Loading...
Agenda 01/10/2012 Item #16A 8Proposed Agenda Changes Board of County Commissioners Meeting January 10, 2012 MOVE ITEM 16AB TO ITEM 10F: RECOMMENDATION TO APPROVE CHANGE ORDER NO.2 TO CONTRACT # 10 -5206, WITH ATKINS NORTH AMERICA, INC., FOR DESIGN SERVICES FOR COLLIER AREA TRANSIT TRANSFER STATION, IN THE AMOUNT OF $99,900 FOR REDESIGN AND POST DESIGN SERVICES, AND TO EXTEND THE CONTRACT BY SIX HUNDRED SEVENTY SEVEN (677) DAYS TO ACCOUNT FOR INCLUSION OF THE CONSTRUCTION AND COMPLETION SCHEDULE; AND TO AUTHORIZE THE CHAIRMAN TO EXECUTE THE CHANGE ORDER. (COMMISSIONER HILLER'S REQUEST) Move Item 2B to Item 16I3: Public declaration of form 8B, Memorandum of Voting Conflict for County, Municipal and Other Local Public Officers, in reference to Item 8A on the Agenda of December 13, 2011, filed by Commissioner Tom Henning. (County Attorney's request) Continue Item 8A to the January 24.2012 BCC Meeting: This item requires that ex parte disclosure be provided by Commission members. Should a hearing be held on this item, all participants are required to be sworn in. PUDZ- 2003 -AR -3608: Orangetree PUD -- An Ordinance amending Ordinance Numbers 2005 -42 and 2004 -73, the Orangetree PUD, to add 1,050 residential units for a total of 3,150 residential units; to add 100,000 square feet of office use and add 172,000 square feet of retail use to the existing 60,000 square feet of retail for a total of 332,000 square feet of commercial development; to revise the development standards including building height and setbacks and to add allowable residential, commercial uses and mixed uses, and to eliminate the environmental commitments, for property located in parts of Sections 11,12,13, 14, 22 through 27, Township 48 South, Range 27 East, Collier County, Florida consisting of 2,138.76 acres; and by providing an effective date. (Commissioner Fiala's request) Move Item 16A10 to Item 10E: Recommendation to approve an economic development agency report required by Section 125.045, Florida Statutes and authorize the County Manager or designee to submit a copy of the report to the Office of Economic and Demographic Research (EDR). (Commissioner Hiller's request) Move Item 16132 to Item 13B2: Recommendation for the Community Redevelopment Agency (CRA) to approve and execute a Commercial Building Improvement Grant Agreement between the CRA and a Grant Applicant within the Bayshore Gateway Triangle area. (2 595 Tamiami Trail East, Fiscal Impact $3,603) (Commissioner Hiller's request) Continue Item 16134 to the January 24.2012 BCC Meeting: Recommendation to approve and authorize the Chairman to sign the Assumption Agreement from Tectrans, Inc. to Keolis Transit America, Inc. for Management Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program. (Staffs request to make corrections to buyer's name within agreement) Proposed Agenda Changes Board of County Commissioners Meeting January 10, 2012 Page 2 Move Item 16171 to Item 10C: Recommendation to approve and adopt the Resolutions adopted by the Board of the Pelican Bay Services Division at a Special Meeting on December 14, 2011, with respect to the 1998 Joint Coastal Permit of the Florida Department of Environmental Protection and the Clam Bay Restoration and Management Plan authorized to be implemented under that Permit. (Commissioner Hiller's and Commissioner Coyle's separate requests) Move Item 16173 to Item 10D: Recommendation to approve In- Market Meeting Planner Site and Familiarization Guidelines for the Tourism Department to provide payment or reimbursement of expenses related to attracting group meetings to Collier County and authorize payment of covered expenses up to an annual total program cost of $150,000. (Commissioner Hiller's request) Time Certain Items: Item 10B to be heard at 11:30 a.m. Item 10C to be heard at 1:00 p.m. 1/1012012 Item 16.A.8. EXECUTIVE SUMMARY Recommendation to approve Change Order No. 2 to Contract # 10 -5206, with Atkins North America, Inc., for Design Services for Collier Area Transit Transfer Station, in the amount of $99,900 for redesign and post design services, and to extend the contract by six hundred seventy seven (677) days to account for the inclusion of construction and the completion schedule; and to authorize the Chairman to execute the change order. OBJECTIVE: To obtain Board approval of Change Order No. 2 to Contract # 10 -5206 in the amount of $99,900 and extend the contract by six hundred seventy seven (677) days. CONSIDERATIONS: In February 2010, the BCC approved contract 10 -5206 with Post, Buckley, Schuh, & Jernigan, Inc. (now known as Atkins North America, Inc.) to design the transfer station located at the Government complex. At the time of the agreement, there was not sufficient funding to complete construction of the project therefore, the cost for post design services were not included in the initial fees and timeline negotiated for the project. It was determined that the project would consist of design services only until such time that funding was obtained to complete construction. In October 2010, the Florida Department of Transportation (FDOT) advised the County that Transportation Regional Incentive Program (TRIP) funding in the amount of $1,400,000 was available and would be allocated in FDOT's five -year work program for the State FY 2011/12 for the construction of the CAT Intermodal Transfer Facility. Collier County entered into an agreement with FDOT to secure the funding on July 26, 2011. This was the additional funding needed to complete construction of the project. In addition to entering into the agreement with FDOT, the Board directed the County Manager to split the project into two parts, bidding the base facility (ground floor) as the primary project and the second floor addition as an alternate that would be constructed only if the bids received are favorable and the Board authorizes its inclusion in the construction contract. As a result of this direction, the design professional was required to revise several aspects of the plans, including changes to site, architectural, mechanical, fire protection, plumbing, and structural. The modifications to the plans also required changes to the building permit and to the final bid documents. Design for the project is now complete and the project has been advertised. With sufficient funding to complete the project it is essential that the contract be revised to include post design services such as: review and approval of shop drawings; responding to requests for information; participation in project meetings; and certification of the project once completed. Change Order No. 2 allows the additional time and funding ($79,900) for post design and construction services. The physical construction and commissioning for the project is estimated to be approximately twenty four months, and to be completed by year end 2013. This change order also includes an increase of twenty thousand dollars ($20,000) for the services required to make modification to the plans based on Board direction. Packet Page -819- 1/10/2012 Item 16.A.8. The project was advertised for bidding on October 23, 2011. The construction cost for the project is estimated at $4,005,419. Change order #1 was issued June 2010 to allow the consultant to assist with grant application preparation in order to solicit construction funding. A zero dollar change letter was issued on October 28, 2011 to extend the contract by 45 days to allow sufficient time to go through the bidding process. FISCAL IMPACT: Funding in the amount of $99,900 for this change order is available in Collier Area Transit Enhancement Fund 426, Grant Project No. 33037. 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: Consistent with Objectives 10 and 12 in the Transportation Element of the Growth Management Plan. RECOMMENDATION: That the Board approve Change Order No. 2 and authorize its Chairman to execute the Change Order. Prepared By: Brandy Otero, Associate Project Manager, Alternative Transportation Modes Dept. Attachment: 1) Contract Modification Form; 2) Change Order; 3) Change Order Scope Packet Page -820- COLLIER COUNTY Board of County Commissioners Item Number: 16.A.8. 1/10/2012 Item 16.A.8. Item Summary: Recommendation to approve Change Order No. 2 to Contract # 10 -5206, with Atkins North America, Inc., for Design Services for Collier Area Transit Transfer Station, in the amount of $99,900 for redesign and post design services, and to extend the contract by six hundred seventy seven (677) days to account for the inclusion of construction and the completion schedule; and to authorize the Chairman to execute the change order. Meeting Date: 12/13/2011 Prepared By Name: OteroBrandy Title: Project Manager, Associate,Transportation Engineer 10/19/2011 11:58:45 AM Submitted by Title: Project Manager, Associate,Transportation Engineer Name: OteroBrandy 10/19/2011 11:58:47 AM Approved By Name: BetancurNatali Title: Executive Secretary,Transportation Engineering & C Date: 10/24/2011 11:24:58 AM Name: CarterGlama Title: Manager - Public Transit,Alternative Transportation Modes Date: 10/24/2011 12:10:38 PM Name: OberrathKaren Date: 10/25/2011 10:09:43 AM Name: SotoCaroline Title: Management/Budget Analyst ,Transportation Administr Date: 10/25/2011 10:13:13 AM Packet Page -821- Name: ArnoldMichelle Title: Director - Alt Transportation Modes,Altemative Tr Date: 10/25/2011 10:30:34 AM Name: CummingsRhonda Title: Contracts Specialist,Purchasing & General Services Date: 10/25/2011 10:37:57 AM Name: CarnellSteve Title: Director - Purchasing/General Services,Purchasing Date: 10/27/20112:18:27 PM Name: FederNorman Title: Administrator - Growth Management Div,Transportati Date: 11/15/2011 1:21:50 PM Name: FoordMarlene Title: Grant Development & Mgmt Coordinator, Grants Date: 11/16/2011 10:29:54 AM Name: CasalanguidaNick Title: Deputy Administrator - GMD,Business Management & Budget Office Date: 11/21/2011 10:13:49 AM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 11/23/2011 10:08:30 AM Name: KlatzkowJeff Title: County Attorney, Date: 11/23/20112:43:58 PM Name: StanleyTherese Title: Management/Budget Analyst, Senior,Office of Management & Budget Date: 11/30/20119:41:51 AM Name: KlatzkowJeff Title: County Attorney, Date: 12/1/20119:34:53 AM Name: OchsLeo Title: County Manager Date: 12/1/2011 5:35:57 PM Packet Page -822- 1/10/2012 Item 16.A.8. 1/10/2012 Item 16.A.8. Packet Page -823- CHANGE ORDER CHANGE ORDER NO. `L TO: Gary T. Wingo. R.A. LEED AP DATE: 11 /10/11 1/10/2012 Item 16.A.8. CONTRACT NO.] 0-5206 BCC Date: 2/23/10 Agenda Item: 16136 PROJECT NAME: Desien Services for Collier Area Transit Transfer Station PROJECT NO.: 33037.1 Under our AGREEMENT dated February 23. 2010 You hereby are authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: Add funding to Task III and Task IV. See attached scope. FOR THE Additive Sum of: Ninety nine thousand nine hundred dollars (99.900); Original Agreement Amount $305.495 Sum of Previous Changes $26.200 This Change Order add $99.900 Present Agreement Amount $431.595 The time for completion shall be increased by six hundred seventy seven (677) calendar days due to this Change Order. Accordingly, the Contract Time is now 1.394 calendar days. The final completion date is December 31. 2013. 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. Prepared by: Date: dy tero, Associate Project Manager Altern ra ortation Modes ¢" J Approved Date: 1 f Hank J n s, . r ect anager acilities nt t Accepted by. Date: ' vid . Long, P.E, Senior Program Manager, Assoc. Vice Presid nt- Atkins North America, Inc. Packet Page -824- 1/10/2012 Item 16.A.8. Approved by: Date'. 11-17-11 Michelle Arnold- Director. Alternani-, e Transportation Modes Approved by: Date: Norman E, Feder'. Adminisirator, (Irowth Managenlent Division Date: Appro\ ed bv: 14::-/ ..... . ... kfu6nda Cummings. Procurcilicni/: S t ate2liSt C Date: A "IN ('01YIN NER IISSIOS Of BOARD OF CN'N COLLIER COUNTY FLORIDA Dwluht E- Brock. Clerk BY: BY: Fred W. Co,� le. Chairman Approved As I o Form and 1-coal Sufficiencv: Print Name: Assls,tani Count-, Attome\ Packet Page -825- Co6lier County Administrative Services Division Purl asing ® Contract Change Request 1/10/2012 Item 16.A.8. Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: 10 -5206 Mod #: 3 PO/Work Order #: Project Name: Design Services for Current BCC Approved Amount Current Contract/Work Order Amount, µ' 3 ,5 ,,.99 „: 450011693 Collier Area Transit Transfer Station Project #: 33037.1 Project Manager: Department: ATM Contractor /Firm Name: Atkins Dollar Amount of this Change Brandy Otero 41.28% Total Change from Original Amount (Original Contract/VVork Order Amount $ 3Q5,41�6:00 2/�3i�156 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount Current Contract/Work Order Amount, µ' 3 ,5 ,,.99 „: 2/23/ .1 , 1656'' Last BCC Approval Date; Agenda Item # Explain why additional days are needed (detailed /specific): in16g5;0. _ SAP Contract Expiration Date (Master) Dollar Amount of this Change or obtain from vendor): 677 41.28% Total Change from Original Amount Revised Contract/Work Order Total $431,595.00 41.28% Change from Current BCC Approved Amount Cumulative Changes $126.100.00-1 30.12% Change from Current Amount Conafi, 01 date, IDe acription .of tfie Tasks) Change, and iZat onale fior the Cfia ge . Original notice to proceed Last approved completion date: Revised completion date (includes this completion date: 1/9/2012 2/23/2012 change): 12/31/2013 Number of days added (if Explain why additional days are needed (detailed /specific): extension, must attach current The original contract listed several tasks to be performed during construction as insurance certificate(s) from SIRE optional, to be negotiated. This change order adds time and funding for all optional or obtain from vendor): 677 tasks in the contract and for the redesign efforts. ❑ Add new task(s) Z Change task(s) Delete task(s) Other (specify): 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): Add time to contract and add funding to Task 3 and Task 4. Task 3 will be paid as lump sum. The added funding to Task 4 will be based on time and materials. 2. Provide detailed rationale for the requested change: Task III - The consultant was required to revise plans to accommodate changes based on Board direction. The changes include splitting the two story addition apart from the base project. This required additional work related to all elements, including site, architectural, mechanical, fire protection/ plumbing, structural. Task IV — The original contract included the following tasks as optional: Task 4.1 C (Change order preparation/ evaluation/ estimates; Task 4.1 D (Shop Drawing Review and Material Approvals); Task 4.2A (Test Operational Systems /Corrective Actions); Task 4.26 Final Punch list; and Task 4.2C (Final Inspection /Project Acceptance). The change order recognizes these tasks as necessary and adds funding and time for them. Provide explanation why change was not anticipated in original scope of work: The original contract anticipated these tasks, but did not assign funding due to the fact that there was limited funding available for design and construction when the original contract was negotiated. During design, Collier County was awarded a TRIP grant for construction. The award of the TRIP grant for construction allows us to utilize local and Intermodal funding to fund the remaining design tasks. 4. Describe the impact if this change is not processed: The consultant will not be able to perform necessary tasks during construction. The project may not meet grant deadlines or requirements which could require the County to return grant funding utilized for the project. Type of Change / Modification 1. Planned / Elective L1 2. Unforeseen conditions /circumstance 3. Quantity or price adjustment 4. Correction of errors ®5. Value added I Z 6. Schedule adjustment Packet Page -826- 9 Revised: 7/27/11 1 Ch ape Requested By, 1/10/2012 Item 16.A.8. ❑ Contractor /Consultant ®Owner ❑ Using Department ® -Design Professional I ❑ Regulatory Agency (specify): ❑ Other (specify): Purchasing Professional Participated in Negotiation of Change /Modification: ❑ Yes Ll No proved by. Date: ivame and Title: Reviewed by: Date: Procurement Strategist's Na l f Packet Page -827- l 11 Revised: 7/27111 2 1/10/2012 Item 16.A.8. ATLr Atkins North America, inc. M 1514 Broadway, Suite 203 Ft. Myers, Florida 33901 -3015 Telephone: +1.239.334.7275 Fax: +1 .239.334.7277 www .atkinsgiobal.com /northamerica CHANGE ORDER SCOPE Contract # 10 -5206 Design Services for Collier Area Transit (CAT) Transfer Station This work order is for supplemental professional engineering services on behalf of Collier County (Contract # 10- 5206), for work known as Design Services for Collier Area Transit (CAT) Transfer Station The work was submitted dated October 3, 2011, which is hereto attached and made a part of this contract. In accordance with the "Terms and Conditions" within the Original Agreement for Design Service for Collier Area Transit (CAT) Transfer Station (hereafter, Agreement) referenced above. Scope of Work: Task 3.4: Redesign Efforts The consultant will revise plans to accommodate changes based on request for Bid Alternatives to Design Plans and requested changes to internal layout of facilities from County staff. This will include all required site, architectural, mechanical, Fire Protection/ Plumping, structural, and permit changes required for final Bid Documents. Task 4.1 C: Review of Change Orders The consultant will review, analyze, and provide recommendations on contractor requests for change and Change Orders prepared for a provided by Collier County Staff. Change Orders shall include material quantities and cost, labor quantities and all direct and indirect costs, and an analysis of the contractor's proposal for alternate methods and materials. In addition, the consultant will prepare all necessary change order documents (designs, specifications, cost estimates, schedule analysis, etc.) as required by COLLIER AREA TRANSIT (CAT) for effective change order evaluation, negotiation and construction. All Change Orders of $25,000 or greater will require prior approval by FDOT. Task 4.1 D: Shop Drawing Reviews The consultant shall review and approve all project design related shop drawings and material submittals as designer -of- record. These reviews and approvals shall be completed and returned no more than ten (10) working days after receipt from the construction manager /contractor. No site visit by CONSULTANT outside of bi- weekly meeting will be expected for Shop Drawing Reviews. In addition CONSULTANT representative may attend bi- weekly construction meetings, on an as- needed basis. Assumed maximum 26 meetings Q hours per meeting) Packet Page -828- 1/10/2012 Item 16.A.8. Task 4.213: Preparation of Design Professionals Punch List The consultant will participate in the inspection and development of the final punch Iist to be received by the contractor prior to final acceptance. The consultant will provide the necessary services to qualify or not quality the project as "substantially complete" and offer documented notification of the same. (Assume One Site Visit necessary per discipline for site review and preparation of Punch List, County Staff to verify completion of Punch List Items) Task 4.2C: Final Project Acceptance /LEED Construction Certification As the designer of record, the consultant will participate in the final project inspection following completion of punch list activities, and provide COLLIER AREA TRANSIT (CAT) with formal written notification of project acceptance. Provide LEED Construction Support for Gold Certification, these services are in addition to the LEED checklist and application provided in the initial agreement: • Prepare LEED Gold Plan & client/sub consultant review • Assist Contractor with Construction Site Pollution Prevention Plan and review LEED documentation • Assist with Construction Waste Management plan along with documentation and record keeping procedures • Review Indoor Air Quality (IAQ) Plan during construction • Review procedures for the acquisition and documentation of all Material & Resources (MR) credits • Review procedures for the acquisition and documentation of all Low Emitting Materials (EQ) credits • Assist with construction related Exemplary Performance credits • Assist in construction related documentation required for LEED Exclusions This scope does not include any effort required for building commissioning or Measurement & Verification. This scope does not include contacting any subcontractors working under the General Contractor and assumes General Contractor will take responsibility for collecting any documentation requested by ATKINS in order to fulfill LEED Credit Requirements. This scope does not include maintaining staff on -site for collecting documentation required for LEED submittals. The consultant will participate in the inspection and development of the final punch list to be received by the contractor prior to final acceptance. The consultant will provide the necessary services to qualify or not quality the project as "substantially complete" and offer documented notification of the same. (Assume One Site Visit necessary per discipline for site review and preparation of Punch List, County Staff to verify completion of Punch List Items) More detail and explanation can be found in the attached proposal. Packet Page -829- 1/10/2012 Item 16.A.8. Schedule of Work: Complete all work as directed by December 31, 2013. Amok Compensation: In accordance with "Article Five" of the Agreement, the County will compensate the designated firm in accordance with the negotiated Lump Sum amount provided below (use the established hourly rate(s) as enumerated in "Schedule A" of the Agreement). Task 3.4: Redesign Efforts (LUMP SUM) $20,000.00 Task 4.1C: Review of Change Orders (Time & Materials, Not To Exceed) $14,300.00 Task 4.1D: Shop Drawing Reviews (Time & Materials, Not To Exceed $20,800.00 Task 4.213: Preparation of Design Professionals Punch List $15,300.00 (Time & Materials, Not To Exceed) Task 4.2C: Final Project Acceptance/LEED Construction $29,500.00 Certification (Time & Materials, Not To Exceed) TOTAL $99,900.00 Any change within monetary authority of this work order made subsequent to final department approval will be considered an additional service and charged according to "Schedule A" of the Agreement. Packet Page -830-