Loading...
Agenda 11/08/2011 Item #16A10n 11 /8/2011 Item 16.A.10. EXECUTIVE SU11UM[ARY Recommendation to approve Change Order No. 3 to Contract # 08 -5130 in the amount of $33,000.04 with CME Associates, Inc., for Design & Related Services for Development of Accelerated Bridge Construction Standards and Pilot Bridge Construction; project # 66066 OBJECTIVE: Change Order No. 3 is required to provide additional days for bidding services and to complete post design services. CONSIDERATIONS: On May 12, 2009, the BCC approved Professional Services- Agreement Contract # 08 -5130 with CME Associates Inc. for the development of Accelerated Bridge Construction Standards and for the final design of two bridges_ : the White Boulevard Bridge Replacement (034021) and one new bridge at 23'd Street Southwest in the amount of $395,012.00. The current contract amount is $429,307.00 and change order No. 3 will bring the present agreement amount to $462,307.00; Project 66066. Change Order No. 1 was the result of a redesign due to Big Cypress Basin change in freeboard requirement for Bridge clearance and for additional geotechnical borings at the new 23rd St. SW bridge location to determine caprock depth. The value of change order No. 1 was $34,295.00. Change Order No. 2 was for a time extension that added 540 calendar days to the project schedule to allow for the completion of permitting and the previous design changes in Change Order No. 1. Design is now complete and the project is ready for advertisement in November 2011. The need for Bidding and Post Design Services was identified in the original scope of services, but was not included in final fees negotiated for the project because the exact construction timeeframe for this project was unknown. At the time of fee negotiation the project was fimded for design but not construction. Now that the construction fiords are available, bidding and post design services can . be activated. Bidding Services includes preparation of the bid package, attendance at pre -bid meeting, responding to questions from the bidders, analyzing the bids and making recommendation for contractor selection. Post Design Services includes review and approval of shop drawings; responding to requests for information; participation in construction meetings when requested and for Certification of the project once completed. Change Order Number 3 provides the additional time and funding to provide those services. FISCAL IMPACT: Funds in the amount of $33,000.00 are available within Impact Fees and Gas Taxes. LEGAL CONSIDERA TIONS: 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 EWFACT: The project has been adopted in the CIE and is consistent with the Long Range Transportation Plan. Packet Page -507- 11/8/2011 Item 16.A.10. RECOMMENDATION: That the Board of County Commissioners approves the Change Order No. 3 to contract 08 -5130 to CME Associates, Inc., in the amount of $33,000. PREPARED BY: Marlene Messam, P.E., Sr. Project Manager, Transportation Engineering & Construction Management Department. Attachments: 1) Change Order; 2) Change Order Modification Packet Page -508- COLLIER COUNTY Board of County Commissioners Item Number: 16.A.10. 11/8/2011 Item 16.A.10. Item Summary: Recommendation to approve Change Order No. 3 to Contract # 08 -5130 in the amount of $33,000 with CME Associates, Inc., for Design & Related Services for Development of Accelerated Bridge Construction Standards and Pilot Bridge Construction; project # 66066 Meeting Date: 11/8/2011 Prepared By Name: MessamMarlene Title: Project Manager, Senior,Transportation Engineering 10/18/20119:48:05 AM Submitted by Title: Project Manager, Senior,Transportation Engineering Name: MessamMarlene 10/18/20119:48:07 AM Approved By Name: PutaansuuGary Title: Project Manager, Principal,Transportation Engineer Date: 10/25/20118:00:53 AM Name: AhmadJay Title: Director - Transportation Engineering,Transportation Engineering & Construction Management Date: 10/25/2011 10:32:00 AM Name: TaylorLisa Title: Management/Budget Analyst,Transportation Administr Date: 10/25/2011 12:40:05 PM Name: BetancurNatali Title: Executive Secretary,Transportation Engineering & C Date: 10/26/20114:06:34 PM Packet Page -509- 11/8/2011 Item 16.A.1O. Name: CummingsRhonda Title: Contracts Special ist,Purchasing & General Services Date: 10/26/20114:25:15 PM Name: CarnellSteve Title: Director - Purchasing/General Services,Purchasing Date: 10/27/20112:21:21 PM Name: FederNorman Title: Administrator - Growth Management Div,Transportati Date: 10/28/20119:55:18 AM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 10/28/20112:53:45 PM Name: KlatzkowJeff Title: County Attorney, Date: 10/28/20114:36:27 PM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 10/31/20114:07:36 PM Name: IsacksonMark Title: Director -Corp Financial and Mgmt Svs,CMO Date: 10/31/20114:35:31 PM Packet Page -510- Mork ca& cOUMLy Admira�atiMe ServioPs Division Punta" ® Contract Change Request 11/8/2011 Item 16.A.10. Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: 08- Mod #: 3 PO/Work Order M 45- Project Name: ABC Standard & Pilot 5130 Last BCC Approval Date; Agenda Item # 108526 Bridge Construction Project #: 66066 Project Manager. Department: Transportation Contractor/Finn Name: CME 17.04% Marlene Messam Engineering Associates, Inc. Original Contract/Work Order Amount _$ 395,012.00 5/12/09 Original BCC Approval Date; Agenda Item #16E Current BCC Approved Amount $ 429,307.00 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 429,307.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $33,000.00 insurance certificate(s) from SIRE 17.04% Total Change from Original Amount Revised Contract/Work Order Total $462,307.00 1 being completed. The County would like to let the 2e St SW safety improvement 7.69% Change from Current BCC Approved Amount Cumulative Changes $67,295.00 7.69% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original notice to proceed Last approved completion date: Revised completion date (includes this completion date: 01/27/2010 12/03/11 1 change): 6/02/2014 Number of days added (if Explain why additional days are needed (detailed/specific): extension, must attach current insurance certificate(s) from SIRE Additional days are needed for bidding services and to complete post des n services. or obtain from vendor): 912 Also,design of a parallel project to provide safety improvements along 23 St SW is being completed. The County would like to let the 2e St SW safety improvement project with the construction of the bridges under one contract With both projects being combined projects, it is anticipated that the construction duration for the entire ro'ect will be 2.5 ears due to the hasin of the combined proiect. Add new task(s) Change task(s) LJ Delete task(s) LJ Other (specify): 1. Provide a detailed and specific explanation of the requested change(s) to the task(*): The design contract was approved by the board on May 12, 2009. Design is now complete and the project is ready for advertisement in November, 2011. The need for Post Design Services was identified in the original contract but not included in the final scope negotiations. Post Design Services includes review and approval of shop drawings; responding to requests for information; participation in meetings when requested and for Certification of the project once completed. Change Order Number 3 provides the additional time and funding to provide this service. 2. Provide detailed rationale for the requested change: a) Design of a parallel project to provide safety improvements along 23nd St SW is being completed. The County would like to let the 23'" St SW safety improvement project with the construction of the bridges under one contract With the combined projects, the construction duration will increase. b) Contract 08 -5130 will expire on 12/03/2011 and the engineers will be needed to provide post design services as stated in item #1. 3. Provide explanation why change was not anticipated in original scope of work: c) The need for the services was always anticipated in the original contract; however, the fees for the post design and bidding services were not included in the original negotiations. d) The construction start date of the bridge construction was delayed due to right of way condemnation, which could not have been foreseen in its entirety. In addition, it is hoped that bidding both the safety improvement project and the bridges together will result in a cost savings to the County. 4. Describe the impact if this change is not processed: Revised: 7/27111 1 Packet Page -511- o� vaon wco inn iwvc use %-OPOL Muiy w Ouvwa auuvwim euynlrtsnny betvKe. b) A further delay to this project is not an option at this time. Type of Change ! Modification 4. 11/8/2011 Item 16.A.10. Packet Page -512- Revised: 727/11 2 CHANGE ORDER NO.3 TO: Mr. P. Bradford Cheney, P.E L.S. CME Associates, Inc 333 East River Drive Suite 400 East Hartford, CT 06108 DATE: October 14, 2011 11/8/2011 Item 16.A.10. CHANGE ORDER CONTRACT NO. 08-5130 BCC Date: 5/12/2009 Agenda Item: 16135 PROJECT NAME: Accelarated Bridge Construction Standard & Pilot Bridge Construction PROJECT NO.: 66066 Under our AGREEMENT dated May 12, 2009 You hereby are authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: To complete Construction Activities as identified in the Professional Services Agreement Schedule A as Included below: CONSTRUCTION ACTIVITIES• Post Design Services (Time and Materials, not to exceed) a) Provide support to the County during preparation of bid package - $3,000.00 b) Attend a pre-bid meeting - (Expenses were already captured in the original contract) c) Answer questions posed by contractors (RFIs & Shop drawing reviews) - $ 10,000.00 d) Analyze bids and recommend the contractor selection - $1,500.00 e) Provide support to the County during construction - $7,500.00 f) Provide project final certification & closeout (new task added) - $11,000.00 FOR THE (Additive) Sum of: $ -($33, 000.00); Thirty Three Thousand Dollars. Original Agreement Amount Sum of Previous Changes This Change Order add Present Agreement Amount $395,012.00 $34.295.00 $33.000.00 T& M not to exceed $462,307.00 The time for completion shall be increased or decreased by 912 calendar days due to this Change Order. Accordingly, the Contract Time is now 1777 calendar days. The substantial completion date is December 2. 2013 and the final completion date is June 2, 2014. 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 sarne were repeated in this acceptance. The adjustment, if any, to the Agreement shall constitute a full and final Packet Page -513- 11/8/2011 Item 16.A.10. settlement of any And all claims gf•t�e Contractor arising out of or related to the change set forth n herein, includin la#ns for im acx anA delay costs. Prepared b - -_ -- Date: 10 - !! j �- ,Marlene Messam4 Project Manager Transportation E#ineering Approved By: _V Date: --ic I -'L• I z Ic 1 r Brian Busch, P.E., Design Professional CME Associates, Inc. Accepted by: C-0— Date: /o -z �z P. Bradford ey, P.E., L.S. CME Associates, Inc. Approved by: _ Date: 1� ay Xfi7ad X.E., T ortation Engineering & Constr. Mgt. Approved by: Date: ? Feder, CI" owth Management'... Approved � � � Date: R&orida Cummings, Procurement to Date: n ATTEST: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA Dwight E. Brock, Clerk BY: BY: Fred W. Coyle, Chairman Approved As To Form and Legal Sufficiency: Print Name: Assistant County Attorney Packet Page -514-