Agenda 05/13/2025 Item #16C 3 (Change Order No. 2 to Agreement No. 24-8204 with Lawrence Lee Construction Services, Inc., for the North County Regional Water Treatment Plant)5/13/2025
Item # 16.C.3
ID# 2025-1180
Executive Summary
Recommendation that the Board of County Commissioners, as ex-officio the Governing Board of the Collier County
Water-Sewer District, ratify administratively approved Change Order No. 2 to Agreement No. 24-8204 with Lawrence
Lee Construction Services, Inc., for the North County Regional Water Treatment Plant (NCRWTP) Feed Pump
Rehab/Motor Replacement project, increasing the contract amount by $67,061.65 from $1,633,000 to $1,700,061.65, and
authorize the Chairman to sign the attached Change Order. (Project No. 70277)
OBJECTIVE: To replace motor/pump couplings that were found to be beyond repair and are required as part of the
project to rehabilitate five water pumps located at the NCRWTP.
CONSIDERATIONS: On May 14, 2024 (Agenda Item 16.C.1), the Board approved Agreement No. 24-8204 (the
“Agreement"), NCRWTP Feed Pump Rehab/Motor Replacement, in the amount of $1,603,000, with an Owners’
Allowance of $30,000 to Lawrence Lee Construction Services, Inc.
Proposed Change Order No. 2 aligns with the original scope, terms, and conditions of the contract that required the feed
pumps to be shipped to a vendor to be disassembled and rehabilitated. Due to unforeseen conditions discovered in the
pump rehabilitation process it was discovered that the motor/pump coupling assemblies have experienced wear beyond
repair. To resolve the issue, staff issued Change Order No. 2 to replace the pump/motor couplings benefitting the public
by extending the useful life of the pumps. Staff evaluated the vendor’s recommendation and determined that
replacement of the coupling assemblies is the best value solution given the cost, performance risks, warranty and
schedule implications.
The Procurement Services Division administratively approved Change Order No. 2 on March 27,2025, as authorized by
Collier County Procurement Ordinance No. 2017-08, as amended, at Section Nineteen, Contract Administration,
subsection 3.b.
The County’s Engineer of Record, Jacobs, confirmed that the pump couplings were found to be excessively worn and in
need of replacement. Jacobs reviewed the proposed change order and has confirmed that the costs associated with the
work are reasonable.
This item is consistent with the Collier County strategic plan objective to plan and build public infrastructure and
facilities to effectively, efficiently, and sustainably meet the needs of our community. It is further in support of the
Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public
infrastructure resources through proper planning and preventative maintenance as well as use the Annual Update and
Inventory Report, CCWSD Capital Improvement Program (CIP), FY25 Budget and other planning tools to establish and
implement plans that concurrently provide public infrastructure.
FISCAL IMPACT: Total funding needed for this change is $67,061.65. The source of funding is Water User Fee
Capital Project Fund (4012), Project 70277.
GROWTH MANAGEMENT IMPACT: There is no impact to the current Growth Management Plan standards to
ensure the adequacy and availability of viable public facilities.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires a majority vote for Board
approval. —SRT
RECOMMENDATIONS: Recommendation that the Board of County Commissioners, as ex-officio the Governing
Board of the Collier County Water-Sewer District, ratify administratively approved Change Order No. 2 to Agreement
No. 24-8204 with Lawrence Lee Construction Services, Inc., for the North County Regional Water Treatment Plant
(NCRWTP) Feed Pump Rehab/Motor Replacement project, increasing the contract amount by $67,061.65 from
$1,633,000 to $1,700,061.65, and authorize the Chairman to sign the attached Change Order. (Project No. 70277)
Page 1566 of 5243
5/13/2025
Item # 16.C.3
ID# 2025-1180
PREPARED BY: Tom Sivert, P.E., Project Manager III (Licensed), Public Utilities Engineering and Project
Management Division
ATTACHMENTS:
1. Change Order #2 CAO
2. Contract Fully Executed 5-16-2024
3. Cost Reasonableness Assessment CO #2
Page 1567 of 5243
Page 1568 of 5243
Page 1569 of 5243
Page 1570 of 5243
Page 1571 of 5243
Page 1572 of 5243
Page 1573 of 5243
Page 1574 of 5243
Page 1575 of 5243
Page 1576 of 5243
Page 1577 of 5243
Page 1578 of 5243
Page 1579 of 5243
Page 1580 of 5243
Page 1581 of 5243
Page 1582 of 5243
Page 1583 of 5243
Page 1584 of 5243
Page 1585 of 5243
Page 1586 of 5243
Page 1587 of 5243
Page 1588 of 5243
Page 1589 of 5243
Page 1590 of 5243
Page 1591 of 5243
Page 1592 of 5243
Page 1593 of 5243
Page 1594 of 5243
Page 1595 of 5243
Page 1596 of 5243
Page 1597 of 5243
Page 1598 of 5243
Page 1599 of 5243
Page 1600 of 5243
Page 1601 of 5243
Page 1602 of 5243
Page 1603 of 5243
Page 1604 of 5243
Page 1605 of 5243
Page 1606 of 5243
Page 1607 of 5243
Page 1608 of 5243
Page 1609 of 5243
Page 1610 of 5243
Page 1611 of 5243
Page 1612 of 5243
Page 1613 of 5243
Page 1614 of 5243
Page 1615 of 5243
Page 1616 of 5243
Page 1617 of 5243
Page 1618 of 5243
Page 1619 of 5243
Page 1620 of 5243
Page 1621 of 5243
Page 1622 of 5243
Page 1623 of 5243
Page 1624 of 5243
Page 1625 of 5243
Page 1626 of 5243
Page 1627 of 5243
Page 1628 of 5243
Page 1629 of 5243
Page 1630 of 5243
Page 1631 of 5243
Page 1632 of 5243
Page 1633 of 5243
Page 1634 of 5243
Page 1635 of 5243
Page 1636 of 5243
Page 1637 of 5243
Page 1638 of 5243
Page 1639 of 5243
Page 1640 of 5243
Page 1641 of 5243
Page 1642 of 5243
Page 1643 of 5243
Page 1644 of 5243
Page 1645 of 5243
Page 1646 of 5243
Page 1647 of 5243
Page 1648 of 5243
Page 1649 of 5243
Page 1650 of 5243
Page 1651 of 5243
Page 1652 of 5243
Page 1653 of 5243
Page 1654 of 5243
Page 1655 of 5243
Page 1656 of 5243
Page 1657 of 5243
Page 1658 of 5243
Page 1659 of 5243
Page 1660 of 5243
Page 1661 of 5243
Page 1662 of 5243
Page 1663 of 5243
Page 1664 of 5243
Page 1665 of 5243
Page 1666 of 5243
Page 1667 of 5243
Page 1668 of 5243
Page 1669 of 5243
Page 1670 of 5243
Page 1671 of 5243
Page 1672 of 5243
Page 1673 of 5243
Page 1674 of 5243
Page 1675 of 5243
Page 1676 of 5243
Page 1677 of 5243
Page 1678 of 5243
Page 1679 of 5243
Page 1680 of 5243
Page 1681 of 5243
Page 1682 of 5243
Page 1683 of 5243
Page 1684 of 5243
Page 1685 of 5243
Page 1686 of 5243
Page 1687 of 5243
Page 1688 of 5243
Page 1689 of 5243
Page 1690 of 5243
Page 1691 of 5243
Page 1692 of 5243
Page 1693 of 5243
Page 1694 of 5243
Page 1695 of 5243
Page 1696 of 5243
Page 1697 of 5243
Page 1698 of 5243
Page 1699 of 5243
Page 1700 of 5243
Page 1701 of 5243
Page 1702 of 5243
Page 1703 of 5243
Page 1704 of 5243
Page 1705 of 5243
Page 1706 of 5243
Jacobs Engineering Group Inc. Project name: NCRWTP NF Feed Pump Rehab Subject: Cost Reasonableness Assessment: Motor Hub/Pump Couplings Dear Mr. Sivert The EOR reviewed a change order proposal by the Contractor for Motor Hub/Pump replacement couplings. Cost reasonableness was assessed by contacting independent vendors, not involved with the project, for pricing of similar equipment. The subject parts will be installed in refurbished 200 horse-power vertical turbine pumps at the North County Regional Water Treatment (NCRWTP). Based on the pump style and size, the couplings are critical to the long-term reliable operation of the pumps. The EORs findings are as follows: The existing Motor Hub/Pump Couplings were found to be excessively worn and in need of replacement. The couplings are unique to the pump manufacturer and the pump model. Afton Pumps fabricates the couplings only on an as-needed basis. They are custom fabricated using domestic stainless steel and labor. The precision of the coupling dimensions and quality of manufacture are critical to reliable operation of the pumps. Replacing the Motor Hub/Pump couplings through Afton Pumps provides the County a refurbished pump warranty. Afton Pumps will not warranty refurbished pumps assembled using 3rd party replacement parts. The Contractor submitted a change order proposal with a cost of $67,061.65 or approximately $13,412.33 per set of couplings (five sets of couplings). Discussions with vendor representatives for Flowserve and KSP Pumps confirmed the inability to source these couplings with the same assurances offered by Afton Pumps. The parts in question are custom fabricated and of high-quality manufacture. The Contractor’s proposed price is representative of similar types of couplings procured as spare parts and thus the EOR deems the Contractor’s cost proposal reasonable. The intent of the project is to support the long-term continuous operation of the NCRWTP. The Contractor’s proposed change order supports the intent of the project by providing high quality parts and pump refurbishment services supported with an Afton Pump refurbishment warranty. The proposed change order also supports the public’s interest in reliable cost-effective operation of the NCRWTP. April 29, 2025 Attn: Tom Sivert, P.E. Engineering and Project Management Division Collier County Public Utilities 3339 Tamiami Trail East Suite 303 Naples, Florida 34112 www.jacobs.com Page 1707 of 5243
Date: 29 April 2025 Subject: Cost Reasonableness Assessment: Motor Hub/Pump Couplings Jacobs Engineering Group Inc. 2 Regards, Erik L. Jorgensen, P.E. Senior Project Manager Erik.Jorgensen@Jacobs.com Page 1708 of 5243