Loading...
Agenda 03/13/2012 Item #11B3/13/2012 Item 113. EXECUTIVE SUMMARY Recommendation to approve Change Order No. 6 to Contract # 10 -5206, with Atkins North America, Inc., for Design Services for Collier Area Transit Transfer Station, in the amount of $79,900 for post design services; to extend the contract by five hundred ninety seven (597) days to account for the inclusion of construction and the completion schedule; and to authorize the chair to execute the change order. OBJECTIVE: To obtain Board approval of Change Order No. 6 to Contract # 10 -5206 in the amount of $79,900 and extending the contract by five hundred ninety seven (597) 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 Intennodal 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. 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. 6 allows 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. The project was initially advertised for bidding on October 23, 2011 and re- advertised on December 19, 2011. The construction cost for the project is estimated at $3,697,475. FISCAL IMPACT: Funding in the amount of $79,900 for this change order is available in CAT Fund 426, Project No.33037. The source of funding is the State of Florida Intermodal Grant Program. 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. Packet Page -878- 3/13/2012 Item 11.13. 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. 6 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 -879- 3/13/2012 Item 11.B. COLLIER COUNTY Board of County Commissioners Item Number: 11.13. Item Summary: Recommendation to approve Change Order No. 6 to Contract # 10 -5206, with Atkins North America, Inc., for Design Services for Collier Area Transit Transfer Station, in the amount of $79,900 for post design services; to extend the contract by five hundred ninety seven (597) days to account for the inclusion of construction and the completion schedule; and to authorize the chair to execute the change order. Meeting Date: 3/13/2012 Prepared By Name: OteroBrandy Title: Project Manager, Associate,Transportation Engineer 2/13/2012 3:54:28 PM Submitted by Title: Project Manager, Associate,Transportation Engineer Name: OteroBrandy 2/13/2012 3:54:29 PM Approved By Name: ArnoldMichelle Title: Director - Alt Transportation Modes,Alternative Tr Date: 2/16/2012 11:24:46 AM Name: CarterGlama Title: Manager - Public Transit,Alternative Transportation Modes Date: 2/16/2012 11:28:48 AM Name: SotoCaroline Title: Management/Budget Analyst,Transportation Administr Date: 2/16/2012 12:25:42 PM Name: CummingsRhonda Title: Contracts Specialist,Purchasing & General Services Packet Page -890- Date: 2/16/2012 1:52:51 PM Name: CarnellSteve Title: Director - Purchasing /General Services,Purchasing Date: 2/16/2012 4:13:24 PM Name: OberrathKaren Title: Senior Accountant, Grants Date: 2/16/2012 4:51:36 PM Name: BetancurNatali Title: Executive Secretary,Transportation Engineering & C Date: 2/17/2012 8:49:44 AM Name: StanleyTherese Title: Management/Budget Analyst, Senior,Office of Management & Budget Date: 2/17/2012 9:12:50 AM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 2/17/2012 9:36:41 AM Name: FederNorman Title: Administrator - Growth Management Div,Transportati Date: 2/17/2012 9:47:26 AM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 2/17/2012 11:07:07 AM Name: StanleyTherese Title: Management/Budget Analyst, Senior,Office of Management & Budget Date: 2/17/2012 1:19:51 PM Name: KlatzkowJeff Title: County Attorney Date: 2/17/2012 1:26:09 PM Name: OchsLeo Title: County Manager Date: 3/2/2012 10:57:11 AM Packet Page -881- 3/13/2012 Item 11.B. AX C�C� ier Ad*dre iue Serra Dv�& Purchasing ® Contract Change Request 3/13/2012 Item 11.8. Purchasing Department Change Modification Form ❑ Work Order Modification Contract M 10 -5206 Mod #: 6 PO/Work Order #: Project Name: Design Services for Current BCC Approved Amount►, C3,4i 450011693 Collier Area Transit Transfer Station Project M 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/Work Order Amount l ,. ,35,415 ti0 2/23?'t ,I16, Original BCC Approval Date; Agenda Item # Current BCC Approved Amount►, C3,4i 2/31I? �136h Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount °,H'�5'tN i 5t 3 1/9/2012 SAP Contract Expiration Date (Master) Dollar Amount of this Change g'#I ;. 41.28 % Total Change from Original Amount Revised Contract/Work Order Total $431,595.00 1 41.28% Change from Current BCC Approved Amount Cumulative Changes $126,100.00 1 22.72% Change from Current Amount p ion Dabs, Des>ptiGCn of th+e Tasks) Clge, and F?at1 onalfe fvr the Change Conn lei � Original notice to proceed Last approved completion date: date (includes this Revised completion nc completion date: 1/9/2012 5/13/2012 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): 597 tasks in the contract. -7 Add new task(s) Change task(s) Delete task(s) LJ Other (specify): Provide a detailed and specific explanation of the requested change(s) to the task(s): Add time to contract and add funding to Task 4. The added funding to Task 4 will be based on time and materials. 2. Provide detailed rationale for the requested change: 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 4.213 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 t filiotllification ❑ 1. Planned / Elective I El 2. Unforeseen conditions /circumstance 3. Quantity or price adjustment 4. Correction of errors 5. Value added I ® 6. Schedule adjustment —1 Contractor /Consultant , Design Professional Purchasing Professional Partici of Chance / Modification: Packet Page -882- Using Department Other s eci : Yes No Revised: 7/27/11 1 Approved 3/13/2012 Item 11.13. b . Name and Ti Reviewed .by: Procurement Packet Page -883- Revised: 7127111 2 CHANGE ORDER CHANGE ORDER NO. 6 TO: Mary T. Wingo. R.A. LEED AP DATE: 2/10/12 3/13/2012 Item 11.13. CONTRACT NO. 10-5206 BCC Date: 2123/12 Agenda Item: 16136 PROJECT NAME: Design Services for Collier Area Transit Transfer Station PROJECT NO.: 33037.1 Under our AGREEMENT dated Februarx, 23, 2010 You herebv are authorized and directed to mAke the following chatige(s) in accordance with terms and conditions of the Agreement: Add funding and time to Task IV. See attached scope. FOR THE (Additivel Sum of: Seventy Nine Thousand 'Nine Hundred ($79,900) Original Agreement Amount $305.495 Sum of Previous Chan2es 546.200 This Change Order add $79.900 Present Agreement Amount S43 1.595 The time for completion shall be increased by 597 calendar days due to this Change Order. Accordingly. the Contract Time is 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 teens and conditions as contained in our Agreement indicated above. as fully is 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: Dat e Brandy Otero. Associate Project Manager Altemative Transportation Modes Accepted by: Date: David E. Long. P.E. Senior Program Manager. Assoc, Vice President Atkins North America. Inc. Approved b,, Date: Michelle Arnold. Director, Alternative Transportation Modes Packet Page -884- Y Approved by: Approved E. Fej4er, Cummings, Procurement 3/13/2012 Item 11. B. Date: Growth Management Division Date: f Date: ATTEST: BOARD OF COUNTY COMMISSIONERS OF Dwight E. Brock, Clerk COLLIER COUNTY FLORIDA BY: BY: Fred W. Coyle, Chairman Approved As To Form and Legal Sufficiency: Print Name: Assistant County Attorney v W Packet Page -885- 3/13/2012 Item 11.B. 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 4 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 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 4.1D: 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 (3 hours per meeting) Task 4.213: Preparation of Design Professionals Punch List 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) Task 4.2C: Final Project Acceptance/LEED Construction Certification Packet Page -886- 3/13/2012 Item 11.B. 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. Schedule of Work: Complete all work as directed by December 31, 2013. 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 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 Packet Page -887- 3/13/2012 Item 11.B. Task 4.2B: 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 $79,900.00 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 -888-