Loading...
HomeMy WebLinkAboutSt. John's River Water Management District MSJRB Solary Canal Regional Stormwater Treatment Facility - 2011 08 10 , Contract #25463 Amendment #1 Encumbrance #S003681 FIRST AMENDMENT TO THE AGREEMENT BETWEEN THE ST, JOHNS RIVER WATER MANAGEMENT DISTRICT AND CITY OF WINTER SPRINGS FOR MSJRB SOLARY CANAL REGIONAL STORMWATER TREATMENT FACILITY THIS AMENDMENT is entered into by and between the GOVERNING BOARD of the ST. JOHNS RIVER WATER MANAGEMENT DISTRICT ( "District "), whose mailing address is 4049 Reid Street, Palatka, Florida 32177, and the CITY OF WINTER SPRINGS ( "the City "), whose address is 1126 East SR 434, Winter Springs, Florida 32708, and is effective on the date the last party has executed same. WHEREAS, the parties entered into Agreement No. 25463 on December 22, 2009, ( "Agreement ")for MSJRB Solary Canal Regional Stormwater Treatment Facility ( "Facility"); and WHEREAS, the construction of the Facility is almost complete, but due to the unanticipated development of increased upward flow of groundwater at a portion of the site, it has been necessary to redesign the Facility; and WHEREAS, due to the delay involved with investigating site conditions and completing the re- design process, it was necessary for the City to terminate the contract with its construction contractor; and WHEREAS, the District has agreed to assume responsibility for completing construction of the Facility on an expedited basis in accordance with the agreed upon redesign plans; and WHEREAS, the parties have developed a revised Statement of Work, including a "Schedule of Values," for the construction and maintenance of the Facility, which is attached hereto as Exhibit A -1; and WHEREAS, the Schedule of Values in the revised Statement of Work reflects that the City has completed deliverables valued at $1,252,718.89, subject to submission of an invoice documented in accordance with the requirements of this Agreement, leaving $447,281 as the remaining balance to be expended from the $1,700,000 originally provided for in the Agreement; and WHEREAS, this remaining balance will be removed from the Agreement so that it may be utilized by the District for completion of the Facility; and WHEREAS, under the revised Statement of Work, the Schedule of Values estimates that an additional $501,900.00 will be needed to complete the Facility, leaving a potential shortfall of $54,619; and WHEREAS, under the revised Statement of Work, the District is responsible for completion of the Facility, including any cost overruns reflected in the Schedule of Values, while the City remains responsible through its contract with CH2M Hill for: (1) obtaining the deliverables from CH2M Hill involving the calculations of total phosphorus reduction under the revised design; (2) preparation of the final revised design plan, and (3) certification of the as-built drawings when the Facility is completed; and WHEREAS, the parties desire to amend the Agreement to reflect the above considerations and provide for completion of the Facility in accordance therewith. NOW, THEREFORE, in consideration of the mutual covenants contained herein and the above premises, which are hereby made a part of this Agreement, and for other good and valuable consideration, the receipt of which is hereby acknowledged, the parties hereby agree to the following amendments: Page 1 of 9 Contract #25463 Amendment #1 Encumbrance #S003681 1. ARTICLE I, Paragraph A, Sub - paragraph 2 — Completion Date; Delete the first sentence and replace it with the following: 2. Completion Date. The Completion Date of this Agreement shall be no later than December 31, 2012, unless extended by mutual written agreement of the parties or pursuant to Article VIII, Paragraph J of this Agreement. 2. ARTICLE II, Paragraph A — Deliverables, is modified to read as follows: A. The Work is specified in the Revised Statement of Work, Exhibit A -1. The City is responsible for the professional quality, technical accuracy, and timely completion of those aspects of the construction of the Facility that have been completed prior to the commencement of construction by the District's contractor. In addition, the City is responsible for obtaining the remaining deliverables under its contract with CH2M Hill, including: (1) calculations of total phosphorus reduction under the revised design; (2) preparation of the final revised design plan, and (3) certification of the as-built drawings when the Facility is completed. The District is responsible for completion of construction of the Facility in accordance with the Revised Statement of Work, including any cost overruns. The workmanship and materials of the deliverables required of each party shall be of good quality. The parties shall, if required, furnish satisfactory evidence as to the kind and quality of materials provided. Unless otherwise specifically provided for herein, the parties shall provide and pay for all materials, labor, and other facilities and equipment necessary for performance of the Work for which they are responsible. The parties' Project Managers shall make a final acceptance inspection of the other parties' deliverables when completed and finished in all respects. 3. ARTICLE II, Paragraph B — Progress Reports; Delete the first sentence and replace it with the following: B. Progress Reports. The City shall submit quarterly progress reports to the District's Project Manager in a form approved by the project manager. 4. ARTICLE III, Paragraph A — Amount of Funding; Delete the first sentence and replace it with the following: A. Amount of Funding. For satisfactory performance of the Work, the District agrees to pay the City an amount not to exceed $1,252,718.89 (the "Total Compensation "), as further described in the Revised Statement of Work, which represents a reduction of $447,281.11 from the original contract amount of $1,700,000. 5. ARTICLE III, Paragraph B — Payment of Invoices, Sub - paragraph (a); Delete the first sentence and replace it with the following: (a) The City shall submit quarterly itemized invoices by one of the following two methods: (1) by mail to the St. Johns River Water Management District, Director, Division of Financial Management, 4049 Reid Street, Palatka, Florida 32177, or (2) by e-mail to acctpay(asjrwmd.com. 6. ARTICLE VIII, Paragraph R — Total Maximum Daily Load (TMDL) Credit; Delete this paragraph and replace it with the following: Page 2 of 9 Contract #25463 Amendment #1 Encumbrance #S003681 R. Total Maximum Daily Load (TMDL) Credit. The original Project design, as confirmed by the Lake Jesup Basin Management Action Plan, was to provide an estimated 942 pounds per year of phosphorous removal from Lake Jesup. Based on the revised design plans and calculations, the parties agree that the project will provide fewer estimated pounds per year of phosphorous removal from Lake Jesup. The parties further agree that all annual TMDL credits, as determined by FDEP, are available to be split by the City and its partners, if any. The City and its partners, if any, remain solely responsible for maintenance of the Facility after completion. 7. Exhibits "A" through "D" are hereby modified as follows: The current Statement of Work is hereby deleted and replaced with the Revised Statement of Work attached hereto as Exhibit "A-1". The current Monthly Progress Report Form is hereby deleted and replaced with the Quarterly Progress Report Form attached hereto as Exhibit `B -1 ". The current City of Winter Springs Bid Form is hereby deleted and replaced with the Revised Schedule of Values attached hereto as Exhibit "C -1 ". The current Project Site, Plan (Exhibit D) is hereby deleted. 8. All other terms and conditions of the original Agreement, including any subsequent amendments, are hereby ratified and continue in full force and effect. IN WITNESS WHEREOF, the parties hereto have duly executed this amendment on the date set forth below. ST. JOHNS RIVER WATER CITY OF WINTER SPRINGS MANAGEMENT DISTRICT By: � /ia . By: Kirby : ►. -1 I N.t, xecutive .' rector (or designee) Kevin L. Smit , City Mana;er Typed Name and Title Date: S ' 1 7 - // Date: August 10, 2011 Documents attached: Exhibit "A -1 "— Revised Statement of Work Exhibit "B-1" — Quarterly Progress Report Form Exhibit "C -1" — Revised Schedule of Values Last updated: 1 -3 1 -1 1 Page 3 of 9 Contract #25463 Amendment # 1 Encumbrance #S003681 EXHIBIT "A -1 REVISED STATEMENT OF WORK CONSTRUCTION AND MAINTENANCE OF THE SOLARY CANAL REGIONAL STORMWATER TREATMENT FACILITY 1. INTRODUCTION and BACKGROUND One of the missions of the District as outlined in the Middle St. Johns River Basin Surface Water Improvement and Management Plan is to improve the water quality in the Lake Jesup Basin through retrofit projects. The Solary Canal Project was identified in the Basin Management & Treatment Alternatives study, prepared in 2001, as one of several high priority tributaries targeted for stormwater treatment and flood protection improvements. The 29.4 -acre project site is located within the City of Winter Springs (City) and is south of Lake Jesup, within the Solary Canal Sub -basin. The Solary Canal Sub -basin consists of approximately 1,639 acres and is one of the most developed areas of all the sub -basins located in the southem Lake Jesup basin. Currently, no treatment exists in the Solary Canal Sub -basin and no regional treatment exists on the south side of the lake. The Solary Canal flows through the Project Site and is the main conveyance system in the sub -basin. It emanates near County Road 426 and flows in a northerly direction towards Lake Jesup. The project has been a cooperative effort with the City of Winter Springs, the City of Oviedo and Seminole County. The District entered into this agreement to construct the facility with the City of Winter Springs (City) since the 29.4 -acre project location is within the City. The Solary Canal Project is the first regional project proposed for TP loading credit in the Lake Jesup Total Maximum Daily Load (TMDL) Basin Management Action Plan (BMAP). The local government partners will contribute in -kind services for the construction management, water quality monitoring, and the maintenance and operation of the completed facility. The District is a co- permittee on the project and will provide project oversight and direction as required. Project work began in April of 2010. During site excavation in July 2010, unforeseen conditions (boils) developed. Project work was interrupted and the project was redesigned. Following unsuccessful negotiations with the City's the City over the cost to complete the redesigned project, the District recommended that the City cancel the construction contract and that the District undertake site work using the District's Civil Works contract. The contractor hired to construct the project by the City has demobilized and removed its equipment from the site. The City has terminated its contract with the contractor and the City has reported that all liens have been released. The City and the District have agreed to authorize a final project redesign utilizing the services of CH2M Hill and further, to grant the District access to the property, owned by the City, for the purpose of completing the site. II. OBJECTIVE This project will reduce flooding and provide for water quality improvement. Flood reduction benefits are designed to eliminate street/yard flooding and bank overtopping for 25 -year storm events. Page 4 of 9 • Contract #25463 Amendment #1 Encumbrance #S003681 111. SCOPE OF WORK This agreement will facilitate the construction of the Solary Canal Regional Stormwater Treatment Facility as defined in Exhibit "C -1" — Schedule of Values (modified from City of Winter Springs Bid Form. IV. TASKS • Task 1 — Construction of portions of the Solary Canal Regional Stormwater Treatment Facility as indicated on Exhibit "C -1 ", attached. All construction shall be in accordance with required permits, plans, specifications and bid documents as modified and agreed to by the District. o Change Orders and contingencies shall require prior approval of the District's Project Manager to qualify for reimbursement. • Task 2 — (To be performed by the District) Completion of portions of the Solary Canal Regional Stormwater Treatment Facility as indicated on Exhibit "C -1 ", attached. • Task 3 —The District shall procure wetland mitigation credits sufficient to satisfy permit requirements in lieu of wetland plantings indicated in previous versions of the project design. • Task 4 - Following project completion, the City shall monitor water quality for a period of at least one year, and maintain and operate the Solary Canal Regional Stormwater Treatment Facility in perpetuity. V. TIMEFRAME AND DELIVERABLES Task 1 • Timeframe — Construction commenced in April 2010. The City's portion of the construction, except as indicated in the tasks below and on Exhibit "C -1," has been completed. • Deliverables — Progress Reports (Exhibit `B -1 ") including construction notes, photos and invoices for work completed and paid for. Task 2 (To be performed by the District) • Timeframe — Construction of portions of the project as indicated on Exhibit "C -1 ", attached, shall commence within 21 days of the effective date of this amendment. • Deliverables — Quarterly Progress Reports in a form mutually agreed to by the District and City Project Managers. Task 3 • Timeframe — Prior to completion of construction, the District shall procure wetland mitigation credits sufficient to satisfy permit requirements in lieu of wetland plantings indicated in previous versions of the project design. • Deliverables — Documentation confirming purchase of the wetland mitigation credits sufficient to satisfy permit requirements. Task 4 • Timeframe — Monitoring of water quality, maintenance and operation shall commence immediately upon completion of the facility. • Deliverables — Quarterly Progress Reports (Exhibit `B -1 ") including photos. Page 5 of 9 Contract #25463 Amendment #1 Encumbrance #S003681 VI. BUDGET AND COST SCHEDULE The District will reimburse the City for the cost of construction and maintenance in accordance with Exhibit "C -1" — revised from the original City of Winter Springs Bid Form, in an amount not to exceed $1,252,719.06. Invoices shall be submitted quarterly in accordance with contract provisions including all required documentation. Page 6 of 9 Contract #25463 Amendment #1 Encumbrance #S003681 EXHIBIT "B -1" — QUARTERLY PROGRESS REPORT FORM Contract Agreement No.: 25463 Contract Name: Agreement between the SJRWMD and City of Winter Springs For the MSJRB Solary Canal Regional Stormwater Treatment Facility Project Manager: Brian Fields 1 Telephone No.: I (407) 327 -7597 Quarterly Reporting Period: Project Title: Solary Canal Regional Stormwater Treatment Facility Provide a summary of project accomplishments to date. (Include a comparison of actual accomplishments to the objectives established for the period. If goals were not met, provide reasons why.) Provide an update on the estimated time for completion of the project and an explanation for any anticipated delays. Provide any additional pertinent information including, when appropriate, analysis and explanation of cost overruns or high unit costs. Page 7 of 9 Contract #25463 Amendment #1 Encumbrance #5003681 (continued from page 1) Identify below, and attach copies of, any relevant work products being submitted for the project for this reporting period (e.g., report data sets, links to on -line photographs, etc.) Provide a project budget update, comparing the project budget to actual costs to date. Expenditures Prior to this Expenditures Budget Total Project Reporting this Reporting Project Funding Category Budget Period Period Balance This report is submitted in accordance with the reporting requirements of No. 25463, Agreement between the SJRWMD and City of Winter Springs for the MSJRB Solary Canal Regional Stormwater Treatment Facility and accurately reflects the activities and costs associated with the subject project. Signature of Project Manager Date Page 8 of 9 Contract #25463 Amendment #1 Encumbrance #S003681 Exhibit "C-1 " SCHEDULE OF VALUES (Replaces CITY OF WINTER SPRINGS BID FORM (Wal-Rose, Inc)) SOLARY CANAL REGIONAL STORMWATER TREATMENT AREA REVISED SCHEDULE OF VALUES - AMENDMENT #1 ESTIMATED BUDGET TO ITEM EARNED REMAINING COMPLETE #VALUEBALANCE(DISTRICT) DESCRIPTIONQTYUNIT PRICETOTAL 1MOBILIZATION1$129,631.00$129,631.00$129,631.00$0.00$15,400.00 2CLEARING AND GRUBBING19$1,780.00$33,820.00$33,820.00$0.00 3SILT FENCE5,800$0.70$4,060.00$4,060.00$0.00 4STORMWATER POLLUTION PREVENTION1$5,500.00$5,500.00$5,500.00$0.00$10,000.00 5EXCAVATION170,305$1.50$255,457.50$200,040.00$55,417.50$95,000.00 6DEWATERING1$36,100.00$36,100.00$36,100.00$0.00 7FINE / FINISH GRADING ON SLOPES7,034$0.40$2,813.60$2,813.60$0.00$22,000.00 8BACKFILL AND COMPACTION3,415$0.70$2,390.50$2,390.50$0.00 9POND & WETLAND PLANTINGS1$18,300.00$18,300.00$0.00$18,300.00$0.00 10SEEDING25,132$0.35$8,796.20$0.00$8,796.20$68,400.00 11CANAL CROSSING1$60,100.00$60,100.00$39,065.00$21,035.00$67,300.00 12SYSTEM INTAKE STRUCTURE1$314,000.00$314,000.00$295,536.80$18,463.20$80,400.00 13CANAL OUTFALL EROSION PROTECTION1$20,560.00$20,560.00$20,560.00$0.00 14POND OVERFLOW WEIR1$25,810.00$25,810.00$0.00$25,810.00$38,000.00 15POND DRAWDOWN STRUCTURE1$20,064.00$20,064.00$6,019.20$14,044.80$32,100.00 16WETLAND OVERFLOW WEIR1$222,868.00$222,868.00$222,868.00$0.00 17WETLAND DRAWDOWN STRUCTURE1$17,313.00$17,313.00$17,313.00$0.00 18PERIMETER CHAIN-LINK FENCE4,870$15.00$73,050.00$73,050.00$0.00 19CHAIN-LINK GATE1$1,600.00$1,600.00$504.00$1,096.00 20AS-BUILT SURVEY AND DRAWINGS1$3,465.00$3,465.00$3,465.00$0.00$21,300.00 21QUALITY CONTROL TESTING ALLOWANCE1$20,000.00$20,000.00$20,000.00$0.00 $0.00$36,000.00 22ONE-YEAR POND & PLANTING MAINTENANCE ALLOWANCE1$36,000.00$36,000.00 $198,962.70 Base Bid Price (sum of items 1through 22)$1,311,698.80$1,112,736.10 23BID ALTERNATE #1 - SHEET PILE TREE WALL #11$58,247.00$58,247.00$0.00$58,247.00 24BID ALTERNATE #2 - SHEET PILE TREE WALL #21$47,897.00$47,897.00$0.00$47,897.00 25BID ALTERNATE #3 - SHEET PILE TREE WALL #31$47,897.00$47,897.00$0.00$47,897.00 Sum of Alternate Bid Items 1-3$154,041.00$154,041.00 Base Bid Price Plus Alternate Bid Items 1-3$1,465,739.80$1,112,736.10$353,003.70 26SJRWMD CHANGE ORDER #1 - ACCESS ROAD1$3,404.94$3,404.94$3,404.94$0.00 27SJRWMD CHANGE ORDER #2 $6,899.60$0.00 TESTING ALLOWANCE - ARDAMAN1$1,899.60$1,899.60$1,899.60$0.00 ENGINEERING SUPPORT SERVICES - CH2M HILL*1$5,000.00$5,000.00$5,000.00$0.00 28SJRWMD CHANGE ORDER #3 $14,727.70 $259.89 RIP-RAP1$9,892.10$9,892.10$9,892.10$0.00 WATER CHEMISTRY TESTING - ARDAMAN1$4,835.60$4,835.60$4,575.71$259.89 29SJRWMD CHANGE ORDER #4 $104,800.00 $6,169.56 IDLE EQUIPMENT / DELAY CLAIM1$75,000.00$75,000.00$75,000.00$0.00 TESTING ALLOWANCE1$10,000.00$10,000.00$3,830.44$6,169.56 RE-DESIGN SERVICES - CH2M HILL1$19,800.00$19,800.00$19,800.00$0.00 30SJRWMD CHANGE ORDER #5 - REDESIGN - CH2M HILL**1$16,580.00$16,580.00$16,580.00 Base Bid Price Plus Alternate Bid Items 1-3 Change Order #1,2,3,4 &5 $1,612,152.04$1,252,718.89$359,433.15 contingency funds remaining after CO #5 $87,847.96 PLUG 2 WETLAND BOILS 31$30,000.00 32PERMIT MODIFICATION - MITIGATION CREDITS$22,000.00 TOTAL CONTRACT REDUCTION = $1,700,000 - EARNED VALUE ($1,252,718.89) $447,281.11$501,900.00 *Work has been completed by CH2M Hilll but invoices in the amount of $1,952.96 have not been received **Cost of work for Change Order #5 is considered to be 100% earned value Page 9 of 9