Loading...
Backup Documents 06/24/2025 Item #16C 4 ORIGINAL DOCUMENTS CHECKLIST & R � � TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TOLD 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. MI completed routing slips and original documents must be received in the County Attorney Office no Inter than Monday preceding the Board meeting. **N Complete routing lines#1 through#2 as appropriate for additional� signaatures**,ddaUT�NG SLIP information needed. lithe document is already complete with the exce lion of the Chairman's si nature,draw a line throw h routin lines#1 throu h#2 corn lete the checklist,and forward to the Coun Attome Office. Route to Addressees (List in routing order) Office 1. Initials Date 2. 3. County Attorney Office County Attorney Office 4. BCC Office ��9� ' 4 Board of County Commissioners 5. Minutes and Records Clerk of Court's Office r Normally the primary contact is the person who cPRIMARY rea�ted//prrepaR tCONTe CONTACT Summary. yNFimary contact INFORMATION information is needed in the event one of the addressees above,ma need to contact staff for additional or missin information. Name of Primary Staff ss es Contact/ De artment Phone Number Ala. l O ►�t-L 3g QS - 3-1 Agenda Date Item was A roved b the BCC Agenda Item Number Type of Document I(o Gii Attached Number of Original PO number or account e �0.o.%e 0 c Documents Attached 13 number if document is to be recorded Initial the Yes column or mark"N/A'NSTR INSTRUCTIONS &Applicable CHECKLIST appropriate. t whichever ST is Yes N/A(Not 1. Does the document require the chairman's original signature? (Initial) Applicable) 2. Does the document need to be sent to another agency for additional signatures? If yes, 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 ~ it 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 2 Office and all other arties exce t 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 document or the final ne otiated contract date whichever is a licable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's si ature and initials are re uired. 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. 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 our deadlines! g. The document was approved by the BCC on and all changes made durin the meeting have been incorporated in the attached document. The County g N/A is not Attorne 's Office has reviewed the chan es,if a licable, option for 9. Initials of attorney verifying that the attached document is the version approved by the this l BCC,all changes directed by the BCC have been made,and the document is ready for the an o is notan Chairman's si afore, option for this line! 1:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 16c4 co lit county Procurement Services Change Order Form Contract# 20-7722-NS Co# 1 PO# 4500218920 Project#: 70149.1 Project Name: NCWRF Headworks Facility Contractor/Consultant Name: AECOM Technical Services Select One: ElContract Modification(Construction or Project Specific) ❑Work Order Modification Project Manager Name: Wayne Karlovich Division Name: PUD Engineering and Project Management Original Contract/Work Order Amount $4,321,083.00 7/12/22;11.N Original BCC Approval Date;Agenda Item# Current BCC Approved Amount Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $4,321,083.00 5/5/2026 SAP Contract Expiration Date(MASTER) Dollar Amount of this Change $o.00 o.00% Total%Change from Original Amount Revised Contract/Work Order Total $4,321,083.00 0.00% %Change from Current BCC Approved Amount Total Cumulative Changes $o.00 o.00% %Change from Current Amount Notice to Proceed 8/18/2022 Original NTP 1007 Original Final 5/21/2025 Last Final - Date #of Days Completion Date Approved Date #of Days Added 349 Revised Final Date 5/5/2026 Current Substantial Completion Date N/A (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); ❑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. Add 349 days to the time for Tasks 1-6 included in this contract. This will align the final completion date of Task 1-6 with Tasks 7 and 8. Tasks 7 and 8 were authorized with a PO Modification and NTP issued on 8/2/2023 with a final completion date of 5/5/2026. Reallocate $244,274 from Task 3 and $28,619 from Task 5 with $59,493 to Task 7 and $213,400 to Task 8._ Task Name Original Amount Reallocate Revised Amount 3_CON Task 3 Detailed Design $1,392,694.00 $(244.274.00) $1 148,420.00 5_CON Task 5 Early Procurement Packages $ 35,772.00 $ (28.619.00) $ 7.153.00 7 CON Task 7 Post Design Services $1.349.889.00 $ 59.493 00 _ $1.409.382.00 8 CON Task 8 Resident Rep Services $ 738,600 00 $213.400.00 $ 952.000_00 $3,516.955.00 $ - $3,516,955.00 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. N/A 3.) Explain why this change was not included in the original contract/Work Order. This change was not included in the original contract as the total estimated construction time and associated budget for Task 7 - Post Design Services and Task 8 - Resident Representative Services was 18 months. As the design was completed and the project was bid, a 28 month construction time for the NCWRF Pretreatment Facility (constructed under a separate contract)was allocated. 4.) Describe the impact if this change is not processed. If the time extension and budget reallocation is not processed the Project Management, Post Design Services, and Resident Representative Services will not be able to be performed by the Engineer of Record for the NCWRF Pretreatment Facility. The engineer will not be able to provide the required support to complete the construction of the project, including addressing clarifications, reviewing submittals, certifying construction completion, assisting with startup and testing. Page 1 of 4 Change Order Form(2023_ver.1) /46044 Co icr County - ;> Procurement Services Change Order Form Contract# 20-7722-NS co# 1 PO# 4500218920 Project#: 70149.1 Project Name: NCWRF Headworks Facility Contractor/Consultant Name: AECOM Technical Services 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 Increase contract Time for Changes required to align the time Task 1-6 and Reallocate frame for contract tasks& budget 1 _ funds from Tasks 3&5 to 0 349 1356 with the duration of the NCWRF Tasks 7&8. Pretreatment Facility Construction. ❑ Check here if additional summary page/s are attached to this Change Order Page 2 of 4 Change Order Form(2023_ver.1) 1 sc„_ Collier County Procurement Services Change Order Form Contract# 20-7722-NS CO# 1 PO# 4500218920 Project#: 70149.1 Project Name: NCWRF Headworks Facility Contractor/Consultant Name: AECOM Technical Services 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/Consultant/Design 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.myflorida.com%sunbiz/search/). 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. KarlovichWayne Digitally signed by KarlovichWayne Prepared by: Date:2025.05.02 10:23:50-04'00' Date: Signature-Division Project Manager Wayne Karlovich/Supervisor of Project Management PUD-EPMD KLA 4/30/25 Printed Name Accepted by: Date: Signature-Design/Engineer Professional (if applicable) Printed Name/Title/Company Name Digitally signed by Ronald R Cavalieri Ronald R C avalieri DN cn=Ronald R Cavalieri, ,Vcno fflialed, email=ronald.cavalieri@aec Accepted by: Date 202505.0116:1520-oa'oom Date: Signature-Contractor/Consultant/Vendor Ronald Cavalieri/Associate Vice President, AECOM Printed Name/Title/Company Name Approved by: Date: Signature-Division Manager or Designee(Optional) Printed Name McLean Matthew eC E-ManeMu;aa a Mso Mu.,Ma, oee_e..a,o_PPM ,., /<CWm9.Ol1=PU0 Pannirq lanJ Protect Management OU=PUO, U Approved by: Dela2025050z,a2s36.a Date: Signature-Division Director or Designee(Optional) Matthew McLean/Director PUD-EPMD Printed Name Approved by: Date: Signature-Division Administrator or Designee (Optional) Printed Name Page 3 of 4 Change Order Form(2023_ver.1) ( 16C4 Collier County Procurement Services Change Order Form Contract# 20-7722-NS co# 1 PO# 4500218920 Project#: 70149.1 Project Name: NCWRF Headworks Facility Contractor/Consultant Name: AECOM Technical Services FOR PROCURMENT USE ONLY FY 25 CHO Request# 669 Digitally signed by BowdenStephanie BowdenStephanie Approved by: Date:2025.05.23 15:48:25-04'00' Signature-Procurement Professional Signature/Date Approved by: Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: ❑ Administrative LI Administrative-BCC Report ® BCC Stand-Alone ES (BCC Approval Required) BCC APPROVAL ATTEST: Crystal K, Kinzel,,.Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS and Com{3troller COLLIER COUNTY, FLORIDA r Yix By: e By. /4444/Ae.s.a. r Burt L. Saunders , Chairman Dated `&'f,1 '46 AtleSt as to ChatiligiDate: (PI a 1, S sioNtaitaiiii (SEAL) Agenda# It C`i pproved ./ oil nd ality: Conty • or ey Print Name Page 4 of 4 Change Order Form (2023_ver.1) ' 16C4 A.:COM AECOM 239-278-7996 tel 4415 Metro Parkway Ste.404 239-278-0913 fax Fort Myers,FL 33916 www.aecom.corn April 23, 2025 Wayne Karlovich, P.E. Supervisor - Project Management of Subregional Utilities Collier County Public Utilities Department 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Re: Reallocation of Funds and Time Extension — Professional Services Agreement Contract#20-7722-NS for NCWRF Pretreatment Facility Dear Wayne, Pursuant to our discussions, AECOM Technical Services, Inc. (AECOM) requests reallocation of funds on the Professional Services Agreement for Contract#20-7722-NS. The reallocation of funds is outlined below. PROJECT TASK ORIGINAL FEE PER TASK REVISED FEE PER TASK Task 3—Detailed Design $1,392,694 $1,148,420 Task 5—Early Procurement $35,772 $7,153 Packages Task 7—Post Design Services $1,349,889 $1,409,382 Task 8—Resident $738,600 $952,000 Representative Services Subtotal (for only Tasks 3, 5, 7 $3,516,955 $3,516,955 and 8). No change to Tasks 1, 2, 4 and 6. As a result of the reallocation of funds there is no net increase in the total contract fee of $4,321,083. A copy of the updated Project Budget to reflect the reallocation of funds for Task 7 and 8 is attached. The budget was revised to reflect an increase in construction duration and elimination of ODCs for the RPR. The RPR is local to the project. Request County approval on the reallocation of funds. The County issued two NTPs for this contract: one for design (Tasks 1-6) and the second for construction (Tasks 7-8). The design NTP date is August 18, 2022, and final completion is by May 21, 2025 (1007 days). A copy of the design NTP is attached. The construction NTP date is August 2, 2023, and final completion is by May 5, 2026 (1007 days). A copy of the construction NTP is attached. AECOM requests the time of completion for the design tasks be revised to coincide with the construction tasks. GAO 16 C4 A=COM The Project Budget with reallocation of funds is based on a construction duration of 28 months. The actual time of construction is subject to change. AECOM may require additional funding if the time of completion exceeds 26 months. Please call me if you have any questions or require any additional information. Thank you. Sincerely, AECOM Technical Services, Inc. etYkaAQA"\.- Ronald R. Cavalieri, PE, BCEE Associate Vice President Cp,O 16 C4 AFFIDAVIT REGARDING LABOR AND SERVICES Effective July 1, 2024, pursuant to§787.06(13), Florida Statutes,when a contract is executed, renewed,or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Nongovernmental Entity's Name: AECOM Technical Services,Inc. Address: 4415 Metro Parkway Suite 404 Fort Myers,Fl. 33916 Phone Number: 239-278-7996 Authorized Representative's Name: Ronald Cavalieri Authorized Representative's Title: Associate Vice President Email Address: ronald.cavalieri@aecom.com AFFIDAVIT i Ronald Cavalier (Name of Authorized Representative), as authorized representative attest that AECOM Technical Services,Inc. (Name of Nongovernmental Entity)does not use coercion for labor or services as defined in §787.06, Florida Statutes. Under penalty of perjury, I declare that I have read the foregoing Affidavit and that the facts stated in it are true. • .2•Alzt 5/22/25 (Signature of authorized representative) Date STATE OF Florida COUNTY OF Lee Sworn to(or affirmed)and subscribed before me,by means of physical presence or❑online notarization this 22nd day of May ,20 2J by Ronald Cavalieri (Name of Affiant),who produced their(personally known) as identification or are personally known to me. 77 taLti Notary Public Cherie C. Wolter 1)— ►Lv-202B - - - 14..Q4L. C.F4ERIE C.WCLTER Commission Expires Notar, -State of=:or'ca _3* "1` Commission 3 HH 51156a . ^- $y Comm.Expires Nov it.1C23 Personally Known a OR Produced Identification • 3or,cee through National Notary Assr. Type of Identification Produced: Personally known r/n,1T13,rr DC\Ic,,,AI no CVTCIIICl/1.I corn,1CCT CODA irilC'I 16C4 Colter County Public Utilities Department Engineering & Project Management Division August 17, 2022 Ronald Cavalieri, Associate Vice President AECOM 4415 Metro Parkway, Suite 404 Ft. Myers, Florida 33916 RE: NOTICE-TO-PROCEED FOR NCWRF - Headworks Engineering Services Contract No. 20-7722-NS Purchase Order/Work Order No. 4500218920 Collier County Project No. 70149.1 Dear Mr. Cavalieri: This letter serves as Collier County's official NOTICE TO PROCEED (NTP) to your Company to commence with the above referenced project. This NTP is issued pursuant to Contract#20-7722-NS. The purchase order number is shown above and a copy of the P.O. is enclosed. This NTP is limited to the scope of work for: NCWRF -Headworks Engineering Services for the Time and Materials Not to Exceed price of$2,232,594.00. To facilitate the payment process, please include the following information on each invoice: The beginning and ending billing dates; the purchase order/work order number written above, as well as the Collier County project number. Also, please describe clearly which task(s) is/are being billed to, and do not invoice more than is remaining in a particular task. Lastly, please mark the final invoice as "FINAL". mSA-/ (9 Commencement date for the services associated herewith shall be considered to be August 18, 2022. Final completion of all work shall be considered to be June 21, 2025, a total of 1007 days. No work is authorized after the final completion date herein unless the time of the contract/work order is extended on or before the final completion date. Invoices for unauthorized work will not be paid. If you have any questions, please contact me. Sincerely, /A) kAJW7-/ WayneKarlovich Principal Project Manager cc: Procurement Services Pubic.Uses Engneenlg 8 Project Management Maw•3339 Taman"Trad East Stile 303•Naples.Florida 34112-5361 •239-252-4285•FAX 239-252;5N0 16C4 Co te-r County Public Utilities Department Engineering & Project Management Division August 2, 2023 Ronald Cavalieri, Associate Vice President AECOM 4415 Metro Parkway, Suite 404 Ft. Myers, Florida 33916 RE: NOTICE-TO-PROCEED FOR NCWRF - Headworks Engineering Services Contract No. 20-7722-NS Purchase Order/Work Order No. 4500218920 Collier County Project No. 70149.1 Dear Mr. Cavalieri: This letter serves as Collier County's official NOTICE TO PROCEED (NTP) to your Company to commence with the above referenced project. This NTP is issued pursuant to Contract#20-7722-NS. The purchase order number is shown above and a copy of the P.O. is enclosed. This NTP is limited to the scope of work for: Task 7 and Task 8 of the NCWRF - Headworks Engineering Services for the Time and Materials Not to Exceed price of $2,088,489.00. The total purchase order amount has bee modified to a price of $4,321,083,00 as shown on the attached purchase order. To facilitate the payment process, please include the following information on each invoice: The beginning and ending billing dates; the purchase order/work order number written above, as well as the Collier County project number. Also, please describe clearly which task(s) is/are being billed to, and do not invoice more than is remaining in a particular task. Lastly, please mark the final invoice as "FINAL". Commencement date for the services associated herewith shall be considered to be August 2, 2023. Final completion of all work shall be considered to be May 5, 2026, a total of 1007 days. No work is authorized after the final completion date herein unless the time of the contract/work order is extended on or before the final completion date. Invoices for unauthorized work will not be paid. If you have any questions, please contact me. Sincerely, J /(` Wayne Karlovich Supervisor— Project Management cc: Procurement Services ram.;. Public Utilities Engineering&Propeci Management D.vision•3339 Tamiami Trail East.Suite 303•Naples.Florida 34112-5361 •239-252-4285•FAX 239-252-5378 C40 1eC4 0,‘‘‘ Collier County May 19, 2025 Ronald Cavalieri, Associate Vice President AECOM 4415 Metro Parkway, Suite 404 Ft. Myers, Florida 33916 RE: NOTICE TO STOP WORK FOR NCWRF - Headworks Engineering Services Contract No. 20-7722-NS Work Order/Purchase Order No. 4500218920 Collier County Project No. 70149.1 Dear Mr. Cavalieri: Effective May 20, 2025, please be notified that work on Tasks 1 through Task 6 of the above referenced Project is hereby stopped in accordance with the contract until the following is/are completed: Approval of Change Order#1 to extend time on Tasks 1-6. Task 7 and 8, which which were authorized to begin under a separate Notice to Proceed, continue to be active tasks for the continuance of work under the Contract for the scope of those tasks as shown in attached notice to proceed. You will be notified when the stop work notice has been lifted and there will be 1 day remaining on the Task 1-6 portion of the work plus the authorized increase in time under proposed CO#1. Please submit your invoices for work completed to date to the BCCAPCIerk@collierclerk.com within thirty (30) days after issuance of this letter. If you have any questions, please do not hesitate to contact me. Sincerely, Ka rlovichWayn KaDigitallyrl signedovichWayne by e Date:2025.05.19 17:19:02 -04'00' Wayne Karlovich Supervisor of Project Management cc: Procurement Operations-JIRA Upload Collier County Public Utilities• Engineering and Project Management Division 3339 Tamiami Trail East. Naples, FL 34112 www.colliercountyfl.gov/publicutilities CA