Loading...
Agenda 02/09/2010 Item #16B1 Agenda Item No. 1681 February 9, 2010 Page 1 of 11 EXECUTIVE SUMMARY Recommendation to approve a change order to a work order in the amount of $55,260.00 to Post, Buckley, Schuh & Jernigan, Inc. (PBS&J) for contract #06-3969 "Fixed Term Professional Engineering Services" for the Lely Area Stormwater Improvement Project (LASIP), Whitaker Road Improvements (Project No. 51101) to include design and permit modifications to reduce the construction cost ofthe project by more than $600,000.00. OBJECTIVE: To add services to the existing contract by change order to assist the Transportation Services Division, Stormwater Management Section in the design and permitting of the LASIP Whitaker Road Improvements project. The need for these additional services is described in greater detail on the attached Professional Engineering Services for LASIP Whitaker Road Project - Scope of Work. CONSIDERATION: The purpose of the overall LASIP project is to provide a comprehensive stormwater outfall system for the area of East Naples, which has experienced an increasing level of drainage related problems as growth has continued in the area. The drainage area of LASIP consists of about 11,135 acres and consists of two sub-basins known as the Lely Canal Basin system and the Lely Manor Basin system. The Lely Canal Basin discharges into an estuarine coastal zone along the intercoastal waterway near Dollar Bay. The Lely Manor Canal discharges into an estuarine coastal zone near the headwaters of Sandhill Bay and eventually into Rookery Bay. The Whitaker Road segment is one of twenty-seven components to the regional stormwater project. This project is a continuation of the design and construction completed in FY09 for the North Portion of the Lely Main Canal. The Whitaker Road improvements will drain into the Lely Main Canal which will alleviate drainage problems within this portion of East Naples. The land use within the basin consists of modem developments with improved water management systems consistent with current design requirements, and older neighborhoods that were developed before water management systems were required. This segment of the project will provide stormwater design services utilizing the original conceptual plans which include the LASIP improvements for all of Whitaker Road from County Barn Road to the Santa Barbara corridor, including two 4' by 8' box culverts that will be modified to reinforced concrete pipe. The first box culvert runs north and south under Whitaker Road and is approximately 65 LF. The second box culvert runs north and south approximately 1,800 LF along the western border of Royal Wood Country Club. The proposed 4' by 8' box culverts will be downsized to a culvert that is more appropriately sized. The scope of work includes redesign of the conceptual 4' by 8' box culverts, permit modifications and address utility conflicts. Reducing 1,865 LF of 4' by 8' box culverts to reinforced concrete pipe will result in a construction cost savings by more than $600,000. It is important to have this element of LASIP approved to continue the progress that the Stormwater Management Section has achieved over the past three years. Many portions including the larger, downstream outfall canals have been successfully constructed. The Environmental Resource Permit to construct LASIP, which was issued jointly by the US Anny Agenda Item No. 1681 February 9, 2010 Page 2 of 11 Corps of Engineers and the South Florida Water Management District, will expire on July 25, 2015. If the entire LASIP project is not completed by that date, modified permit requirements, if allowed, could require additional costs, mitigation, and delays. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office and is legally sufficient for Board action.-SRT FISCAL IMPACT: Funding in the amount of $55,260.00 is available in the Stormwater Capital Projects Fund (325) LASIP Project (Project No. 51101). The cumulative percentage of the change orders is 50.12%. The cumulative dollar value of changes to this work order is $99,210.00. GROWTH MANAGEMENT IMPACT: The LASIP Whitaker Road Stormwater Improvement project is in accordance with the goals and objectives of the Drainage Sub-element ofthe Growth Management Plan for Collier County Stormwater Management. RECOMMENDATION: That the Board of County Commissioners approve a change order to a work order for the LASIP Whitaker Road project in the amount of $55,260.00 with PBS&J, Inc. necessary for design and permitting changes. Prepared By: Margaret A. Bishop, Senior Project Manager, Stormwater Management Section Attachment: (I) Change Order, Professional Engineering Services for LASIP - Scope of Work Item Number: Item Summary: Meeting Date: Agenda Item No. 16B1 February 9, 2010 Page 3 of 11 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 16B1 Recommendation to approve a change order to a work order in the amount of $55,260.00 to Post, Buckley, Schuh & Jernigan, Inc. (PBS&J) for contract #06-3969 Fixed Term Professional Engineering Services for the Lely Area Stormwater Improvement Project (LASIP), Whitaker Road Improvements (Project No. 51101) to include design and permit modifications to reduce the construction cost of the project by more than $600.000. 21912010 9:00:00 AM Date Approved By Margaret A. Bishop Transportation Division Project Manager, Senior Transportation Road Maintenance 1/21/201010:12 AM Management/Budget Analyst Date Approved By Caroline Soto Transportation Division Transportation Administration 1/22/20109:23 AM Deputy County Attorney Date Approved By Scott R. Teach County Attorney County Attorney 1/22/20109:41 AM Approved By Project Manager, Principal Date Gerald Kurtz Transportation Division Transportation Road Maintenance 1/22/20104:24 PM Approved By Date John Vliet Transportation Division Director - Road Maintenance Transportation Road Maintenance 1/26/201011:28 AM Approved By Date Norm E. Feder, Ale? Transportation Division Administrator - Transportation Transportation Administration 1/26/20103:12 PM Manager - Operations Support - Trans Date Approved By Therese Stanley Transportation Division Transportation Administration 1/28/20109:10 AM Approved By Date Rhonda Cummings Administrative Services Division Contracts Specialist Purchasing & General Services 1/28/20102:53 PM Date Approved By Steve Carnell Director - Purchasing/General Services Administrative Services Division Agenda Item No. 1681 February 9,2010 Page 4 of 11 Purchasing & General Services 1/26/20104:15 PM Pat Lehnhard Date Approved By Transportation Division Executive Secretary Transportation Administration 1/26/20104:42 PM Approved By OMB Coordinator County Manager's Office Date Office of Management & Budget 1/29/201012:12 PM Date Approved By Susan Usher Office of Management & Budget Management/Budget Analyst, Senior Office of Management & Budget 1/29/20106:09 PM Mark Isackson Date Approved By Office of Management & Budget Management/Budget Analyst, Senior Office of Management & Budget 1/31/20106:32 AM TO: PBS&J, Inc. 1514 Broadway, Suite 203 Fort Myers, FL 33901 CHANGE ORDER TO WORKORDER FROM: Road Maintenance Department 2885 S Horseshoe Drive Naples, FL 34104 Agenda Item No. 1681 February 9,2010 Page 5 of 11 LASIP Whitaker Road Project Number 51101 Work Order date: December 23, 2008 Change Order Number 2 Change Order Description: This change order is to add additional services to the work order to include design modification and permit modifications to reduce the construction cost of the project by more than $600,000. The scope is attached to this change order. Work Order No. 4500103688 Date: January II, 2010 Original agreement amount ...............................................................$197,950.00 Sum of Previous Changes.......... ........... ..................... .... .....$ 43,950.00 This Change Order No.2 Amount (add)............................................$ 55.260.00 Revised Agreement Amount .............................................................$297,160.00 Original contract time in calendar days ... .............. ..... ........... ........ ....455 days Adjusted number of calendar days due to previous change orders ............... 60 days This change order adjusted time is.............. ............ .................. .... ....120 days Revised Contract Time in working days............. .................. ..... ........ 635 days Original Notice to Proceed date .................................................. January 5, 2009 Completion date based on original contract time......................... April 4, 2010 Revised completion date due to change orderCs) ......................... October 2, 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 indieated above, as fully as if the same were repeated in this acceptance. The adjustment, to this Agreement shall constitute a full and final settlement of any and all claims arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by:J?r~~ ({ ~yJ-j!) Margaret . Bishop, P.E., Sr. ProjedManager S;M;7~ction Accepted by: ./ ~ Nathan L. West, P.E., Group Manager PBS&J Date: /-/'/-/0 Date:~ Gf'J (L -L..,.14~/() Date: //14-//0 I I Change Order No. Page 2 Agenda Item No. 1681 February 9, 2010 Page 6 of 11 Date: Date: I b><;JJ}6(U I Date: 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: ~11- (2{~L ~ County Attorney bt,,+ Agenda Item No. 1681 February 9,2010 Page 7 of 11 Contract 06-3969 Scope of Work Additional Professional Services Assignment For Roval Wood/Whitaker Road Culvert Modifications BACKGROUND AND PURPOSE As a result of additional analysis performed by PBS&J and confirrned by ABB (original concept design consultant), we have determined that it is both feasible and cost effective to reduce the size of the proposed box culverts utilized in the LASIP Phase II & 12 project. The storm water flows that are anticipated by ABB based on their master model are significantly less than what the proposed 4 foot by 8 foot box culvert is capable of conveying. Therefore, PBS&J recommends downsizing the box culvert to a culvert that is more appropriately sized. This modification is estimated to reduce the construction cost of the project by more than $600,000. The purpose of this additional service agreement is to redesign the conceptually proposed culvert and complete modifications to the SFWMD Environmental Resource Permit (ERP) associated with this change. The following scope of work is presented in accordance with Collier County Contract Number 06-3969 "Fixed Term Professional Engineering Services". SCOPE OF WORK PBS&J will provide the following professional services: Task .J - Desie:n Modifications PBS&J will redesign the drainage system with appropriately sized reinforced concrete pipe (RCP) in place of the conceptually proposed 4' x 8' box culvert. We will complete modifications to the existing drainage report including revised calculations for the conveyance culverts. PBS&J will coordinate with ABB concerning updates to the Master Storm water Model. Modifications will be incorporated into the current site, grading and drainage plans being developed by PBS&J. All details and cross sections will be updated to reflect the updated design. Structural calculations and details will be revised to match the new design. We will then coordinate and revise utility conflicts with modified storrn piping. Finally, any conflicts with environmental impact calculations will be updated. There are two 4' x 8' box culverts that will be modified to RCP. The first runs north and south under Whitaker Road and is approximately 65LF. Design revisions for this culvert will include resizing the culvert, redesigning headwalls at both ends, and modifications to the gate structure. The second box culvert runs north and south approximately 1,800LF along the property line of the Royal Wood Golf and Country Club. Design revisions will include resizing the culvert, modifying the previously proposed headwalls to mitered end LASIP Culvert Modifications P8SJ Agenda Item No. 1681 February 9, 2010 Page 8 of 11 Contract 06- 3969 Scope of Work sections (MES), and revising manhole access points. PBS&J coordination with the Royal Wood Golf Community will be on-going during the redesign of the culvert. Task K - Permit Modifications PBS&J will prepare the ERP modification application for submittal to the South Florida Water Management District. The applications will consist of new ERP permit forms with supporting documentation. PBS&J will meet with the SFWMD prior to submittal to coordinate any issues with WMD staff. If necessary, we will respond to the District's requests for additional information (RAIs). Finally, based on the agency comments received during permitting the consultant will update the 100% Construction drawings in preparation for bidding. In total, it is assumed that an additional 2 meetings will be held with either the client and/or permitting agencies. SCHEDULE PBS&J proposes to complete the above listed tasks within 120 days of receiving a Notice to Proceed from the County. Obtaining permits from regulatory agencies is always a difficult process to anticipate; however, PBS&J will show good faith and responsiveness to any RAIs to expedite the permitting process. In the event a delay has been identified, PBS&J will notify the County immediately. BUDGET In accordance with Collier County Contract Number 06-3969 compensation for the above scope of work will be based on a billing type listed below. PBS&J reserves the right to re-allocate funds within this project providing that the total lump sum amount is not exceeded. LASIP Culvert Modifications P8SJ ~ ~~~~~~ Vl 0""0.... 00 ~;;aa;;::n~1;,~ !:lO~OOOOOO ... ~ ~ G ~ ~~ :;; ~ ~ ii " O.,.,OVlOVlOO ~Vl""N_llO<lOr-Vl &!;;;;;;;;;;;;~~~~ ;"'O~O~OOQ .,., i ~ Agenda Item No. 1681 February 9, 2010 Page 9 of 11 8 i ! :i ~~I~,; .~:; :Ii ii ~ ~~:>\ a " ~Eaag~a~~ 00000000:::>\0 :! ~ - ~oooo _ '" i ~ .. i:i <li 'iP 'E "Q ji; ijg~ J ':p~<li<li~.~ .!l :: ! ~ .E .9 .. .5.;1 g ..!l ~ .= ~' .HI] ~ < ~ :.:: ..: ~ ... 0 ~~ 00 000 ~ ...."" "" "" ""01;"" ~ N "" ;f u "" .,0 "'0 "'0 "'00 ....'" ~~ - 00 00,...", ~;;;; - "" """""" """" "" ao :=: 0 00 ONO ~ = -a '" ::E tl " c I'~ c "-l I!l .... " E = :E :.c ~ ~ G = !~ ~ .~ '" '" ~ tl ~ ._ <t: '" c e .:l " '" '" .~ 0 ::E ~ c ~ c ;> ,'~ ,,=',= "il .~ .s i:l '" ::E c c E-<~ " "-l "-l .. .1 " " cd 0 t is t " '" = It .~ .g, c Cl S 'j ~ 'S .~ ~ Vi " e c " <t:'1:l = c.. "-' c.. "-l Cl U<t: ... =- '" f::, '" ., " ::i -= " '" -= ., ::: ~ ., .;: ~ " :.c .~ ~ ~~~8885\8 NNOO 00 N o\~..a Y7 ~ YtY7Y7 ~ u ~~~~~~:212~ ~----Y7Y7~~ Qii"""""""" ao:=:o~~~o:::: .- = ~-a ~ '" i::E ] ~ .. " " c .~ "-l ~ ; ~ ..:,a:E ~ ~ G ~ <> ... !5 ~ ~ .~ ; ~ !O^ tl ~ eC <t: -~~UCl) =;;;.. U ~ " .9 .'" E ~.~ _.....~b1;I=_ ~~ 15 .g ::E Ji "-l tl tl E-< <> S e u 6 ti g i3 0 '2 ~ c.. .g,.S .g 'Ii! .~ ~ 's ~r:;~~J:J50U< Agenda Item No. 1681 February 9, 2010 Page 10 of 11 o CD .,; N .. '3 o ... = ~ M t: .... '" .... '" 'j = ... CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM Agenda Item No. 16B1 February 9,2010 Page 11 of 11 ._ PROJECT NAME: LASIP Whitaker Road SW Improvementa PROJECT #: 51101 PROJECT MANAGER: Margaret Bishop ..IID/RFP #: 06-3969 MOD #: LPO#: 4500103688 WORK ORDER #: 4500103688 DEPARTMENT: Road Maintenance CONTRACTOR/FIRM NAME: PBS&J, Inc. Original Contract Amount: $ 197.950.00 (Starting Point) Current BCC Approved Amount: $241.900.00 (Last Total Amount Approved by the BCC) Current Contract Amount: $241 900.00 (Including All Changes Prior To This Modification) Change Amount: $55.260.00 Revised ContractIWork Order Amount: $297.160.00 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractIWork Order: $99.210.00 Date of Last BCC Approval ~/,Ar Agenda ltam # AJ;:;r Percentage of the change over/under current contract amount~% Formula: (Revised Amount / Last BCC approved amount}-1 - ~URRENT COMPLETION DATE (5): ORIGINAL: June 4. 2010 CURRENT: October 24.2010 Describe the change(s): This chanoe order is to add additional services to the work order to include desion modification and oermit modifications to reduce the construction cost of the oroiect bv more than $600000.00. Specify the reasons for the change(s) 1. Planned or Elective r 2. Unforeseen Conditions r 3. Quantity Adjustments r 4. Correction of Errors (Plans, Specifications or Scope of Work) r. 5. Value Added lJ 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: Construction costs would be dramaticallv affected. This change was requested by: rlContractor/Consultant 171 Owner rI Using Department C CDES CDesign Professional rlRegulatory Agency (Specify) r Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: rYes r No REVIEWED BY: Date: /-,;)5-/0 APPROVED BY: Date: [ - .If(- 10 Revised 11.19.2007