Loading...
Backup Documents 05/13/2025 Item #16C 3 16C3 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 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#I through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office ,S>7 /� 4. BCC Office Board of County / Commissioners 1515 13A5 5. Minutes and Records Clerk of Court's Office r Op6 PRIMARY CONTACT INFORMATION 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,may need to contact staff for additional or missing inf ation. Name of Primary Staff Tom Sivert Phone Number 252 5276 Contact/ Department Agenda Date Item was 5 13 2025 Agenda Item Number 16C3 Approved by the BCC Type of Document Change Order Number of Original 1 Attached Documents Attached PO number or account number if document is NA 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) l. Does the document require the chairman's original signature? TAS 2. Does the document need to be sent to another agency for additional signatures? If yes, TAS 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 signed by the Chairman,with the exception of most letters,must he reviewed and signed TAS by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attomey's TAS 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 TAS 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 signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. TAS 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 5/1312°2%nd all changes made during u t 5/13/2025 the meeting have been incorporated in the attached document. The County d Attorney's Office has reviewed the changes,if applicable. TAS 4 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for the c Hew Chairman's signature. &IS e I6Ca ak Go .li ear County Procurement Services Change Order Form Contract# 24-8204 co#2 PO#4500231623 Project#:70277.2 Project Name: NCRWTP Feed Pump Rehab/Motor Replacement Contractor/Consultant Name: Lawrence Lee Construction Services, Inc. Select One:0 Contract Modification(Construction or Project Specific) ❑Work Order Modification Project Manager Name: Tom Sivert Division Name: PUEPMD 1 Original Contract/Work Order Amount $1,633,000.00 4/14/2024;16C1 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount - Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $1,633,000.00 12/28/2025 SAP Contract Expiration Date(MASTER) Dollar Amount of this Change $67,061.65 4.11% Total%Change from Original Amount Revised Contract/Work Order Total $1,700,061.65 000% %Change from Current BCC Approved Amount Total Cumulative Changes S67,061.65 4.11% %Change from Current Amount Notice to Proceed 6/6/2024 Original NTP 570 Original Final 12/28/2025 Last Final 12/28/2025 Date #of Days Completion Date Approved Date #of Days Added 0 Revised Final Date NA Current Substantial Completion Date 11/28/2025 (includes this change) (if applicable) Provide responses after each question in box below (Responses should be brief and specific). Attach additional information and/or documentation from the Design Professional and/or Contractor, if needed, with your submission of this Change Order and complete summary on next page. Check all that apply to this Change Order request:❑Add Time; ❑Add funds; ❑Use of Allowance; ❑Modify/Delete existing Task(s);Q Add new Task(s); ❑ Reallocate funds; ❑Other(must be explained in detail below) 1.) Detail of change/s to be made through this Change Order. Change Order#2 addresses the changes specified in Work Directive #2 and increases the contract amount by $67,061.65 resulting in a revised contract amount of$1,700,061.65. 2.) If this Change Order is currently under a Stop Work, please identify the date issued and number of days remaining or "N/A" if not applicable. NA 3.) Explain why this change was not included in the original contract/Work Order. This change was not included in the original design as it was unknown that the existing pump couplings had degraded over time to the point that replacement was recommended. The condition of the existing couplings was not detected until the vendor had disassembled the pump as part of the rehab process. 4.) Describe the impact if this change is not processed. If this change is not processed, expected service life of the rehabilitated pumps and new pump motors would be reduced. Project stakeholders accessed the cost, risk, warranty, and schedule impact and determined replacement of the couplings provided the best value solution. Page 1 of 4 Change Order Form(2023_ver.1) 16C3 Co r Co ,tnty MKKm Procurement Services Change Order Form Contract# 24-8204 co#2 PO#4500231623 Project#: 70277.2 Project Name: NCRWTP Feed Pump Rehab/Motor Replacement Contractor/Consultant Name: Lawrence Lee Construction Services, Inc. Change Order/Amendment Summary (If additional spaces needed, attached a separate Summary page to this amendment request) COST TIME CO# AMD# Description Additive Deductive Days Total New Justification (+) (-) Added Time WD#1 This change order addresses WD #1 and is funded by the Owner's 1 0 570 Allowance in the amount of $13,971.00. WD #2 This change order addresses WD #2 and 2 $67,061.65 0 570 results in a contract increase of$67,061.65. ❑Check here if additional summary page/s are attached to this Change Order Page 2 of 4 Change Order Form (2023_ver.1) CA 16C3 t Co ier C.dounty Procurement Services Change Order Form Contract# 24-8204 co*2 PO# 4500231623 Project#: 70277.2 Project Name: NCRWTP Feed Pump Rehab/Motor Replacement ContractorlConsultant Name: Lawrence Lee Construction Services, Inc. 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. Contractor/ConsultanUDesign Professional signature below must be from an authorized person/officer/director of the Company or listed as the qualified licensed Professional"Project Coordinator"or Design/Engineer Professional under the agreement. Signature authority of person signing will be verified through the contract OR through the Florida Department of State, Division of Corporations (Sunbiz) website (https://dos.mytioridacorn/sunbiesearcp42. if the person signing is not listed, we will require signature authority by one of the listed officers/directors of the company giving that person signature authority. SivertTom Digitally signed by SivertTom Prepared by: Date:2025.03.21 09:12:50-04'00' Date: Signature-Division Project Manager Tom Sivert, P.E KLA 3/19/25 Printed Name °0,4wn.re Err 1.bryr.Mn V E. Accepted b Erik L. Jorgensen P.E. 0. Date: Signature-Design/Engineer Professional(if applicable) Printed Name/Title/Company Name Accepted by: Scott E. Barnhart �M._":p ....W.....�w�.-....�,� �"-. _...r. Date: 3/21/25 Signature-ContractoriConsultant/vendor Scott E. Barnhart/ Division Manager/ Lawrence Lee Construction Services, Inc. Printed Name/Title/Company Name Approved by: Date: Signature-Division Manager or Designee(Optional) Printed Name by WI* McLean Matthew "�"�"•a ° Approved by: a"":v,03„,2.°,, Date: Signature-Division Director or Designee(Optional) Matthew McLean Printed Name Approved by: Date: Signature-Division Administrator or Designee (Optional) Printed Name Page 3 of 4 Change Order Form(2023_ver.1) 16C3 Corner County Procurement Services Change Order Form Contract# 24-8204 CO#2 PO# 4500231623 Project#: 70277.2 Project Name: NCRWTP Feed Pump Rehab/Motor Replacement Contractor/Consultant Name: Lawrence Lee Construction Services, Inc. FOR PROCURMENT USE ONLY FY 25 CHO Request# 634 Digitally signed by BowdenStephanie BowdenStephanie Approved by: Date:2025.04.03 10:47:17-04'00' Signature-Procurement Professional Signature/Date Approved by: Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: ❑ Administrative ( Administrative-BCC Report ❑ BCC Stand-Alone ES (BCC Approval Required) BCC APPROVAL ATTEST: Crystal K. Kinzel,. eke he Circuit Court BOARD OF COUNTY COMMISSIONERS and Comptraiile?. COLLIER COUNTY, FLORIDA ' iiBy: � ,.._ ...,' By: �IGMQ� r� Burt L. Saunders , Chairman Dated: J / ,S 5 Attest 5'tmtai,t'rman's Date: S/13/25 signature'only (SEAL) Agenda# 16c 3 pprovs r and Le ality: Deput County Attorney � 02AtG Print Name Page 4 of 4 Change Order Form(2023_ver.1) 16C3 LAWRENCE ', LEE shtc@lawreneei.ecC nstrurtign.com 0 CONS I-RRUCTION SERVICES Contact: Mr.Erik Jorgensen.P.E. Date: 1/21/25 Revised Date: 3/18/25 Jacobs Re: NCRWTP E:Erik.jorgensen@jacobs.com Feed Pump Rehabilitation Spare Pump Replacement Parts Change Order#02 Mr.Jorgensen: Lawrence Lee Construction Services,Inc.,would like to request Change Order#2 for the NCRWTP Feed Pump Rehabilitation and Motor Replacement project(CCU Project No.70277.2)based on Work Directive#2,for a total amount of$67,061.65.The Work Directive is presented under Contract No.24-8204 and includes providing Five(5)replacement Motor Hub F/Coupling Assembly and associated components for Five(5)existing pumps. Should you have any questions,please feel free to contact me at 239-273-0775. Respectfully„/ eivaS E.Barnha� ��� ''- - __ Project Manager Lawrence Lee Construction Services,Inc. I Attachments: LLCS C0111 Cost Summary-1 page Afton Pumps,Inc.Invoice-1 page Work Directive Change No.1-1 page Your Florida Water S Wasfewafer aaeneral Cotrfr'aGfor 16C3 COCP#2 COST SUMMARY:NCRWTP Pump Rehabilltiatlon-Coupler Replacement Parts Original Date:1/21/25 Revised Date:3/18/25 Management # Description Manhours Unit Rate Total 1 Project Manager 0 MH $ 120.00 $ - r Subtotal= $ - Profit&Overhead= 10.0% $ - Management Total= $ - LLCS Labor , # Description Quantity Unit Rate Total 1 0 MH $ - $ _ 1 0 MH $ - $ _ Subtotal= $ - Profit& Overhead = 0.0% $ - Labor Total= $ - Subcontractor # Description Quantity Unit Rate Total 1 Trippensee Shaw/Afton ]. LS $ 60,965.14 $ 60,965.14 Subtotal= $ 60,965.14 Profit&Overhead = 10.0% $ 6,096,51 Subcontractor Total= $ 67,061.65 OTHER(Bonding&Insurance Included with Allowance/Overall Contract Price) # Description _ Quantity Unit Rate Total 1 Additional Insurance (2.0%of L+E+M+S) 2.00 % $ - $ - 2 Additional Bonding(1.5%of L+E+M+S) 1.50 % $ - $ - Subtotal= $ - Profit& Overhead = 10.0% $ - Other Total= $ - 1 Adustment(Rounding)_ $ -- 1 Grand Total = $ 67,061.65 16C3 AleIN afton pumpi. inc. 1401.1# l'honc:(713)923-9731 Fax:(713)923-3902 E-Mail;Rayg Paftonpumps,com Date:January 14,2025 Account Payment Terms:Net 30 To: Lawrence Lee Construction Services,Inc. Estimated Lead Time: 4-6 weeks C/O TripenseeShaw,Inc. Quote Number.Afton Joba55916,55917,55918,55920,55921 Revised Quote March 18,2025 Afton Terms&Conditions apply to any purchase orders placed against this quote Salesperson Afton Serial Number Pump Model Shipping Terms Shipping Method Packing Ray Garcia 31509 10x12x14-5 Stage MPV. FOB-Factory,I lous ton Tx. N/A. Domestic Qty Part Number Description Unit Price Line Total 5.00 17-033-001-008 Motor Hub. F/Coupling Assembly $60,965,14 5.00 17-035-032-008 Coupling Spacer.F/Coupling Assembly 5.00 17-027-200-008 Adjusting Nut. F/Coupling Assembly 5.00 17-021-450-008 Pump Hub. F/Coupling Assembly 5.00 03-012-040-187 Circular Key. F/Motor Shaft End 5.00 48-009-394-182 Straight Key. F/Motor Shaft End 5.00 48-010-374-182 Straight Key. F/Pump Shaft End 30.00 49-001-132-455-19 Cap Screws. F/Coupling Assembly 30.00 49-001-I37-455-19 Cap Screws. F/Coupling Assembly 60.00 49-020-026-455-19 Cap Screw Nuts. F/Coupling Assembly Additional coupling components and 5.00 49-020-026-025 materials Prices valid for 30 days,in accordance with Afton Terms and Conditions. Subtotal $ 60,965.14 Freight:FOB-Factory,Houston,Texas,Domestic Packed. Sales Tax Export paperwork or certifications must be requested with order,see attached for any Total $ 60,965.14 additional charges.Taxes,duties,bank charges,export packing,freight are not included. MINIMUM BILLING:,Domestic destination$100.00. International destination$150.00 Please note:Lead Times,and Ship Dates are strictly estimations and will be adhered to as closely as possible,but are not guaranteed. Credit card transactions are unavailable at this time. 7335 AVENUE N. •HOUSTON,TEXAS•77011-1709 P.O.BOX 9426 •HOUSTON,TEXAS•77261-9426 16 C3 Collier County Public Utilities Engineering& Project Management Division WORK DIRECTIVE CHANGE CONTRACT#/PROJECT NAME: NCRWTP Feed Pump Rehab/Motor Replacement CHANGE#2 DATE OF ISSUANCE: 1/22/2025 OWNER: Collier County Board of Commissioners PROJECT#: 70277.2 CONTRACTOR:Lee Construction ENGINEER/DESIGN PROFESSIONAL: Jacobs You are directed to proceed promptly with the following change(s): Description: Provide five(5)Motor Hub F/Coupling Assemblies and associated parts for the five(5)pumps in accordance with the proposal dated 1/21/2025. Purpose of Work Directive Change: Upon disassembly of the first pump in preparation of pump rehab,the rehab technician noted extensive corrosion to the coupling assembly beyond what would be expected given the age of this pump.The technician indicated that we could expect operational impacts after restoration procedures that would include removing material to restore the registers and machined surfaces and would compromise the coupling mechanically to some degree impacting the ability to align the coupling on reinstallation.A discussion among the project stakeholders occurred to discuss the options that addressed cost,risk assessment,warranty, schedule impact and expected service life. It was agreed that weighing all the factors,replacement of the coupling assemblies was the best value solution. Attachments: Lee Construction proposal If a claim is made that the above change(s)have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract Price: Method of determining change in Contract Times:NA ❑ Unit Prices ❑ Contractor's records ❑ Lump Sum ❑ Engineer's record ® Other: T&M ❑ Other Estimated increase(decrease) in Contract Estimated change in Contract Time: Price$67,061.66 Increase or decrease by 0 calendar days. onw> weO A.6.6,.^ Digitally signed by RECOMMENDED; Erik L. `;.a`,tote. . AUTHORIZED: t m Date.2om Jorgensen P.E. ^^^^�-�°°^ S V C lTO 1 1 1 Date:2025,01.22 09:04:05 fl ,fl I,0:1=.n 000}0,.0]1t6601-0SOC .A5.00• By:Erik Jorgensen,P.E. By: Tom Sivert,P.E. LJ Engineer Owner's Representative