Loading...
HomeMy WebLinkAbout2014-009 1_2,04 Zoi JOSEPH W. SCHULKE, PEI SCHULKE , . BITTLE & STODDARD , L . L . C . JODAH B. BITTLE, P.E. WILLIAM R STODDARD, Ph. D., P.E. CIVIL & STRUCTURAL ENGINEERING • LAND PLANNING • ENVIRONMENTAL PERMITTING December 12 , 2013 TO: Arjuna Weragoda Gordon Sparks, P. E. FROM : Joseph Schulke, P . E . REF : IRCDUS — US I & Oslo to County Line — Work Order No . 2 Please accept this as a formal request to amend the Work Order No. 2 , to provide for additional time and compensation for redesign of utility facilities necessary due to FDOT revisions to drainage received after completion of utility design and the CAI services necessary to complete the US 1 Improvements from Oslo Road to the County line. . 1 . Design Services The contract provided fora $ 59, 500 fee, of which $25 ,000 was budgeted for design , permitting and contract procurement. "Final plans" . were provided by the FDOT on January 14`x', 2013 and final design was completed on May 7, 2013 , and submittal was made to all permitting agencies on May 9'h . On May 171h the FDOT submitted revised drainage plans which then necessitated revisions to SBS ' s finished utility plans. Therefore, we are requesting an amendment to the approved work order to be compensated for additional time to re-design portions of the work and. revise permit approvals. Additional Man Hours : Draftsman : 22 . 50 hours x $80 . 00 / hour $ 1 , 800 .00 Engineer: 4 . 0 hours x $ 150 . 00 / hour $ 600 .00 $2,400 . 00 Summary Design Services Change in Contract Amount: Original Contract: $25 , 000:00 Change Requested : 2 400.00 $27,400. 00 2 . CAI Services The contract provided for $59,500 .00 fee, of which $25 ,000 . 00 was budgeted for contract administration / inspection services, based on a 3 Y -month construction period , as referenced in the approved Work OrderNo. 2 . This time frame was based on information provided by the FDOT while preparing the scope of services. The actual construction period provided in the construction agreement is 330 days to substantial completion and 370 days until final completion . Therefore, we are requesting an amendment to be compensated for the additional time as follows . 1717 INDIAN RIVER BLVD., SUITE 201; VERO BEACH, FLORIDA 32960 TEL 772 / 770.9622 FAx 772 / 770-9496 EMAIL info@sbsengirieers.com Certification of Authorization No: 00008668 A . Project Start Up Contract awarded November 12, 2013 Time Period November 12th to January 3 2014 : 8 '/z weeks Administrative work, fire-construction coordination, weekly construction meeting, shop drawing review, pre-construction meetings : Engineer: 2 hours / week x $ 150. 00 / hour = $ 300 . 00 Inspector: 4 hours / week x $60 .00 / hour = $ 240 .00 Administration : 1 hour / week x $45 . 00 / hour = 45 . 00 $ 585 . 00/week - Cost : 8 .5 weeks x $585 .00 / week = $4,972 . 50 B . Project Construction - to substantial completion (to 330 days) Time period January 6, 2014 to October 3`d : 38 % weeks. Assume intermittent construction with "'/z time mobilized", "'/2 time down time 1 . Construction ( 19.25 weeks): Administrative work, weekly construction meeting, contract administration, .progress inspections Engineer: 2 hours / week x $ 150.00 / hour = $ 300 .00 Inspector: 12 hours / week x $60. 00 / hour = $ 720 .00 Administration : 2. 5 hours / week x $45 . 00 / hour = 112 . 50 $ 1 , 132 . 50/week Cost: 19 .25 weeks x $ 1 , 132 . 50 / week = $21 , 800 .63 2 . Intermittent Down Time ( 19 .25 weeks) Administrative work, weekly construction meeting, contract administration Engineer: 1 .0 hour / week x $ 150 .00 / hour = $ 150. 00 Inspector: 5 hours / week x $60 .00 / hour = $ 300 .00 Administration : 1 hour / week x $45 .00 / hour = 45 .00 $ 495 . 00/week Cost: 19 .25 weeks x $495 .00 / week = $9,528 .75 C . Final Completion (330 days to 370 days) Time period October 6'h to November 17 , 2014 - 16 weeks) - Administrative work, weekly construction meetings, final walk through / inspections, final certifications and close-out documents Engineer: 3 hours / week x $ 150.00 / hour = $ 450.00 Inspector: 5 hours / week x $60 .00 / hour = $ 300 .00 Administration : 2 hours / week x $45 .00 / hour = 90 .00 $ 840 .00/week Cost : 6 weeks x $840 . 00 / week = $5 ,040. 00 The total estimated Contract Admin . / Inspection costs are: $41 , 341 . 88 (370 days / 53 weeks) Summary CAI Services Change in Contract Amount: Original Contract : $25 ,000 :00 ( 105 days / 15 weeks) Change Requested : $ 16J41 M (265 days / 38 weeks) Total New Contract Amount: $415341 .88 (370 days / 53 weeks) Attached, is a revised Exhibit ` 2 ' Fee Schedule from Work Order No . 2 , which summarizes the original fee amounts, change and new fee amount. Upon your review, please let me know if you have any questions . I would appreciate your ;erely,, underst ' ng of this request. Si Schulke, P. E . EXHIBIT `2 ' FEE SCHEDULE WORK ORDER NO. 2 AMENDMENT Method and Amount of Compensation Schulke, Bittle & Stoddard, L.L.C., proposes to provide the above Scope of Services based on the following lump sum fees: Original Change New Contract Order Contract Amount Amount 1 . Preliminary plan review and evaluation : $4500 .00 $0.00 $4,500.00 SBS will review the FDOT consultant' s preliminary plans, identify utility conflicts, and prepare typewritten request to the FDOT consultant(s) with recommended modifications to the FDOT's road and drainage design than if implemented, may result in a net construction cost savings to Indian River County. 2 . Final Design 1 $25,000.00 $29400. 00 $275400.00 Engineering design, preparation of Construction Plans & Specifications, preparation and submittal of permit Applications. Preparation of bid documents. Assistance during Bidding, bid evaluation , contract award. 3 . Contract Administration and Construction Phase services $25,000.00 $ 169341 .88 $41 ,341 . 88 Pre-con. meetings, weekly construction meetings, shop review, review pay requests, minor plan modifications, Periodic Construction/Field Inspections, As-Built review, final documentation for close-out and final certifications. 4. Reimbursable Expenses: $5,000.00 estimate $0.00 $5.000.00 estimate Payment of direct costs, including Reproduction costs (prints and copies),application fees, mail and delivery, mileage during construction phase services. (See below for actual costs) Total : $599500.00 $ 18,741 .88 $78,241 .88 Printing and Reproduction The County shall make direct payment to our office for the cost of printing project plan sheets required for utility coordination and for copies of reports, drawings, specifications, and other pertinent items required by federal, state and local agencies from who approval of the project must be obtained material suppliers, and other interested parties, but may charge only f6r the actual cost of providing such copies based on the following tabulation : 8 1 /2" x 11 " $ 0. 12/sheet Blue Line Prints $ 0.333/SF 11 " x 17" $ 0. 50/sheet Reproducible Sepias $ 0. 75/SF 31 /2 " diskette $ 2.00/each Reproducible Mylars $ 1 . 00/SF CD $ 4.00/each Application Fees The,.county shall make direct payment to our office for the actual cost of all construction permit application fees paid to jurisdictional agencies, including but not limited to : F.D, E.P. , I. R.C. Engineering (Right-of--Way), I . R. F. W.C.D., S.J . R. W. M. D., F.D.O.T. AMENDMENT NUMBER 1 WORK ORDER NUMBER 2 Ircdus - Us 1 & Oslo Road To County Line - Ucp #4096 This Amendment 1 to Work Order Number 2 is entered into as of this 21 day of Janilary 20.A pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of November 15 , 2011 ( the " Agreement " ) , by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ( " COUNTY" ) and arr i_ _WG 3 ( « Consultant " ) . .... ....... .. ... ._. 1 . The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order Number 2 , Effective Date 12/04/ 2012 . 2 , The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit 1 ( Scope of Work ) attached to this Amendment and made part hereof by this reference . The professional services will be performed by the Consultant for the fee schedule set forth in Exhibit 2 ( Fee Schedule ) , and within the timeframe more particularly set forth in Exhibit 3 (Time Schedule ) , all in accordance with the terms and provisions set forth in the Agreement . 3 . From and after the Effective Date of this Amendment , the above - referenced Work Order is amended as set forth in this Amendment . Pursuant to paragraph 1 . 4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein . IN WITNESS WHEREOF , the parties hereto have executed this Work Order as of the date first written above . CONSULTANT : BOARD OF COUNTY COMMISSIONERS E3 � � J € argil � OF INDIAN RIVER COUNTY ., . 1 G0Moo ov � MOO ��� By : By : Oh t Uh Peter D . 0 Bryan , airm ri •; # � Titl BCC Approved Date : Januar y 21 , 2014 �.©'9� r` • ;oar R COUNT,..• Attest : Jeffrey R . Smith , Clerk Court and Com ller ' •'• •••• ••'• B Dep y Clerk Approved . J seph A . Baird , Court y Adm inis rator Approved as to form and legal sufficiency : _ ylan T . Reingold , County Attorney EXH1131T 41 ' SCONE OF WORK WORK ORDER NO. 2 I ' ect Description The proposed project will provide engineering design and permitting for the construction of necessary Utility modifications to existing water mains , sewer mains and non - potable re- use water mains lying within or adjacent to US I , south of Oslo Road to the south Indian River County line , and provide necessary water main , sewer main and non - potable re - use water main " stub-outs " to serve future IRCDUS customers . The work is being completed in conjunction with the FDO 'f' ` s proposed USI ( SRS ) improvements — which generally can be described as widening the existing four ( 4 ) lane highwav to ( 6 ) lanes . " Che modifications to existing utilities are necessary to avoid conflicts with paving and drainage improvements to USI proposed by the Florida Department of Transportation ( MOT ) . The modifications generally consist of removing and replacing portions of the utility mains with new utility mains that will be deflected below or to the side of the location of proposed drainage inlets , pipes , or other roadway infrastructure improvements . I he " stub-outs" are necessary to provide accessible locations that are extended outside of the new roadway improvements proposed oil US I , making future connections and extensions of the existing Utilities possible with -out damaging the new paved road . Scope of Services Schulke, Bittle & Stoddard , L. L. C . will provide services including engineering design , preparation of construction plans , preparation and submittal of permit applications , construction administration and periodic construction field inspection of the construction , as required for the proposed water main . sewer main , and non - potable water main utility construction and modifications lying within or adjacent to US I . ( see Attachment " A " for "Location Sketch " and Attachment " B " for a preliminary list of " Utility Conflicts and Construction Cost Estimate " ) . The estimated construction cost of this project is $ 2 , 218 . 832 . 00 . In addition to the utility design services outlined above . SBS will meet with IRCDUS and the FDOT ' s design consultants and engineers involved in the project, discuss the project goals and design assumptions and requirements for the FDOT ' s proposed US I Roadway improvements , and then provide an evaluation olIthe FDOT ' s proposed US I plans , with the following specific goals : Identify the conflicts created with the existing IRCDUS utility infrastructure by the proposed construction of the roadway and drainage improvements . Recommend modifications to the FDOJ " s road and drainage design that, if implemented , may result in a net construction cost savings for Indian River County . Reduce the number of utility conflicts from that listed in Attachment " B with a corresponding reduction in anticipated construction cost . In connection with this project , the County will provide the F, ngineer with a copy of any pertinent preliminary Data or Reports ; all available drawings in electronic AutoCADD format; all surveys , maps and other documentation in the possession of or reasonably available to the County that are pertinent to the project , including plans , reports and other documents from the FDOT and its consultants . Services not included in this scope of services are listed as follows : • Any services associated with assisting Indian River County in review and evaluation of patent related disputes , issues , or claims including.; preparing to serve or serving as a consultant or witness for Indian River County in litigation , arbitration . public or private hearings , or other legal administrative proceedings involving patent related disputes , issues or claims . • Any services in connection with the project not otherwise provided for in this scope of services . • Surveying of US I right - Of= way . A base survey map to be provided by IRC ( from the FDOT and its consultants ) . • Pot- holing, surveying and / or field locating existing IRCDUS utilities , or facilities and infrastructure of other utility providers . PUrSUant to our discussions during a preliminary design meeting with FDOT consultants , the FDOT and its consultants are providing accurate locations and elevations of all IRCDUS utilities and other Utilities at all conflict locations . In order to execute this project in the most cost effective manner with the most aggressive schedule , SChUlke , [ little & Stoddard , L . L . C . is relying on survey and design data provided by FDOT design consultants ( digital AntoCADD format ) in order to prepare it ' s deliverables ( utility construction plans in AUtOCadd format as well as signed and sealed construction drawings ) . EXIiIBIT ` 2 ' FEE SCHEDULE WORK ORDER NO. 2 AMENDMENT NO. 1 Method and Amount of Compensation Schuller ] little & Stoddard . L . L . C . . proposes to provide the above Scope ol ' Scrvices based on the Billowing lump sum Ices : Original Change New Contract Order Contract Amount Amount I . Preliminary plan review and evaluation : $4500 . 00 $ 0 . 00 $4 . 500 , 00 SITS will rCicu the FDO I Consullant s prcliminan plan ,. idcntih unlit\ Conllicts. and prrparC typCvmttcn rCquCst to the VD0I Consultants ) ith rCConuncnded nuxlilications to the I DO Fs road and drainage desmon that . it implemented . new result in a net ConsuuCtion rust savin (.) s to Indian IZi �- cr County . ? . Final Desion $250000 . 00 $1400 . 00 $ 274400 . 00 I : neincering design , preparation of Construction Plans (`; SpCriliration >- preparation and submittal of permit Applications . Preparation of bid documents . Assistance during Iliddinc. hid Cvaluation - Contract award . 3 . Contract .Administration and Construction Phase services $25 , 000 . 00 $ 16.341 . 88 $ 11 . 341 . 88 Pre-con . meetings. weckly construction meetings. shop review. review pati requests, minor plan modifications. Periodic Construction / Ficld Inspections. As- Buill review . final documentation Iin- ClosC-out and final Certifications . 1 . Reimbursable [Apenses : $ 5 , 000 . 00 estimate $ 0 . 00 $ 5 .000 . 00 estimate Pay men ) ofdircCt Costs_ including RCproduCtiun Costs ( prints and cupies ) . application Ices. mail and dclkCIOv . mileage during con , truction phase services . IticC hClow tier aClual Cults ) Total : $591500 .00 $ 189741 .88 $789241 ,88 Printing and Reproduction I hC Comm shall make direct payment to our office Ior the cost of printing project plan sheets required for utility coordination and lirr Copies of reports . drav61 ( s. sperilications, and other peatincnt items required by Icderal . state and local agencies from whom approval of the prnjrct must he ohtaincd . material suppliers and other interested parties. but may charge only for the actual cost of providing such CopiCs hascd on the 1i011owing tahulation : 0 . 12 'shcet Blue Linc Prints $ 0. 333 /S1 : $ 0 . 50/sheet Reproducible Sepias $ 0 . 75 /SF 3 U_ " diskette $ ? 00/each Reproducible Mylars $ 1 . 00/SI ( OD $ 4 . 00/each Application Fees I hC County shall make direct payment to our office fin• the actual Cost of all construction permit application Iccs Paid to jurisdictional agrnciC .- inCluding but not limited to : I . U . I . . P . - I . R . C ' . I : nginccring S . J . R . w' . M . D . , I . D . O . F . EXHIBIT ` 3 ' TIME SCHEDULE WORK ORDER NO. 2 AMENDMENT NO. Time of Performance the estimated time frame lirr completion of- scrviccs from the approval of this Worl< Authorization is a Iollovvs : nal ( ' haiIgc Ncw amount I . Prchminary flan review and evaluation I month N /A N ' A ? . I ; noinecrim) Design &r Preparation of Months N / A N /A Constniction Plans- specifications and kid Documents 3 . Suhmittal of Pcrmit Applications and Receipt ol- permits I Months N /A N /A And Biddinei( bntract Av4srd ( Done C' oncurrentivl 4 . Construction 3 ';': Months t- 265 DaN s 370 Days ( 1 5 weeks ) Remainder of Page Intentionally Left Blank