Loading...
Backup Documents 04/11/2023 Item #16A17 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 A 1 '7 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 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#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 2. 3. County Attorney Office County Attorney Office 4. BCC Office Board of County Commissioners gLkt ( y/(Rf 23 5. Minutes and Records Clerk of Court's Office 141,1 ,4 (Z'.S flv► PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary-cortact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. E;, , Name of Primary Staff John Conti/Transportation Engineering Contact Information 239-348-1328 Contact/Department Agenda Date Item was April 11,2023 Agenda Item Number 16.A.17 Approved by the BCC Type of Document Change Order#1 for adding work and time Number of Original 1 Attached to the Veteran Memorial Blvd Road Project Documents Attached PO number or account N/A number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK ✓JC 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be V JC signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the ✓ JC document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's ✓ JC signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. 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! 8. The document was approved by the BCC on 4/11/2023 and all changes made during ✓JC N/A is not the meeting have been incorporated in the attached document. The County an option for Attorney's Office has reviewed the changes,if applicable. this line. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for the i,c,.4fl79 an option for Chairman's signature. this line. 16A17 Procurement Services el ter c,ol4.n.Ly Change Order Form Contract Modification ❑ Work Order Modification Contract#: 20-7708 Change#: 1 Purchase Order#: 4500208117 Project#: 60198 Contractor/Firm Name: Quality Enterprises, Inc. Contract/Project: Veterans Memorial Blvd Phase I Project Manager Name:[ John Conti 8 Bee Thao _ 1 Division Name: Transportation Engineering Original Contract/Work Order Amount $ 10,065,000.00 10/27/20;11A Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 10,065,000.000 10/27/20111A Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 10,065,000.00 6/8/2023 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 784,998.50 7.80% Total Change from Original Amount Revised Contract/Work Order Total $ 10,849,998.50 7.80% Change from Current BCC Approved Amount Cumulative Changes $ 784,998.50 7.80% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 11/20/2020 Original 6/8/2023 Last Approved 6/8/2023 Revised Date 7/13/2023 Date Completion Date Date (Includes this change) #of Days Added 35 Select Tasks ®Add new task(s) ❑ Delete task(s) ❑Change task(s) ❑ Other Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested); 2.)why this change was not included in the original contract;and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. The new Substantial Completion date will be May 14, 2023.The new Final Completion date will be July 13, 2023. 1.Additional sidewalk quantity: 1.Increase the width of the sidewalk along the north side of the roadway from 6 feet to 10 feet for a total of$217,200.90. 2.This amount was not included in the original contract because the change is based on requests of citizens during a public meeting. 3.If this change is not processed,the sidewalk would be less safe for shared use in the proximity of two schools, 2.Change curbing from type A to type F: 1.Change 10,694 LF of Type A curb to Type F for an additional$35,397.14. 2.Type A curb was depicted in the conceptual drawings provided to the Contractor at bid.The County Engineer recommends utilizing type F curb to provide a safer median.Type A is mountable for vehides whereas type F is not. 3.If this change is not processed,vehicles could inadvertently mount the curb and travel over medians causing unsafe conditions, 3.Change from 12" Force Main to 8" Force Main: 1.This change will credit ($22.822.43)to the Project to change the proposed 12"force main to 8" per the request of the school board. 2.This amount was not included in the original contract because the RFP required contractors to bid on furnishing and installing a 12"force main.The School board determined that only an 8"force main was required. 3.If this change is not processed,the County would be installing a larger force main than required and the savings of the change would not be captured. 4. 12"water main relocation: 1. Relocate the 12"water main from the south side of the roadway to the north side.This requires additional length of pipe for a complete tie in for a total of$19,912.80. 2. Relocation of the line is required due to anticipated conflicts with the proposed wall for Imperial Golf Estates and was also requested by Public Utilities due to concerns with future construction. 3. If this change is not processed,the water line would not have the required separation from the force main in some areas in accordance with County specifications and it could cause conflicts with future projects. 5.Changes to Mediterra Maintenance Entrance: 1. Compensate the contractor for making changes to the Mediterra maintenance entrance to align with the signalized intersection of the Elementary School on the south side for a total of$114,769.01.This intersection requires several additional items to meet the standards of the MUTCD(Manual on Uniform Traffic Control Devices). 2. This amount was not included in the original contract because Mediterra requested changes be made to their entrance that could not have been anticipated during the original design and bid process. 3. If this change is not processed,the Mediterra maintenance entrance will not be installed as desired and will not meet MUTCD et nil rile Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY CAS) Admin ("P�) BCC ES CA 16A17 6.County IT fiber: 1.Add 6170 LF fiber conduit along the south side of the roadway for future County use for a total of$71,738,35. 2.This amount was not included in the original contract because it was determined after the bid that adding the conduit run for future IT use would be beneficial to the County. 3. If this change is not processed,the County would likely pay more for the conduit run under a separate contract. Installing conduit by utilizing the existing trench is advantageous to the County. 7.Turn lane extension into elementary school: 1.Extend the turn lane entering the elementary school from 400 LF to 600 LF for a total of$40,574.78. 2.The extension of the turn lane would allow for a larger capacity of turning vehicles and avoid school traffic backing up into the through lanes. 3.If this change is not processed, vehicles turning into the school could block a through lane on the roadway. Additionally, if the County determined to extend the lane after this contract, it would likely cost more and would be an additional construction project affecting all users of the facility as well as the school and residents in the area. 8.Additional Design Costs: 1.Compensate the Design Build team for additional design work for a total of$22,680 in relation to an additional traffic count station, future IT fiber design, traffic signal warrants at the Mediterra Maintenance entrance and perform additional Vertical Illuminance studies. 2.The additional information was required due to population changes within the area after the bid was awarded and changes as requested by the County to improve the project. 3.If this change is not processed,the information required to design the plan set would not be adequate. 9.Changes in Pipe Size and Berms due to Permitting Agency: 1.Compensate the contractor to install features as required by the permitting agency in accordance with the approved permit for a total of$194,856.30. 2.This amount was not included in the original contract because conceptual plans submitted to South Florida Water Management District(SFWMD)showed 42"piping and a berm elevation of 13.4 ft.This is what contractors bid on. During SFWMD's review, they required changes increasing the size of pipe from 42"to 48"and raising the berm elevation from 13.4 ft to 14.2 ft.The additional cost for the larger pipe and additional fill could not have been anticipated at the contractor's time of bid, 3.If this change is not processed, the contractor will not be able to build the project to the SFWMD permit requirements. 10. Additional fill for wall at Imperial Golf Estates: 1.Add embankment to the project to harmonize the project with adjacent property for a future wall at Imperial Golf Estates for a total of$90,691.65. 2.This amount was not included in the original contract because preliminary noise warrant studies did not support the installation of a sound wall. Hence,the slope along Imperial Golf Estates was originally designed to drop from the edge of sidewalk and tie into their drainage canal with a slope. The decision was made to make this area flat to both create a safer area and provide ease of maintenance. 3. If this change is not processed,there would be a much larger slope behind the sidewalk. 11. Time extension: 1.Add 35 days to the allowable contract time due to the work added in this change order and the effects of Hurricane Ian. This is a $0.00 change. 2. These days were not included in the original contract time as the changes were made after contract award and hurricanes cannot be anticipated when developing contract time. 3. If this change is not processed, the contract time would not take into account the days required for the above changes and delays occurred due to Hurricane Ian. —Final approval of this Change Order#1 is contingent upon approval by the Board. lino Board approval issued, this Change Order#1 shall be null and void. Revised:01114/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC ES GAO 16A17 Prepared by: Date: 3 2/?-1Z 3 (St ve Na P E., Senior Profect-Engtrreer, Hardesty& \` Hanover) Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above, as fully as if the same were stated in this acceptance.The adjustment, if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. Accepted by: - — ---- ---- Date: 3/1 7/23 (Lou Gaudio, Project Manager,Quality Enterprises USA) —John Conti Digitally 23.03.ned 7y0:John 47 Date:2023.03.17 t0:35:47 by: -04'00' Accepted Date: (John Conti, Project Manager, GMD Transportation Engineering) T h a o B e e Digitally� signed by ThaoB4e Dateete:2023.03.17 12:18:24 Approved by; (Bee Theo,P.E., Senior Project Manager, GMD Transportation Engineering)ThomasMatthe °n tale'sMatth®wy Date:2023.03.17 10:38:35 Accepted by: -04'00' Date: (Matthew Thomas,P.E., Principal Project Manager,GMD Transportation Engineering) MessamMarlen DMesalgltaliya aignedby mManene Date:2023.03.17 13:11:23 Approved by: a -04'00 (Jay Ahmed,P.E„ Division Director,GMD Transportation Engineering) ScottTrinity Digitally signed by ScottTri8:48:37nlly Date:2023.03.21 08:48:3 7 Approved by: oa'oa _ Date: (Trinity Scott,Department Head,Transportation Management Services) Daftly ut.nmatts. CN•Md..,M.Tw.,OU•Owr.i.OU•.PM McLeanMatthew M„„r:a o or.0= 1 Approved by: i~r023.3:0110.,,... Date: (Matt McLean,Utilities) Digitally signed by ZimmermanSue ZimmermanSue Approved by:-- Date: 2023.03.29 13:38:18 04'00' Date:(Procurement Professional) — Revised'01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREM T USE ONLY ry {� Admin BCC BCC ES (1: 1 6 A 1 7 ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzel,Clerk of Courts COLLIER COUNTY, FLORIDA &Comptroller By: 0 e• By: , Rick LoCastro, Chairman Dat4 LV 1441:8) / M: A 'I -.: (SE -7 s*4 O Chairman's V't' - 'Algature only. ...k.,•- . Approv -a ,to irmt 'a eg ity: By: . _ _c_t c L._ §co . . Teac Deputy County Attorney CAO 1 1 6A 1 7 (Procurement Professional) Change Order/Amendment Summary COST TIME CO# AMD# Description Days New Justification Additive (+) Deductive(-) Added Amount Add sidewalk; Change Curbing from Type A to Type F;Change from 12"to 8" Force Main; 12" water main relocation; Changes to Mediterra Added work as requested by public, 1 Entrance;Add IT $784,998.50 35 965 Collier County, School Board and fiber;turn lane Permitting Agency. Time added for extension to added work and hurricane. school;Added design cost: Change in pipe size and added berms for permit; Added fill for wall at Imperial golf Estates;Added time. Revised: 01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) I PROCUREMENT USE ONLY I Admin Rpf BCC ES 16A17 EXHIBIT"A" T'es Change Revised Contract Increasec/ Increased/ Total Revised Total Revised Decreased Unit Unit Decreased Item Item ddar" �.m. " Quantit Cost of Measure Cost Ouanet Cost 5�"��.,. �i,tarrYlty'.• �Mptt}I3de RiWll;6'8?10! $1),20D.50 S%1J'.'I00E90. JUST FICATION 1 522-2 10'SIDEWALK-6,868 LF WAS ORIGINAL..Y e' 3052 $57.31 SY S174,910.12 2 120-6 EMBANKMENT 1322 $37 99 CY 542,29078 Narrf;t,Cull)Cr .:. w• 1:.."., x'',,,,Asimiti Y '".k.",° „,' "`: :• .. , aa,*„..v uu rA•'..yy.£a�.;:vk`t.k_zs x.,. :. =ld S.aa x4.w JUSTIFICATION 3 `0 i0.1-:0 '"YPF F CURB-DIFF IN COST BETWEEN TYPE A AND TYPE F 10694 $3.31 LF 535,39714 S22,82243 ,. 4448'7;4. JUSTIFICATION --- ORIGINALLY PLANNED PRICES FOR 12"FM 4 12"C900 DRIB -4400 $ 16.91 LF -$74,404.00 5 12"PRESSURE VALVES -S $ 2,91915 FA -514,595 75 6 12"RESTRAINTS -27 $ 104.72 EA -$2,827.44 SUBTOTAL S91,827.15 ACTUAL USED AFTER CHANGE TO 8" 7 _ 8"C900 D818 4400 $ 13.89 IF I $61,116.00 8 8"'RFSSURE VALVES 5 $ 1,185.00 CA i $5,325.00 9 12"X B"Ml REDUCER $ 450.68 EA $450 68 )( 8"RESTRA'.NTS 27 $ 56.04 EA $1,513.08 SUBTOTAL I 563,004.76 I DIFFERENCE -S22,822 43 ^ IVIOX it Water Est icr frarer Gnutb Side of Rcad A,,4iurt1r 519.912.8 : . 519,9220 JUSTIFICATION 111505.3211 ADDI'IONAL12"DR18 TO CROSS ROAD 240.00 $ 82.97 LF $19,912.80 4hm)ges/Ad itionb to Vtc(it'lAEntion'c 5114,763,01 51t4,7 (11 JUSTIFICATION 12 160.4 TYPE-B STABILIZATION 63.00 $ 5.11 SY S321.93 13 285.709 OPTIONAL BASE,BASE GROUP 9 60.00 $ 17.57 5Y $1,354.20 14 334.1.13 SUPERPAVE ASPHALTIC CONCRETE,TRAFFIC C(2") 7 DC $ 100.89 TN 5706.23 2(1137.7.82 ASPH CONC,FC TRAFFIC-C FC-9.5(1"1 3.00 $ 15:61 TN 5454.83.. 15,425.1351 CURB INLETS TYPE P•5 4.00 $ 5,704,21 EA 522,816.84 16430-175-118 PIPE CULVERT ROUND 18" 260.00 5 88.88 IF 523,108,80 1.)5,0.1-10 CONCRETE CURB AND GUTTER TYPE-F 10.00 $ 11.55 tr 5115 S0 18 715-4-13 LIGHT POLE COMPLETE 1.00 S 6,120.00 EA --c6.120.00 " SUBCONTRACTOR COSTS _ 19 646.1.11 ALUMINUM SIGNAL POLE 2.00 $ 1,317,00 EA $2,634.00 19 649 21.3 MAST ARM SINGLE ARM 40' 1.00 S 45,000 00 EA 545,000 00 19 650.1.14 TRAFFIC SIGNAL 3 SECTION ONE WAY 2.00 $ 1.083.00 EA $2,166.00 19 653.1-11 PEDESTRIAN SIGNAL HEAD 2.00 $ 783.00 EA $1,566.00 19 650.2-106 LOOP TYPE F 1 30 S 1.450.00 EA 51,450.00 1$6661-11 PEDESTRIAN DETECTOR ACCESSIBLE 2 OC S 250.00 FA $SOT 00 19 700-5-21 INTERNALLY ILLUMINATED SIGN 5 00 $ 3,967.00 FA 53,967 00 SUBCONTRACTOR TOTAL 557,783 00 Contractor Markup on Sub(5%)excluding roles $2,787.68_ 5114,769.01 Futust IT Fiber Y$'<'` 7a; °'.' •-'.,.. 5717ifi 95 €c ^ e.'a:.,.. .I ISTIFICATION 18 6.30-2 11 CONDUIT(F&I)IOPENTRENCH.FOR FUTURE IT) 6170.00 S 5.70 LF 535,169.00 18 630 2.12 CONDUIT IP&I)IDIRECTIONAL BORE•FOR FUTURE IT) 565.00 S 23.02 IF $13,006.30 18 635.2-12 PULL&SPLICE BOX,F&I,24"X36"COVER SIZE(FIBER) 15 00 $ 1.570.87 FA $23,563 C5 $71,738 35 --- EkTintO Turn Lai>r IMO L'etn-ar,s EIeru or.•.ara herr,tt--;r,BOOT -. -- - " 440,974 TR 560„574.78 JUSTIFICATION 12 160.4 TYPE B STABILIZATION 745.00 $ 5.11 SY $3,806.95 13 285.709 OPTIONAL.BASE,BASE GROUP 9 745.00 $ 17.57 SY $11,089.E5 14 334-1-13 EUPERPAVE ASPHALTIC CONCRETE,TRAFFIC C(2"1 8200 $ 10089 TN 5R,7779R 20 337 7.82 ASPH CONC FC,TRAFFIC•C,FG9.5(1") 41 00 $ 151.61 TN $6,216 01 21 520 1-10 CONCRETE CURB AND GUTTER TYPE-F •578 $ 11.55 LF •$E 675.90 22520.5.41 TRAFFIC SEPARATOR TYPE IV 289.00 S 52.94 IF $15,299.66 2.,711.11170 THERMO,STANDARD,WHITE ARROW 5 00 S 63.00 FA S315.00 23 711-16101 THERMO,STANDARD-GTHER SURFACE WII TT 6"SOLID 0 053 $ 4,725.00 GM $250 43 540,574 7R AU:Ii6nnn D•ap0CuabTrelelroak 622,689;01T. 522,680.00 JUSTIFICATION ADD TRAFFIC COUNT STATION 53,600 CO 2"CONDUIT FOR FUTURE FIBER $1,200.00 TRAFFICSIGNAL WARRANTS 5R,400 00 PRFPARF VERTICAL.ILLUMINANCE 58,400.00 $21,600 00 5%Subcontractor Markup - S 1,080.00 ChO 16A17 . . ,._ . i§_4t:>fu_2 $194,t166.3D . S197l8 �� 25 JUSTIFICATION 430 175-142 42'RC, .1280 $ 213.00 LF -$272,640.00 26 430.175-148 48"RCP 1280.00 $ 27401 LF 5350.732.80 ^� 2 120-6 EMBANKMENT 3650.00 5 31.99 CY 5116,763.50 $194,856.30 Iik/rlitrondi Fill to Ai nr11o3oe(WWI;J'hr l fui Wiper ul Gulf Eslules -$9Q691.65 ... .1 IS 599,691.65 JUSTIFICATION 2 110-6 EMBANKMENT 2835.00 $ 31.99 CY $90,691.6S CHANGE ORDER SUMMARY $784,998,50 $784,998.50 I Cost I Time Previous CO Increases/(Decreases) $ - 0 Total Increase/(Decrease)This Change 5 784,998.50 35 Total Contract Increase $ 784,998.50 35 Original Contract Amount $ 10,065,000.00 930 Contract Amount with All Changes $ 10,849,998.50 965 CAD