Loading...
Backup Documents 09/11-12/2012 Item #16A 9ORIGINAL DOCUMENTS CHECKLIST & ROl TO ACCOMPANY ALL ORIGINAL DOCUMENTS 16A G SLIP 'TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. Original documents should be hand delivered to the Board Office. The completed routing siip and original documents are to be forwarded to the Board Office only after the Board has taken action on the item.) ROUTING SLIP Complete routing lines #I through #4 as appropriate for additional signatures, dates, and /or information needed. If the document is already complete with the exception of the Chairman's signature, draw a line through routing lines #I through #4, complete the checklist, and forward o Ian Mitchell (line #5). Route to Addressee(s) (List in routing order) Office Initials ,252 -5773 Date 1. Scott Teach Deputy County Attorney Applicable) Agenda Date Item was y 2. 16.A.9 Approved by the BCC signed by the Chairman, with the exception of most letters, must be reviewed and signed 3. Type of Document Change Order Contract Number of Original 1 4. Ian Mitchell, BCC Supervisor Board of County Commissioners Documents Attached 5. Minutes and Records Clerk of Court's Office al28ftz. 6. Marlene Messam Transportation Engineering 2. PRIMARY CONTACT INFORMATION (The primary contact is the holder of the original document pending BCC approval. Normally the primary contact is the person who created/prepared the executive summary. Primary contact information is needed in the event one of the addressees above, including Ian Mitchell, need to co tact staff for additional or missing information. All original documents needing the BCC Chairman's signature are to be delivered to the BCC office only after the BCC has acted to approve the item. Name of Primary Staff Marlene Messam, Sr. Project Manager Phone Number ,252 -5773 Contact appropriate. (Initial) Applicable) Agenda Date Item was September 11, 2012 Agenda Item Number 16.A.9 Approved by the BCC signed by the Chairman, with the exception of most letters, must be reviewed and signed Type of Document Change Order Contract Number of Original 1 Attached resolutions, etc. signed by the County Attorney's Office and signature pages from Documents Attached INSTRUCTIONS & CHECKLIST I: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 2',.24.05 Initial the Yes column or mark "N /A" in the Not Applicable column, whichever is Yes N/A (Not appropriate. (Initial) Applicable) 1. Original document has been signed/initialedfor legal sufficiency. (All documents to be signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. This includes signature pages from ordinances, resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairman and Clerk to the Board and possibly State Officials.) 2. All handwritten strike - through and revisions have been initialed by the County Attorney's Office and all other parties except the BCC Chairman and the Clerk to the Board >� 3. The Chairman's signature line date has been entered as the date of BCC approval of the M document or the final negotiated contract date whichever is applicable. 4. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. 5. In most cases (some contracts are an exception), the original document and this routing slip should be provided to Ian Mitchell in the BCC office within 24 hours of BCC approval. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 6. The document was approved by the BCC on 9/11/2011 and all changes made during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. I: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 2',.24.05 � �ri���a�� 16A 91 CHANGE ORDER NO. 5 TO: Mr. P. Bradford Cheney, P.E., L.S. CME Associates. Inc. 333 East River Dri ve Suite 400 East Hartford, CT 06108 DATE: May 11. 2012 CHANGE *RDER. CONTRACT NO. 08 -5130 BCC Date: 5/12/2009 Agenda Item: 1£135 PROJECT NAME: Ace larated 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 r' terms and conditions of the Agreement: 1. To complete activities related to the construction of temporary detour options and plans revision as identified in the Professional Services Agreement as described in the attached Scope of Services Change Order No.5. 2. To increase the funding for post design tasks due to the rebidding of this project. Change Order No. 5 — Re- advertisement and rebid of White Boulevard Bridge Replacement TaskLVl Tom•, Rc. Preparation p (Lump btd Document Pre ara _.� / a Sum) ......... .....................$36,855.00 Task 6 orst Design Services (Time & Material not to exceed ) ...........................$ 8,679.00 : Reimbursable Expenses (Time &. Material not to exceed) ................. .......S 500.00 v FOR THE (Additive) Sum of: $_($46,034.00): Forty -six Thousand and Thrityfour Dollars. Original Agreement Amount Sum of Previous Changes This Change Order add Present Agreement Amount S395.012.00 / S_73.795.00 $46.034.00 Lump Sum $514.841.00 The time for completion shall be increased or decreased by 0 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 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 Approved By: 16A 9i (. Date: jr --I/—/?— lene Messam, Bfian Budch, P.E., Dc CME Associates, Inc. ect Manager Professional J 2 ate: f /7 Z Accepted by: Cammm� Date: ''a t� 1'Z... P. Bradfor eney, P.E., L.S. CME Associates, Inc. Approved by: z _ —/� I Date: 514-If L , Director,Transportation. Engineering If Cummings, Procurement Date: Z v ATTEST:. .. . Dwight E. Brock, erk C• o Form and Legal Suffi i y: Print Name: County Attorney -V ✓1I,/, Date: , Growth Management Date: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA C Fred W. Coyle, Chairman y AdnwOskatw Services Nsion PUMhasN E Contract Change Request Contract #: 08- Mod#: 5 5130 66066 Project Manager: Marlene Messam 16A 9k Purchasing Department Change Modification Form ❑ Work Order Modification PO/Work Order #: 45- ; Project Name: ABC Standard & Pilot 108526 _ Bridge Construction_ _ Department: Transportation Contractor /Firm Name: CME _ Engineering i Associates. Inc. Original Contract/Work Order Amount $ 395,012.00 5/12/09 Original BCC Approval Date; Agenda Item #161 Current BCC Approved Amount $ 462.307.00 11/8/2011 Last BCC Approval Date; Agenda Item #16A10 Current Contract/Work Order Amount $ 468,807.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $46,034,00 3034% Total Change from Original Amount Revised ContractlWork Order Total $514.841.00 11.36% Change from Current BCC Approved Amount Cumulative Changes $119,829.00 982% 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 j completion date: 01/27/2010 34143� 4 change): 6/02/2014 Number of days added (if Explain why additional days are needed (detailed /specific): extension, must attach current insurance certifcate(s) from SIRE i No additional days are needed. or obtain from vendor): 0 Add new tasks) " hange tasks) (Ef Delete task(s) Other (specify): 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): ~� Construction Bids were received December 15, 2011 for the replacement of the White Boulevard Bridge and one new bridge at 23m St. SW including roadway improvements to 1 -mile of 23r0 St. SW. However, due to budget cuts the project is being scaled back and the new bridge planned to be constructed at 23rd St SW along with the roadway improvements will be eliminated from the construction project. On April 24, 2012. Agenda item 16 A.13 the BCC approved the rejection of all bids under ITB 12 -5820 and authorized the re- advertisement for bids for only the replacement of White Boulevard Bridge. This will also require the need for a temporary detour at 23`d St SW to maintain traffic while the White Boulevard Bridge is out of service. 2. Provide detailed rationale for the requested change: a) The re- bidding of the project requires changes to the construction documents as provided in the scope of services that are attached. b) Also required is the preparation of engineering specifications to erect the temporary maintenance of traffic options. c) Permit modification is also required for the temporary detour options to be constructed. t 3. Provide explanation why change was not anticipated in original scope of work: d) This change could not have been anticipated in the original scope as no one could foresee revenue shortfalls and budget cuts that would lead to the demise of the new bridge at 23"d Street SW. i 4. Describe the impact if this change is not processed: a) Staff does not have the capability to provide structural engineering services. Revised: 7127/11 1 Revised: 7/27111 2 16A .0 Type of Change / Modification 1. Planned / Elective 2. Unforeseen conditions /circumstance 3. Quantity or price adjustment LJ 4. Correction of errors 5 Value added I LJ 6 Schedule adjustment Change Requested By Contractor /Consult t ®Own r 1 El Usinq Department ❑ Design Professional Re latory Agency (specify): I Other {specif Purchasing Professional Partici ated .(n Nq otiation of Change / Modification: El Yes LJ No Approved by" j Date: Name and — Reviewed by: n Date: Procurement Stra gist's Name: Rhonda Cummin Revised: 7/27111 2 • C4 &M COU14ty ADMINISTRATIVE SERVICES DIVISION Purchasing Department _ ____ PREPARED FOR: Collier County Administrative Services Division Purchasing Department 3301 Tamiami Trail East Naples, FL 33962 Tel 239 - 252 -8446 Fax 239 - 252 -6697 • 16A CHANGE ORDER No. 5 ASSOCIATED WITH THE DESIGN AND RELATED SERVICES FOR DEVELOPMENT OF ABC STANDARDS AND PILOT BRIDGE CONSTRUCTION Contract No. 08 -5130 Project No. 66066 Submitted: May 11, 2012 PREPARED BY: CME Associates, Inc. 333 East River Drive, Suite 400 East Hartford, CT 06108 Tel 860.290.4100 Fax 860.290.4114 94 Change Order No. 5 — May 10, 2012 16A 9 SCOPE OF SERVICES CHANGE ORDER NO. 5 Design and Related Services for Development of Accelerated Bridge Construction Standards and Pilot Bridge Construction EXECUTIVE SUMMARY Based on the meeting held on April 25, 2012, it is our understanding that the County has received approval from BCC to re- advertise the work associated with Contract 12 -5820. The reason for the re- advertisement of the contract is that the County has decided to remove the construction of the 23rtl Street SW Bridge from the contract. Originally a new bridge was to be constructed on 23rd Street SW over the Golden Gate Canal. This structure would then be used as part of a detour for the replacement of the White Boulevard Bridge over the Golden Gate Canal. Since the 23rd Street Bridge is no longer being built, bid alternates will be added to the contract to allow for a temporary detour across the Golden Gate Canal where the 23rd Street Bridge would have been constructed. This temporary structure will allow White Boulevard to be closed to traffic and replaced in accordance with the current White Boulevard design documents. SCOPE OF SERVICES This scope of services is based on discussions with the County and is for additional design services for CME Associates and our Sub - Consultants to assist the County with developing bid documents for the re- advertisement of Contract 12 -5820. 9 TASK-4:- UPDATING BID DOCUMENTS FEE: $12,562.00 WHITE BOULEVARD BRIDGE REPLACEMENT (LUMP SUM) This task will involve updating the Roadway and Bridge bid documents to incorporate the removal of the 23rd Street Bridge from the project as well as adding information regarding the temporary detour. This task will include, but not be limited to the following: • Perform engineering design and modify roadway construction plans to delete intersection improvements, adjust water management facilities and maintenance of traffic plan to utilize a detour bridge. • Updating construction cost estimate. • Updating special provisions. • Creating a new Construction Check List. TASKS TEMPORARY DETOUR (LUMP SUM) FEE: $14,918.00 This task involves preparing two bid alternates to provide a temporary crossing of the Golden Gate Canal at 23`d Street SW. This crossing will be part of a temporary detour during the reconstruction of the White Boulevard Bridge. The temporary crossing will either be a temporary bridge or a temporary pipe culvert. The temporary bridge performance specification will be based on the specification created as part of CO No. 4 with minor modifications. The temporary crossing will only be in place during the dry season which is from December to April. This task will include, but not be limited to the following: • Modifications to the temporary bridge performance specifications as a result of the changes to the project. • The creation of a performance specification for a pipe culvert crossing of the Golden Gate Canal. This specification shall include Geometric Requirements, Culvert sizes (sized by others), material requirements, design loading criteria and canal restoration requirements. • Performance specifications shall include Canal and right -of -way restoration requirements after the crossing is removed. • Engineering design and Layout of the approach roadway and drainage facilities for temporary crossing of Golden Gate Canal. 2 . Change Order No. 5 —May 10, 2012 6 A 91 The creation of a contingency detour utilizing 13t" Street SW. This detour is to only be used during a storm event which will render the temporary crossing impassable or if the construction duration exceeds the dry season and the temporary crossing is removed. .L TASK 3: PERMITTING (LUMP SUM) This task will involve the following: FEE: $4,135.00 • Prepare applications and submit to SFWMD for modifications of existing right -of -way permit to delete permanent bridge and add temporary detour bridge. • Prepare and submit for a modification of the existing ERP. TAS� i MEETINGS (LUMP SUM) FEE: $2,408.00 This task includes attendance of a meeting (by representatives of Q. Grady Minor & Associates) with the County and interested contractors to discuss the re- advertisement of the project. Additionally, this task includes attendance of a pre -bid meeting (by representatives of Q. Grady Minor & Associates). CME Associates will attend the meetings via video /telephone conference. ii TASK 5: UTILITY COORDINATION (LUMP SUM) FEE: $2,832.00 This task includes coordination with utility companies on necessary utility adjustments and utility work schedules. TASK 6: POST DESIGN SERVICES (HOURLY) FEE: $8,679.00 This task is to be used by CME to answer questions posed by the contractors (RFI, shop drawing reviews). FEE FOR SERVICES OF TASK NOS.1 — 5 � c:FA ` I 11 The fee for providing the County with assistance in re- advertisement of Contract 12 -5820 as described in the above scope of services is $36,855.00. This fee does not include any additional services you, the client, might request. Any additional services (service not specifically mentioned in the scope above) that are requested of CME will be billed at our standard hourly contract rates, unless other billing arrangements are made prior to commencing. Direct expenses for Q. Grady Minor & Associates shall be billed accordingly with backup justification, no mark -ups, and not to exceed $500. Direct expenses shall include, but not be limited to the following: • Document reproduction expenses and blueprinting charges • Express delivery services • Long distance phone calls • Vehicle mileage FEE FOR SERVICES OF TASK 6 P� Based on the level of support requested by Collier County, CME anticipates the cost for the services described in Task No. 6 to be approximately $8,679.00. CME will perform this work on an hourly basis in accordance with the contract hourly rates and to a limit of $8,679.00. Should, in the course of performing this work, it become apparent that costs will run over, CME will contact the County and obtain prior written approval for continued work on this task. FEE SUMMARY Task 1: Updating Bid Documents White Boulevard Bridge Replacement (Lump Sum) $ 12,562.00 Task 2: Temporary Detour (Lump Sum) 14,918.00 Task 3: Permitting (Lump Sum) 4,135.00 Task 4: Meetings (Lump Sum) 2,408.00 Task 5: Utility Coordination (Lump Sum) 2,832.00 Task 6: Post Design Services (Hourly) 8,679.00 Direct Expenses 500.00 TOTAL $ 46,034.00 I Change Order No. 5 — May 10, 2012 16A 91 TERMS AND CONDITIONS This Construction Order No. 5 is hereby named part of the Original Agreement and governed by the Terms and Conditions of the Original Agreement between Collier County. and CME Associates. This Construction Order No. 5 and the Original Agreement constitute the whole Agreement between the parties. There are no terms other than those contained therein. DESIGN TEAM The design team that will be assisting CME for this project is as follows: Q. Grady Minor & Associates: Revisions to roadway bid documents and modifications to permits DELIVERABLES 1. Revised White Boulevard Bridge construction plans, cost estimate, and special provision package. 2. ERP General Permit Modification. 3. SFWMD Right -of -Way Permit Modification. 4. Temporary detour bid alternate performance specifications (Temp. bridge and pipe culvert). 5. Contingency detour plan utilizing 13th Street SW. PROJECT SCHEDULE White Boulevard Bridge bid documents shall be submitted to the County for review within four weeks following written Notice to Proceed. OUT OF SCOPE WORK Not included in the scope of services for this, Change Order No. 5, are the following tasks: • Sizing of the pipe culverts for hydraulic capacity • Utility coordination during construction • Structural design of temporary crossings • Additional expense for travel to Florida for CME to attend meetings • Application Fees 4 • • 16A 91 CME Associates. Inc. 32 Crabtree Lane, P.O. Box 849 Woodstock, CT 06281 Woodstock 060.928.7848 1 East Mertford 806.290.4100 Work Item Principal Project Sr. Project Engineer Admin. TOTALS Manager Engineer Professional Task 6: Post Design Services a. Shop Drawing Review 8 11 22 41 b. Addressing RFI's 4 16 8 28 TOTAL HOURS 0 12 27 30 0 69 Billing Rate $188.00 $153.00 $129.00 $112.00 $60.00 - -- Fee $0.00 $1,836.00 $3,483.00 $31 360.00 $0.00 -- Total CME Fee- $8,679.00 5/25/2012