the north and south of their entrance on SR951: however, this height of was unacceptable to the community. In attempting to provide a noise barrier that met the FIHWA criteria, it was discovered that only to the south of their entrance could a shorter wall be constructed. The community has agreed to a shorter wall to the south of their entrance provided that the aesthetics met the community's desires. These aesthetic enhancements will require the design construction of a gravity wail and earth embankment in front of the noise wall. To provide the same aesthetic continuity to the north of their entrance, the Community Eagle Creek asked that the County design and construct a shorter wall on their property. c. Task 10.1 to 10.4.10.7A to10.15A & 18.19-18.22 — Structures (Light Pole Foundations) - 815.320.00 " (Lump Sum) The FDOT issued a new design memorandum for light pole foundations that will require the redesign of the entire lighting system for the project. The FDOT District One, who has final design oversight for this project, made the request during the 90°.ro design phase. This request could not have been anticipated by Staff and resulted in 8 additional detail sheets that need to be produced for the project. d. Task 10.8B to 10.15E:18.6;19.5 to19.17;20.1B to 20.15E:30A — Structures (Cantilever Sign Structures) - 550,994.00 (Lump Sum) y' At the 90% design review phase the FDOT requested that five (5) new cantilever signs structures be added to the project. e. Task 29.1 to 29.3 Mapping (Right of Way) -547,247.00 (Lump Sum)✓ Additional right of way documents are needed due to changes in the proposed project footprint. These right of way documents include 57 additional sketched and legal descriptions: and. additional map sheets. f. Post Design Services - 8100.000.00 (Time and material not to Exceed) v" Post design services have been negotiated in accordance with section 3.8 of the contract. This project is being done as a Joint Participation Agreement with the FDOT. and the level of effort required to execute this task could not be reasonably quantified at an earlier time in the project. Now that the project has reached a more substantial level of design, the effort for this task was more properly estimated. 2. Provide detailed rationale for the requested change: These changes are necessary design enhancements that were as a result of the County and FDOT staff review and evaluation of the project. 3. Provide explanation why change was not anticipated in original scope of work: ReviseC:5116/12 Packet Page-1232- --- 3/12/2013 16.A.12. The nature of these scope changes make it impossible for these changed to have been captured at the time of the original scope of services development. Changes in state policies could not have been anticipated.The FDOT provided original criteria for the design and they have final design oversight for this project. Also, some of the changes were as a result of community public involvement. 4. Describe the impact if this change is not processed: The Project needs Federal and State approval or risk losing funding. Also. by DCA the County has a commitment to develop this project and not approvin_g these changes would violate this commitment. Type of Change! Modification i E 1. Planned 1 Elective ! E 2. Unforeseen conditions/circumstance 1 E 3. Quantity or price adjustment j ❑ 4. Correction of errors) 1 E 5.Value added ! j 6. Schedule adjustment Change Requested By L! Contractor/Consultant : Owner E Using Department ! ❑ Design Professional 1 a Regulatory Agency (specify): i Other (specify): ' Purchasing Professional Participated in Negotiation of Changer Modification: 7 Yes J No Approved by -4 gzit )' -' Date: a - f ,�:. :. I Name and Title,,- cariene Messam. Sr. Project Manager • Reviewed b' ili N f/ ` Date: : I ProcurementSttategists Name: Rhonda Cummings f.. ,f • Revisec:5116/17 • Packet Page-1233- 3/12/2013 16.A.12. Supplement#5 Scope Items 03-04-2013 REV 1 US 41-CR 951(Phase I)Supplement(Post 90%and Post Design) TASK 4.4A,4.5A,4.10A,4.11A,4.14A,4.15A,4.17A,4.18A,5.2A, 5.3A,5.6A,5.7A,5.10A, 5.14,5.15A, 5.22A,5.23A,5.26A,6.9A,6.13A,6.15A,6.19A,6.21A,6.22A,20.1A,20.3A,20.6A,20.14A,20.15A BUS STOPS AND PULLOUTS ORIGINAL SCOPE: 2. PROJECT DESCRIPTION 2.1 Roadway Plan Type: Plan/Profile Typical Sections: Intersection Improvements (Phase I): Design will be based on the preferred interim at-grade improvements shown in Appendix B, Conceptual Intersection Improvement Study Report for US 41 and CR 951, November 2008. Limits: Intersection improvements(Phase I): The project limits are shown in the Interim At-Grade Conceptual Plan,Appendix B,and Conceptual Intersection Improvement Study Report for US 41 and CR 951, November 2008; a distance of approximately 1.0 miles. SR/CR 951-RRR PROJECT(Phase IA): From Milepost 6.332 to Milepost 9.551—a distance of 3.219 miles. Design of the RRR project(Phase IA)will be in accordance with the FDOT's PPM, FDOT Design Standard and the governing Standard Specifications for Road and Bridge Construction.The resurfacing project shall include conversion of the existing span wire signal system to mast arms at two (2) intersections—at mile post 8.491 and mile post 8.615. In addition, striped and signed bike lanes shall be included throughout the project. During the design phase, all guardrails within the project limits shall be field verified, and the COUNTY shall replace all guardrails within the project limits deemed necessary by the FDOT.The CONSULTANT shall design any thrierail connection retrofit at the bridges at Henderson Creek(#030289 and#030288) as deemed necessary by the FDOT. Bus stops will be enhanced at Manatee Road (both NB and SB), with bus bays and waiting pads with shelters.A bus stop at Wal-Mart will be considered an optional service. 4. ROADWAY ANALYSIS 4.4A Horizontal/Vertical Master Design Files The CONSULTANT shall design the geometrics using the design standards that are most appropriate with proper consideration given to the design traffic volumes, design speed, capacity and levels of service, functional classification, adjacent land use, design consistency and driver expectancy, aesthetics, pedestrian and bicycle concerns,ADA requirements,elder road user policy,access management and scope of work. 4.5A Cross Section Design Files The CONSULTANT shall establish and develop cross section design files in accordance with the FDOT CADD manual. 4.10A Computation Book and Quantities 1 Packet Page-1234- 3/12/2013 16.A.12. The CONSULTANT shall prepare the Computation Book per the FDOT Basis of Estimate Manual and pay item structure, and provide various summaries of quantities sheets.This includes all efforts required to develop the Computation Book and the supporting documentation, including estimated construction days when required. 4.11A Cost Estimate The CONSULTANT shall prepare the Engineer's Estimate of Probable Cost and provide at each submittal phase.The Engineer's Estimate of Probable Cost shall be adjusted at each submittal to be maintained until final submittal. 4.14A Technical Meetings Includes; meetings with the COUNTY or other Agency staff, between disciplines and CONSULTANTS,such as access management meetings, pavement design meetings, progress review meetings(phase review), road safety audit and miscellaneous meetings necessary for all elements of the roadway analysis identified in this scope of work. 4.15A Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality,technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the CONSULTANT under this contract 4.17A Supervision Includes all efforts required to supervise all technical design activities. 4.18A Coordination Includes: efforts to coordinate all elements of the roadway analysis to produce a final set of construction documents. 5. ROADWAY PLANS 5.2A Summary of Pay Items Sheets(Including Quantity Input) 5.3A Drainage Map Sheets (Phase I only) 5.6A Summary of Quantities Sheets 5.7A Summary of Drainage Structures Sheets(Phase I only) 5.10A Plan/Profile Sheets (Phase I only) 5.14 Miscellaneous Detail Sheets 5.15A Drainage Structure Sheets(Phase I only) 5.22A Cross Sections(Phase I only) 5.23A Conceptual Traffic Control Plan Sheets(Phase I only) 5.26A Utility Adjustment Sheets 6. DRAINAGE ANALYSIS 6.9A Design of Storm Drains (Phase I only) Develop drainage maps; determine runoff, inlet locations, and spread. Calculate hydraulic losses (friction,utility conflict and, if necessary, minor losses). Determine Design Tailwater and, if necessary, outlets scour protection. 6.13A Drainage Design Documentation Report(Phase I only) 2 Packet Page-1235- 3/12/2013 16.A.12. Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and decisions,except the Pond Siting Analysis Report. 6.15A Cost Estimate The CONSULTANT shall prepare the Engineer's Estimate of Probable Cost and provide with the each submittal phase.The Engineer's Estimate of Probable Cost shall be adjusted at each submittal to be maintained until final submittal. 6.19A Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality,technical accuracy and coordination of all surveys, designs, drawings,specifications and other services furnished by the CONSULTANT under this contract. 6.21A Supervision Includes all efforts required to supervise all technical design activities. 6.22A Coordination Includes efforts to coordinate all elements of the drainage analysis of the project to produce a final set of construction documents. 20. SIGNING AND PAVEMENT MARKING PLANS The CONSULTANT shall prepare a set of Signing and Pavement Marking Plans in accordance with the Plans Preparation Manual that includes the following. 20.1A Key Sheet 20.3A Tabulation of Quantities 20.6A Plan Sheets 20.14A Quality Assurance/Quality Control 20.15A Supervision ADDITIONAL SERVICES REQUEST: The scope did not include and we did not anticipate providing(1)enhanced bus stop& pull out for the US41-CR951 Intersection along the CR951 north leg and providing(1) pull out for the US41-CR951 Intersection along the CR951 south leg. Per Marlene Messam's 2-1-2013 email—On CR951 bus pads and pull outs will be constructed on the northbound (east side)as depicted on the attached that was previously prepared by Stanley.The exception is that no bus pad is to be included on the southbound (west side)of CR 951 as shown on the attached.The reason being unavailability of right of way.A pull out will be included for the southbound (west side)of CR 951. REQUESTED COMPENSATION: $53,018(Lump Sum) TASK 10.1, 10.3, 10.4,10.7A, 10.8A, 10.11A, 10.12A, 10.14A, 10.15A, 18.19-18.22 3 Packet Page-1236- 3/12/2013 16.A.12. DISTRICT ONE LIGHT POLE POLICY ORIGINAL SCOPE: 10 STRUCTURES•SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS 10.1 Index of Drawings 10.3 General Notes and Bid Item Notes 10.4 Incorporate Florida Department of Transportation Standards 10.7A Computation Book and Quantities 10.8A Cost Estimate 10.11A Technical Meetings 10.12A Quality Assurance/Quality Control 10.14A Supervision 10.15A Coordination 18. STRUCTURES-MISCELLANEOUS 18.19—18.22 Special Structures(Not applicable for this project) ADDITIONAL SERVICES REQUEST: Per FDOT District One Design Practices/ Policies Notebook (Updated 2011) Design Change Memorandum (District One Only)—Foundations for Light Poles We agreed, as a result of the Production/Operations Workshops,that in District One the foundations for light poles on urban projects (curb and gutter),would use Spread Footers as the standard foundation design in lieu of some other type of pre-cast, or cast-in-place foundation. We also recognized that Spread Footers should be used, when appropriate to avoid conflicts on suburban projects.The primary reason for the change is to avoid utility conflicts common on these types of projects. The scope did not include and we did not anticipate providing spread footer details and notes including 8 special details for the US41-CR951 Intersection. REQUESTED COMPENSATION: $15,320 (Lump Sum) TASK 29.2,29.3,29.4,29.5 R/W AND LEGALS&SKETCHES ORIGINAL SCOPE: 29. MAPPING The CONSULTANT will be responsible for the preparation of right of way maps, maintenance maps, sketches and legal descriptions as required for this project in accordance with all applicable Manuals, Procedures, Handbooks, and Florida Statutes.All maps,surveys and legal descriptions will be prepared under the direction of a Florida Professional Surveyor and Mapper(PSM)to Collier County size and format requirements utilizing approved software, and will be designed to provide a high degree of uniformity and maximum readability.The CONSULTANT will submit maps, legal descriptions,quality 4 Packet Page-1237- 3/12/2013 16.A.12. assurance check prints, checklists,electronic media files and any other documents as required for this project to the COUNTY for review at stages of completion as negotiated. ADDITIONAL SERVICES REQUEST: 29.2 Sketch and Description Due to changes in the proposed footprint of the new Roadway,the Right of Way needs increased significantly.The original Fee was based on the estimation of preparing of eight(8) legal descriptions and sketches per the intersection study. Based on the 1-28-2013 meeting with FPL, (2)additional legal descriptions and sketches are required.The total number of sketches that are needed totals 57; this includes revising previously submitted sketches and the creation of new ones. 29.3 Right-of-Way Mapping The complexity,amount of annotation, increased number of parcels also necessitates major changes and additional sheets to the Right of Way maps. 29.4 Coordination and 29.5 Plan Revisions CONSULTANT to respond to questions and comments from the County Right of Way Department. This also results in modifying the roadway design to aid in right of way mitigation costs at the southwest quadrant of the intersection adjacent to Walgreens. We did not anticipate providing additional legals and sketches and the additional efforts required to complete the Right of Way maps and plans. REQUESTED COMPENSATION: $45,167 (Lump Sum) TASK 10.8B,10.11B, 10.12B, 10.14B, 10.15B,18.6,19.5, 19.6, 19.8-19.10, 19.12, 19.13, 19.16, 19.17, 20.1B,20.3B, 20.4,20.6B,20.7, 20.8,20.12,20.13,20.14B, 20.15B,30A CANTILEVER SIGNS ORIGINAL SCOPE: 10. STRUCTURES—SUMMARY AND MISC.TASKS AND DRAWINGS 10.8B Cost Estimate 10.11B Technical Meetings 10.128 Quality Assurance/Quality Control 10.14B Supervision 10.15B Coordination 18.STRUCTURES-MISCELLANEOUS 18.6 Overhead/Cantilever Sign Structure(Not applicable for this project) 19.SIGNING AND PAVEMENT MARKING ANALYSIS 19.5 Sign Panel Design Analysis Establish sign layout, letter size and series for non-standard signs. 19.6 Sign Lighting/Electrical Calculations 5 Packet Page-1238- 3/12/2013 16.A.12. Includes the verification of photometric on lighted signs, load center and voltage drop calculations. 19.8 Computation Book The CONSULTANT shall prepare the Computation Book. This includes all efforts required to develop the Computation Book and the supporting documentation. 19.9 Cost Estimates The CONSULTANT shall prepare the Engineer's Estimate of Probable Cost and provide with first submittal.The Engineer's Estimate of Probable Cost shall be adjusted at each submittal to be maintained until final submittal. 19.10 Technical Special Provisions The CONSULTANT shall provide Technical Special Provisions for all items of work not covered by the FDOT Standard Specifications for Road and Bridge Construction and recurring special provisions. Standard Specifications, recurring special provisions and supplemental specifications should not be modified unless absolutely necessary to control project specific requirements. The first nine sections of the standard specifications, recurring special provisions and supplemental specifications shall not be modified without written approval of the COUNTY. All modifications to other sections must be justified to the Project Manager to be included in the project's specifications package as Technical Special Provisions. The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment.These provisions shall be submitted on 8- 1/2"x11" sheets and shall not have holes punched or be bound in any way that would create a problem for high volume reproduction. 19.12 Field Reviews Includes all trips required to obtain necessary data for all elements of the signing and pavement marking analysis. 19.13 Technical Meetings Includes meetings with the COUNTY and other Agency staff, between disciplines, and CONSULTANT, such as access management meetings, pavement design meetings, progress review meetings (phase review), and miscellaneous meetings necessary for all elements of the signing and pavement marking analysis. 19.16 Supervision includes all efforts required to supervise all technical design activities. 19.17 Coordination Includes efforts to coordinate all elements of the Signing and Pavement Marking analysis of the project to produce a final set of construction documents. 6 Packet Page -1239- 3/12/2013 16.A.12. 20.SIGNING AND PAVEMENT MARKING PLANS The CONSULTANT shall prepare a set of Signing and Pavement Marking Plans in accordance with the Plans Preparation Manual that includes the following. 20.1B Key Sheet 20.3B Tabulation of Quantities 20.4 General Notes/Pay Item Notes 20.6B Plan Sheets 20.7 Typical Details 20.8 Guide Sign Work Sheet(s) 20.12 Special Details 20.13 Interim Standards 20.14B Quality Assurance/Quality Control 20.15B Supervision 30A. GEOTECHNICAL ADDITIONAL SERVICES REQUEST: Includes the design of 5 new cantilever signs per FDOT 90%comments. Includes geotechnical services: 1. Execute a program of subsurface exploration consisting of subsurface sampling and field testing. We will drill 1 Standard Penetration Test(SPT) borings to a depth of 40 feet at each overhead sign structure location (5 total borings). The SPT borings will be performed with nearly continuous sampling for the first 10 feet of depth and sampling every 5 feet thereafter. 2. Record groundwater levels during drilling. 3. Visually classify representative soil samples in the laboratory using the Unified Soil Classification System. Identify soil conditions at each boring location and form an opinion of the site soil stratigraphy. Perform limited laboratory testing on selected samples to assist in the classification. 4. Complete 1 FDOT Environmental Corrosion Series test on the most predominate soil stratum found in each SPT boring. 5. Provide geotechnical engineering design criteria for the design of the drilled shaft foundations. Our conclusions, and the information on which they are based,will be summarized in a written report prepared by a professional engineer. Per Marlene Messam's 1-30-2013 email— We concur with FDOT's comments and believe the overhead cantilever signs are in the County's best interest. Dale A. Bathon, P.E. Principal Project Manager 7 Packet Page -1240- 3/12/2013 16.A.12. Signal & Lighting Operations and Maintenance Section Capital Construction and Maintenance Section Growth Management Division 239-252-5827; Fax 239-252-5868 Related FDOT 90%Comments and Responses: 31.A new overhead cantilever needs to be installed at station 1028+00 in place of the advanced street name sign. The message for this overhead panel can be similar to one being removed sheet S-14.The advance street name sign can be removed. Reference: S-13 DAVID DOWLING 1/25/2013 CONSULTANT PM In lieu of a new cantilever sign for the interim condition of this intersection,we recommend removing the existing cantilever sign structure (at Station 1030+80 Rt.) and replacing it 1. With a ground mounted junction sign at Station 1026+50 Rt. 2.And with a ground mounted destination sign at Station 1028+50 Rt. 3. And with ground mounted trail blazer signs at Station 1030+46 Rt. (for US41 NB) and at Station 1034+86 Rt. (for US41 SB) per MUTCD Figure 2D-6. In addition, Collier County prefers using the proposed advanced street name sign at Station 1028+00 right. Amok BOB BRASWELL REVIEWER An overhead structure would best facilitate this intersection and would give the best visibility for motorist traveling this three lane section. In addition, it would also help eliminate lane switching. With the volume of traffic expected at this intersection ground mounted sign would get blocked and not be visible to traveling motorist.An overhead structure is also required by the 2013 Plans Preparation Manual where there are three or more lanes (PPM Section 7.2.3) being utilized. 39. Remove sign number three. Remove the R6-1R panel from the top of the R5-1 assembly at Triangle Boulevard. Add R6-1R and R6-1L panels to the top of the stop assembly. Reference:S-18 DAVID DOWLING 1/25/2013 CONSULTANT PM Collier County prefers using the proposed advanced street name sign (Sign#3). We will remove the R6-1R panel from the top of the R5-1 assembly at Triangle Boulevard and add R6-1R and R6-1L panels to the top of the stop assembly. BOB BRASWELL 1/28/2013 REVIEWER I approved the correction mentioned. I reject with leaving in Sign number 3.This could be signed more effectively with overhead sign as mention in comment 31. 40. Install a new overhead cantilever structure at station 1059+60.00. 8 Packet Page-1241- 3/12/2013 16.A.12. Reference:5-19 DAVID DOWLING 1/25/2013 CONSULTANT PM In lieu of a new cantilever sign for the interim condition of this intersection,we recommend adding 1.A ground mounted junction sign at Station 1057+50 Lt. 2. and a ground mounted destination sign at Station 1059+50 Lt. and keeping the proposed ground mounted trail blazer signs at Station 1053+44 Lt. (for US41 NB) and at Station 1040+76 Lt. (for US41 SB) per MUTCD Figure 2D-6. In addition we recommend using this approach for the east and west leg of US41 in lieu of new cantilever signs for the interim condition of this intersection. BOB BRASWELL 1/28/2013 REVIEWER See comment 31. 47. Install sign number 4 at station 2466+80. Reference:S-28 DAVID DOWLING 1/25/2013 CONSULTANT PM Sign#4 will not fit along the north side of US41 due to the limits of the canal and r/w line. BOB BRASWELL 1/28/2013 REVIEWER a mast arm similar to the existing will have to be installing to facilitate this sign at this location. REQUESTED COMPENSATION: $50,994(Lump Sum) TASK 4.4B,4.5B,4.108, 4.11B,4.13,4.14B,4.15B,4.17B,4.18B,5.2B,5.3B,5.4,5.6B,5.7B,5.10B, 5.15B,5.21,5.22B,5.23B,5.26B,6.7,6.9B,6.13B,6.15B,6.17,6.18,6.19B,6.21B,6.22B, 10.5, 10.7B, 10.8C, 10.10, 10.11C, 10.12C, 10.14C, 10.15C, 18.12, 18.13, 18.14, 18.15, 18.16, 18.18,27,30B,32.5 EAGLE CREEK NOISE AND PRIVACY WALLS ORIGINAL SCOPE: Change Order No. 3 for Contract No.09-5278; Sept. 13, 2011 The scope included structural design of sound barriers adjacent to the Eagle Creek subdivision since the noise analysis indicated that sound barrier walls are required. A 21 foot high sound barrier wall was designed north and south of Eagle Creek's entrance. The length of the south wall was 400 feet and the length of the north wall was 400 foot. 10.STRUCTURES—SUMMARY AND MISC.TASKS AND DRAWINGS 10.5 Incorporate Report of Core Borings 10.7 Computation Book and Quantities 9 Packet Page-1242- 3/12/2013 16.A.12. 10.8 Cost Estimate 10.10 Field Reviews 10.11 Technical Meetings 10.12 Quality Assurance/Quality Control 10.14 Supervision 10.15 Coordination 18.STRUCTURES—MISC. 18.12-18.18 SOUND BARRIER WALLS(GROUND MOUNT) 18.12 Horizontal Wall Geometry 18.13 Vertical Wall Geometry 18.14 Summary of Quantities—Aesthetics Requirements 18.15 Control Drawings 18.16 Design for Wall Height Covered by Standards 18.18 Aesthetics Details Task 30 GEOTECHNICAL Structural design of the sound barrier wall(s) are required adjacent to the Eagle Creek subdivision since noise analysis indicates that a sound barrier wall(s) is required. This will also require additional geotechnical exploration. The purpose of this soils exploration is to determine the generalized soil and groundwater conditions in the tested areas in order to provide foundation and overall site preparation recommendations. Amok This will be accomplished by the following: 1. Execute a program of subsurface exploration consisting of subsurface sampling and field testing. Perform 3 Standard Penetration Test(SPT) borings to a depth of 30 feet.The SPT borings will be performed with nearly continuous sampling for the first 10 feet of depth and sampling every 5 feet thereafter. 2. Record groundwater levels during drilling. 3.Visually classify representative soil samples in the laboratory using the Unified Soil Classification System. Identify soil conditions at each boring location and form an opinion of the site soil stratigraphy. Perform limited laboratory testing on selected samples to assist in the classification. 4. Provide geotechnical recommendations for the sound wall foundations (i.e. bearing capacity and estimated settlements) and site preparation. Summarize the conclusions, and the information on which they are based, in a written report prepared by a professional engineer. Task 32 NOISE IMPACT DESIGN ASSESSMENT 32.5 Noise Study Report The CONSULTANT shall prepare a Reevaluation Noise Study Report as normally prepared during a PD&E Study. The CONSULTANT shall prepare a technical addendum to the Final Noise Study report due to the anticipated public involvement required to finalize the design and placement of the noise walls.This is required to allow the Reevaluation Noise Study Report to be finalized and sent to FHWA to obtain approval and begin the final design and right of way acquisition phases.This technical addendum will 10 Packet Page-1243- 3/12/2013 16.A.12. document the design and public involvement to reach the decision to design or not design the noise walls. Contents may include the noise wall preliminary design sheets, aesthetic concepts, landscape concepts and public coordination summary. Following the public workshop, Stanley Consultants revised the design to include a 14 foot high sound barrier wall on the south side only. No additional fee requested due to revising to a 14 foot. ADDITIONAL SERVICES REQUEST: Stanley Consultants will redesign the north wall of approximately 400 feet at a new location to be located on Eagle Creek's property. The wall height will be no more than 12 feet of exposed height and placed on the existing berm where an existing 6 foot high wall currently is located. Engineering services required include coordination (with Eagle Creek HOA,Architect, Residents, FDOT, and County),civil, structural, quantity revisions,survey,field reviews, permitting, and geotechnical. Stanley Consultants will add a gravity wall in front of the currently designed south wall and modify the drainage and permits so that no more than a 12 foot high wall will be exposed. Engineering services required include coordination (with Eagle Creek HOA,Architect, Residents, FDOT,and County),civil, permitting, quantity revisions,field reviews, and drainage. Stanley Consultants will update the noise study to include the results of the additional survey as directed by FDOT. 4. ROADWAY ANALYSIS 4.4B Horizontal/Vertical Master Design Files 4.5B Cross Section Design Files 4.108 Computation Book and Quantities 4.11B Cost Estimate 4.13 Field Reviews 4.14B Technical Meetings 4.15B Quality Assurance/Quality Control 4.17B Supervision 4.18B Coordination 5. ROADWAY PLANS 5.2B Summary of Pay Items Sheets (Including Quantity Input) 5.3B Drainage Map Sheets 5.4 Typical Section Sheets 5.6B Summary of Quantities Sheets 5.7B Summary of Drainage Structures Sheets 5.10B Plan/Profile Sheets 5.15B Drainage Structure Sheets 5.21 Roadway Soil Sheets 5.22B Cross Sections 5.23B Conceptual Traffic Control Plan Sheets 5.26B Utility Adjustment Sheets 6. DRAINAGE ANALYSIS 11 Packet Page -1244- 3/12/2013 16.A.12. 6.7 Design of Stormwater Management Facility 6.9B Design of Storm Drains 6.13B Drainage Design Documentation Report 6.15B Cost Estimate 6.17 Field Reviews 6.18 Technical Meetings 6.19B Quality Assurance/Quality Control 6.21B Supervision 6.22B Coordination 10.STRUCTURES—SUMMARY AND MISC.TASKS AND DRAWINGS 10.5 Incorporate Report of Core Borings 10.7B Computation Book and Quantities 10.8C Cost Estimate 10.10 Field Reviews 10.11C Technical Meetings 10.12C Quality Assurance/Quality Control 10.14C Supervision 10.15C Coordination 18.STRUCTURES—MISC. 18.12-18.18 SOUND BARRIER WALLS(GROUND MOUNT) 18.12 Horizontal Wall Geometry 18.13 Vertical Wall Geometry Aisktk 18.14 Summary of Quantities—Aesthetics Requirements 18.15 Control Drawings 18.16 Design for Wall Height Covered by Standards 18.18 Aesthetics Details 27.SURVEY Includes a supplemental survey of the new north wall location. 30B.GEOTECHNICAL 1. Execute a program of subsurface exploration consisting of subsurface sampling and field testing. Perform 3 Standard Penetration Test(SPT) borings to a depth of 30 feet.The SPT borings will be performed with nearly continuous sampling for the first 10 feet of depth and sampling every 5 feet thereafter. 2. Record groundwater levels during drilling. 3.Visually classify representative soil samples in the laboratory using the Unified Soil Classification System. Identify soil conditions at each boring location and form an opinion of the site soil stratigraphy. Perform limited laboratory testing on selected samples to assist in the classification. 4. Provide geotechnical recommendations for the sound wall foundations (i.e. bearing capacity and estimated settlements) and site preparation. Summarize the conclusions, and the information on which they are based, in a written report prepared by a professional engineer. 12 Packet Page-1245- 3/12/2013 16.A.12. 32. NOISE IMPACT DESIGN ASSESSMENT 32.5 Noise Study Report REQUESTED COMPENSATION: $59,620(Lump Sum) TASK 7.7 FPL/WATER MAIN ADJUSTMENTS ORIGINAL SCOPE: 7. UTILITIES 7.7 Collect and Review Plans and Data from UAO(s) CONSULTANT shall make determinations (Compensable Interest, Easements, Coordinate, and Analyze); ensure information (utility type, material and size) is sent to the designer for inclusion in the plans; and coordinate programming of funds. • Collier County Utility Relocation Design The CONSULTANT shall prepare engineering plan sheets that depict relocation of existing Collier County Utilities as required, consistent with other sections of this scope. The plans will include plan and profiles of proposed Collier County Utility lines, existing utilities, proposed roadway and drainage improvements, standard details and be consistent with the maintenance of traffic. Utility drawings will be reviewed by Collier County Utility staff prior to submittal for FDEP permits. ADDITIONAL SERVICES REQUEST: Attend meeting with FPL and Collier County to discuss the utility easement FPL desires at Triangle Blvd. Adjust water main in plans,adjust tabulation of quantities, and update cost estimate. REQUESTED COMPENSATION: $2,080(Lump Sum) TASK POST DESIGN SERVICES ORIGINAL SCOPE: 3. POST DESIGN SERVICES 3.1 Bidding Services • Participate in Pre-Bid Meetings • Respond to bidder inquiries(if necessary) • Provide Necessary plan revisions (if necessary) • Time and Materials not to Exceed 3.2 Construction Services • Participate in Construction Meetings • Participate in Field Reviews • Respond to Requests for Information (RFI) 13 Packet Page-1246- 3/12/2013 16.A.12. • Evaluate proposed revisions • Review Shop Drawings • Coordinate with adjacent Development • Revise plan drawings • SFWMD Certification • Time and Materials not to Exceed 3.3 Expenses Copies, Mailing, shipping and delivery,Time and Materials not to Exceed ADDITIONAL SERVICES REQUEST: Fee from the original contract did not include Post Design Services. Post design may include final signed and sealed submittal package for bidding. REQUESTED COMPENSATION: $100,000(T&M NTE) otwik 14 Packet Page -1247-