Loading...
Agenda 01/26/2010 Item #16B7Agenda Item No. 16137 January 26, 2010 EXECUTIVE SUMMARY Page 1 of 10 Recommendation to approve Change Order No. 2 in the amount of $25,000.00 to Contract No. 06 -3969 with TBE Group, Inc. d/b /a CARDNOTBE, for the Emergency Bridge Management Program (Project No. 66066). OBJECTIVE: To increase the scope of work under Purchase Order No. 45- 103810 with TBE Group, Inc. d/b /a CARDNOTBE for Rock Scour Evaluation, Bid and Construction Services for the Goodland Bridge (No. 030184), in accordance with Contract No. 06 -3969, Fixed Term Professional Engineering Services. CONSIDERATIONS: On September 26, 2006, Agenda Item 16136, the Board of County Commissioners approved Contract No. 06 -3969 with TBE Group, Inc. d/b /a CARDNOTBE, for Fixed Term Professional Engineering Services. The Consultant was awarded a work order under that contract for Project No. 66066 (Emergency Bridge Management Program). The Consultant is developing repair plans for the Goodland Bridge (No. 030184), based on recommendations of the Conditional Assessment and Recommendation Report dated November 2007, and the current FDOT provided Bridge Inspection Report dated February 28, 2007. The repairs only include the area within the bridge limits and bridge approaches, scour countermeasures locations (Piers 6 through 9 and Piers 12 through 16), and permitting. During the review of the existing scour, bridge and soils information, it was found that the bridge piers are embedded in a limestone bedrock layer that may offer considerable resistance to scour. The limestone embedment was evaluated in order to save significant construction costs to implement scour countermeasures. Based on the findings of the "Rock Scour Evaluation," the Consultants recommend that six (6) of the nine (9) piers will require scour countermeasures. In order to complete the scour assessment, a structural analysis is needed to determine the bridge piers' stability. This additional work was anticipated in the original contract and is listed as Optional Structural Analysis under Section 3.1 of the Scope of Work (attached). FISCAL IMPACT: The fiscal impact of Change Order No. 2 is $25,000.00 as stated under Task V of the Work Order Contract Project No. 66066. Source of Funds are Gas Taxes. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office and is legally sufficient for Board action —SRT. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. RECOMMENDATION: That the Board of County Commissioners: 1. Approves Change Order No. 2 to Contract No. 06 -3969 TBE Group, Inc. d/b /a CARDNOTBE, and 2. Authorizes the County Manager, or his designee, to execute the Change Order. Prepared by: Marlene Messam, P.E., Sr. Project Manager, Transportation Engineering & Construction Management Attachments: (1) Change Order No. 2; (2) Change Order No. 2 MOD; (3) PSA Schedule A Agenda Item No. 16B7 January 26, 2010 Page 2 of 10 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number. 1687 Item Summary: Recommendation to approve Change Order No. 2 in the amount of $25,000.00 to Contract No.06 -3969 with TBE Group, Inc. d /b /a CARDNOTBE, for the Emergency Bridge Management Program (Project No. 66066). Meeting Date: 1/26/2010 9:00:00 AM Prepared By Marlene Messam Project Manager, Senior Date Transportation Engineering & Transportation Division Construction Management 12130!2009 2:32:03 PM Approved By Gary Putaansuu Project Manager, Principal Date Transportation Engineering & Transportation Division Construction Management 12/31/2009 8:27 AM Approved By Lisa Taylor Management/Budget Analyst Date Transportation Division Transportation Administration 1/412010 4:16 PM Approved By Norm E. Feder, AICP Administrator - Transportation Date Transportation Division Transportation Administration 118/2010 3:33 PM Approved By Najeh Ahmed Director - Transportation Engineering Date Transportation Engineering & Transportation Division Construction Management 1!1112010 3:29 PM Approved By Rhonda Cummings Contracts Specialist Date Administrative Services Division Purchasing & General Services 1/121201011:58 AM Approved By Steve Carnell Director - Purchasing /General Services Date Administrative Services Division Purchasing & General Services 1/1212010 3:24 PM Approved By Therese Stanley Manager - Operations Support - Trans Date Transportation Division Transportation Administration 1/1212010 4:09 PM Approved By Agenda Item No. 16B7 January 26, 2010 Page 3 of 10 Scott R. Teach Deputy County Attorney Date County Attorney County Attorney 111212010 4:26 PM Approved By Jeff Klatzkow County Attorney Date 1/1312010 9:48 AM Approved By Pat Lehnhard Executive Secretary Date Transportation Division Transportation Administration 111312010 10:59 AM Approved By OMB Coordinator Date County Manager's Office Office of Management & Budget 1/14/2010 9:03 AM Approved By Susan Usher Management/Budget Analyst, Senior Date Office of Management & Office of Management &Budget 1!1412010 2:33 PM Budget Approved By Mark lsackson Management/Budget Analyst, Senior Date Office of Management & Office of Management &Budget 1/1612010 9:35 AM Budget Agenda Item No. 16137 January 26, 2010 Page 4 of 10 CHANGE ORDER TO WORKORDER Comer County °'= r`=; f j Transportation Services Division i i• '? TO: Mr. Peter Nikolov, P.E. r Ao' CardnoTBE Group, Inc. 380 Park PL. Blvd., STE 300 Clearwater, FL 33759 Project Name: Emergency Bridge Management Program Contract No.: 06 -3969 Fixed Tenn Professional Engineering Project No.: 66066 Work Order No.: N/A Purchase Order No.: 45- 104647 (45- 103810) Change Order No.: 2 Date: December 21, 2009 Change OrderDeser4n*ionr For Task V: Additional Services as described in task 3.0 of the Scope of Works. Original agreement amount ........................................ ............................... $187,120.00 Sum of Previous Changes .................... ............................... $0.00 This Change Order No. 2 Amount (add or subtract) ... ............................... $25000_00 RevisedAgreement Amount ....................................... ............................... $212,120.00 Original contract time in calendar days ................. ............................150 days Additional number of calendar days due to Tasks V ... ..............................0 days This change order adjusted time is ..................... ............................... 0 days Revised Contract Time in working days ................... ..............................0 days Original Notice to Proceed date ............................ ............................... January 5. 2009 Completion date based on original contract time .. ............................... October 8, 2009 Revised completion date due to change orderJl l .. ............................... March 7, 2010 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 said Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment, to this Agreement shall constitute a fuft and final settlement of any and all claims arising out of, or related to, the change set forth herein, including claims fgFimpact and delay costs. i ! I , Prepared lir �� Marlene Messam, Sr. Protect Manager TE-CM r' Accepted by: � �— _Date: ! -�! = �`• " Robert G. Brown Senior Vice President Approved by: Approved by: Date:! Date: _ 3/ d 9 Change Order No. 2 Page 2 Approved by: Date: Rhonda Cummings, Contract Specialist Date: ATTEST: Dwight E. Brock, Clerk BY: Approved As To Form and Legal Sufficiency:.�{t�, /,)• / Print Name: Asg"a"Coun . Attorney two ,'&A Agenda Item No. 16137 January 26, 2010 Page 5 of 10 BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA 1W Fred W. Coyle, Chairman Agenda Item No. 16137 January 26, 2010 Page 6 of 10 CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: Emergency Bridge Management Program PROJECT #: _66066_ PROJECT MANAGER _Marlene Messam, P.E. BID /RFP #: 06.3969 MOD #: 2 PO#: 45- 104647_ WORK ORDER M NIA Original Contract Amount: $ _187,120.00 (Starting Point) - Current BCC Approved Amount: $_187,120.00 (Last Total Amount Approved by the BCC) Current Contract Amount: $_187,120.00 (Including All Changes Prior To This Modification) Change Amount: $--___25,000.00 Revised Contract(Work Order Amount: $ 212,120.00 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractlWork Order. $_212,120.00 Date of last BCC Approval September, 26, 2006 Agenda Item #_16.B.6 Percentage of the change over current contract amount 13.36 % Formula: (Revised Amount / Last BCC approved amount )-1 CURRENT COMPLETION DATE (S): ORIGINAL: _ October 8. 2009 CURRENT: March 7. 2010 This change order will: ❑ Add a new Task for $ ❑ Increase Task Number by $ Describe the change(s): Specify the reasons for the change(s) r 1. Planned or Elective r, 2. Unforeseen Conditions C 3. Quantity Adjustments r' 4. Correction of Errors (Plans, Specifications or Scope of Work) C 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: The purpose of this action is to save a possible $300.000.00 in construction cost. This change was requested by: - Contras ctor /Consultant rl Owner n Using Department r CDES EDesign Professional rlRegulatory Agency (Specify) I-Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r Yes r No This form is to APPROVED BY REVIEWED BY: Revised 6 18 09 Date: / 2 - Z/ — D 9 Date: �'� SCHEDULE A Agreement for Fixed Term Professional Engineering Services, dated: September 26, 2006 This Work Order is for professional described services for work known as: PROJECT NAME: Emergency Bridge Management Program - Rock Scour Evaluation, Bid and Construction Services for the Goodland Bridge No. 030184. COUNTY PROJECT NO.: 66066 COUNTY CONTRACT No.: 06 -3969 (Agreement). The work is specified in the Scope of Work, dated December 18, 2008, which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above, This Work Order is assigned to TBE Group, Inc. SCOPE OF WORK: As detailed in the attached proposal and the following: • Task I - Contract Documents • Task 11 - Bid Services • Task III - Construction Services • Task IV - Reimbursables • Task V - Additional Services SCHEDULE OF WORK: Complete "Task I work within 150 days from receipt of the Notice to Proceed, which is accompanying this Work Order. COMPENSATION: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with the following method: Negotiated Lump Stun for Tasks I & II and Time & Material for Tasks III, IV & V as provided in the attached proposal. Task I ................................... ............................... $68,190 (Labor- Lump Sum) Task Il ..................................... ............................... $9,040 (Labor - Lump Sum) Task 111 .................................. ............................... $92,090 (Labor - Time and Material) Task IV ................................. ............................... $17,800 (Expenses -Time and Material) TotalFee - ....... ............................... .......................$187,120 Task V ....... $25,000 (Labor - Time and Material) (Optional) Any change made subsequent to final departmental approval or if authorized in writing by the County will be considered an additional service and charged according to Article 2 of the original Contract Agreement. COLLIERCOUNTY A PREPARED BY: Gary PGtaansuu, PE, Principal Project Manager Authorized By: Marlen,,Q,Messam, PE, Senior Project Manager AUTHORIZED BY: 1 dn'lll �` ,APPROVED BY: - l 0� 7�_ n Feder, AICP Administrator, TECM TBE GROUP, INC. Acch,,pTED BY: � r" �- �..i'l.• '�/ E. Petcr Nikolov, PE, Contract Manager G\ TrenVANW8PR0' C011iv \BuAecRepain \GUOdhnd „Add_kCp G 4ndS..,HOCSSchA_ I21808.d 12 -1z-ce Date iz -JC -oa Date Dae 14,/fe(air Date December 18. 2400 ig Agenda Item No. 16137 January 26, 2010 Page 8 of 10 CONTRACTOR for compliance with the ConstructionDocurrents. This item will include up to two reviews per shop drawing submittal. 2.314 The ENGINEER will maintain a shop drawing log showing submittal number, date received, status and date of last action. The ENGINEER will provide contract interpretation and assistance in addressing requests for information and unforeseen conditions. 23.5 The ENGINEER will - review and a§sistinfield changes which include minor--- redesign, Complete maximum of two (2) site visits on an "as- needed" basis, 2.3.6 Make site visits to observe the work for a maximum construction duration period of twenty (20) weeks total for 24 hours I weekwhich will be provided in two separate time frames. Required observatlon beyond the maximum construction duration would be considered additional services. The ENGINEER will not be responsible for the construction means, methods, techniques, sequences or procedures. The ENGINEER will notbe responsible for safety precautions and program in connection with the work and will not be responsible for the CONTRACTOR's failure to carry out the work in accordance with the Contract Documents. 2.3.7 The ENGINEER will provide underwater observations of the placement of Rubble Riprap by the contractor at the areas designated on the scour remediation plans (Pier 6 tbru 9 and Piers 12 thru 16). Observations will be made when the contractor has completed approximately 50 %complete and prior to the 100% competed placement of the scour countermeasures. The ENGINEER will provide a letter report of the findings and photos depicting the Rubble Riprap placement. 3.0 ADDITIONAL SERVICES 3.1 The ENGINEERwill provide additional services, as listed, when requested in writing by the COUNTY based on the hourly fees noted in the General Engineering Contract. 3.1.1 Optional Structural Analysis 3.1.1.1 Eased on the findings of the geotechneial data collection and the scour depth determined by the Rock' Scour Evaluation it may be appropriate to complete additional structural analysis in order to farther reduce the scour counter measures or confirm bridge pier stability. The ENGINEER will complete optional structural analysis using the geotechnical parameters developed and rock scour evaluation results; 3.1.1.1.1 ENGINEER will complete data gathering and coordination with geoteclnrical engineer. 3.1.1.1.2 ENGINEER will analyze capacity of up to three (3) foundation units for load and structural stability under the scour conditions as determined in Geotechncial and Rock OATs Wkt =PRCYCo111er1BddpltepoksM»oMwd Add Sea FNGwdlmd Add3cmraldronslr 12180B.doo December 18. 2003 Agenda Item No. 16B7 January 26, 2010 Page 9 of 10 Scour Evaluation Services, 3.1.1.1.3 ENGINEER will document all work performed for this project in a letter report. This report will include a summary of the analysis and structural stability of the foundation units. 3.1.2 Additional Geotechnical sampling and testing 3.13 Listed species permitting or�etailed species - specific monitoring plans associated with construction activities. 3.1.4 Utility designation, locating and coordination. 3.1.5 Water quality monitoring. 3.1.6 Preparation of Record Drawings. 3.1.7 Construction Services beyond the contract construction duration. 4.0 COUNTY 4.1 The COUNTY will provide the following for the ENGINEER to use and rely on: 4.1.1 Copies of all plans, bridge inspection reports, maps, aerial photographs and other available information and data pertinent to the project design that the COUNTY may have in its possession. 4.1,2 Prepare thefront -end specifications and compilethe specifications document. 4.1.3 Provide any permit fees. 4.1.4 The COUNTY /CEI will be responsible for coordination with the CONTRACTOR/CEI related to preparation of certified as -built drawings. 4.1:5 The COUNTY will prepare all inquired permit certifications upon project completion and submit with the as -built drawings, 5.0 DELIVERABLES 5.1 The ENGINEER will submittwo (2) copies of the scour remediation plans atthe 100 percent and Final submittals. The final plans will be submitted both inhard copy and in electronic CAD/PDF formats. The final plans will be signed and sealed by a Professional Engineer. Along with the plans, the ENGINEER will submit two (2) copies of the technical specifications, probable construction cost estimate and geotechncial and rock scour remediation. 6.0 RE'IMBURSABLES 6.1 Reimbursable .expenses will include, but not be limited to, printing, binding, reproduction, lodging and mileage. G;\ TmnVAkVAePI10�o11iMgrid3 ^ncPo�cc�^��^Stl AdJ 9caudGOadlaud_Add3aoWllldCOnslr 1276DE.dnn . 6 Decembm 19, 2009 Agenda Item No. 16B7 January 26, 2010 Page 10 of 10 Goodland Bridge Scour Countermeasures and Rock Scour Evaluation 12/10/09 Page 2 B, In cases involving local bridges, FDOT's only involvement is the initial inspection following construction. At that time, FDOT will update the scour files. Otherwise, FOOT has no plans review and comment responsibilities. I thanked Pepe for clarifying FDOT's and his Department's role. I offered to keep him informed concerning the project and its construction. End of Minutes 1: \00026 \000 26022.03 \DOC\memos\Pepe_Ca ia_Tel_Memo.doc