Loading...
Agenda 01/12/2016 Item #16E 6 1/12/2016 16.E.6. EXECUTIVE SUMMARY Recommendation to approve the administrative reports prepared by the Procurement Services Division for modifications to work orders, change orders, surplus property and other items as identified. OBJECTIVE: To promote accountability and provide transparency to the public and gain the Board's approval/ratification for various procurement-related transactions. CONSIDERATIONS: In accordance with the Board's Procurement Ordinance 2013-69 as amended by 2015-37 and the Procurement Manual (Section 19 Procedures),the Procurement Services Division produces a regular Administrative Report which provides for Board approval of the following transactions: • Administratively approved work order modifications and/or contract change orders/Amendments that do not exceed ten(10%)of the current Board approved aggregate amount; • Modifications to the current Board approved performance schedule(number of days); • Surplus disposal and revenue disbursement; and, • Other items as determined by the County Manager or designee. The attached reports cover the period of November 13, 2015 — December 16, 2015, except for the surplus disposal and revenue disbursement report which covers the period November 14, 2015—December 15,2015. FISCAL IMPACT: The net total for 3 changes to contracts is $97,000.00. The total number of days added to contracts is 156. No revenue was received for the disposal of surplus items. J,EGAL, CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality, and requires majority vote for approval. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: That the Board of County Commissioners ratifies/approves work order modifications, change orders and/or Contract Amendments ; surplus disposal and revenue disbursement; and other items as determined by the County Manager or designee in accordance with Procurement Ordinance 2013-69 as amended by 2015-37. PREPARED BY: Diana De Leon, CPPB,Contracts Technician,Procurement Services Division ATTACHMENTS: 1)Change Order Report 2)Change Orders(backup) 3) Surplus Disposal and Revenue Report Packet Page-1832- 1/12/2016 16.E.6. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.6. Item Summary: Recommendation to approve the administrative reports prepared by the Procurement Services Division for modifications to work orders, change orders, surplus property and other items as identified. Meeting Date: 1/12/2016 Prepared By Name: DeLeonDiana Title: Contracts Technician,Procurement Services 12/18/2015 2:11:56 PM Submitted by Title: Contracts Technician,Procurement Services Name: DeLeonDiana 12/18/2015 2:11:57 PM Approved By Name: Markiewiczioanne Title: Division Director-Procurement Services,Procurement Services Date: 12/18/2015 2:31:38 PM Name: PriceLen Title: Department Head-Administrative Svc,Administrative Services Department Date: 12/18/2015 5:03:21 PM Name: WellsLaura Title:Management/Budget Analyst, Senior, Office of Management&Budget Date: 12/21/2015 8:59:36 AM Name: KlatzkowJeff Title: County Attorney, Date: 12/21/2015 2:29:22 PM Packet Page -1833- 1/12/2016 16.E.6. Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 1/4/2016 8:53:12 AM • Packet Page-1834- 1/12/2016 16.E.6. -.4 O t d N _ N N nl CO 7 a 0 0 N- co LU aE 0 .c 0 u) to V E a) Q O o ` a ai 0) (V U W r a o c O 0 CO m c m E w m L y L -. y C L ili - d C U N ja 0 O) p N m UO O)N_ co 0 c as d e O C 7 o 0. a) C L V 0 cTa C d O c 'a a 00 aa)) U co 0 ° `m E 2 cn m ca c O C..) ° .L.+ 0 > a) N cl 7 m a a>. 'O•C N T c a) E m m 0 O' m m in N > 0 3 o. 0. co m ` 7 c m ° E CO` a0) E o N O N 'a c 2 N- to ,_ N > t E u a) a) .r 0 0 W 0 W v ti n N 0 E ..... 0 co c � c 69 03E 69 Y c>" >,c13 E 'a o O '- N j U t0 C O ~ R. O 7 0 0 N O N C ' O cca ° E 0 ° ac o ° ° a O t o .c O Q 0fo N 'U 7 I, a) m 69 E n U w rn 3a y .- CO m c 7 ` t9 N O C g w U) w 3 a) a, co O N O o ac Q) a c N > Lc) L C @ O a) go O O` c • - — C') -0 CO c 7 - `) 0. O N iri E > ^ 0 la N 0 N 7 Q Q — r' d (.0 .2 N C fro E U U c - a`) w U N C > a) co O T C' fV U M 69 c N a) 7 A O O ACC O .c L o 'O a a y? o` 3 K co co O m 00 a) ii 1), co'- c t m ci a CD o0 a� W a) o N 7 N a1 7 N C L... p O t y • t t E c i 0 a 0) .a T.a) • o to' o Q 2 2 C co a OW U V p N- o O- C1 C «o O N N r^ to a)) E 69 E 0 Q to • t N 07 .a @ 47 0 O C a) 0 C W R d c I� a3 a In 'O E O C Q c U 0 70 ..1- alt N � N N 0 o CO °-)m a E In v ° co 0 c c N 0) 0 aQ E w a No .co' CO C Z Q r a) z. a N a'00 a) c. te .c 0 O fA c 69 0 C ~ O a L E U �- CN O 3 U 0 C 'O u1 N O O .6 C C a7 7 3 a) @ C 7 a) C L �C CI Ca ▪ E as y = O mW a) c C 'O a) > on c a y N ~ L C7 O (a N T a) y y y H 3 a.'S I- a o m c a> '> o w cis co a Z 2 a m m 0 m o m c 3 a O ci w O d ` t c m t0 cU a c F b T N r c X c00 ac mU m d a) a'a) N .c a a) m U . a) 1- a) r C C O w 2 N > a w O 0 O N C co •N C O - .N a) O O p N (� O lO�4q O y 0 a) U § 7 6 a o N E > O co 0 0 8 C Q.. 0O1 O �` Tf C C O ZU T m ' O - 0 aa7 f0 cc' O E. C m O U T `- T:)- - n) Q N A o c o m C d E a `m o Q L CO Z co M VJ N fa N )n o O p b to c c U 3 E a) 2 a) p ` c 0ya) c Na)6i Z2 � ZZO 5q c) O . O as = CO L` z �k � .a = > a 3 u 7 an X p d m O) N m m - p p 7 2 in a CO a) 0 CO 0 a) W to aa) W e co o o) o') C)c co a) w U - co ro co N '•0a N O a N M co'00 1 c 'O^ c a) ', 7 a i) as 7 '� C a) '0 N801@ == ca Q l a E C Q CQ Ia C CO w a) O .c O r ..f .c O p O 0 o = ap aj .c O O ca . � t a) 0 a) > a 0Ua Qcn ,- UUO 1- E d Ocoo00 F- y c3i • OZ - o > F- c` T E w „a �� a� a, t CO ca m ° m ° o n rn 0 ZS d y co c - y �) c c ' E `- c 0_ a > a1 d O W L > -0 NO O W .0 g a) N 0 Q' .c N al 2 Q f7) _ V 7 0 f� o w 7 a 0 d 2 0 0 �a O «' a O c as c to d ..) o -. U 0 E O 0r -o -a � 'OD a) �a a) z > N C co N > 0 0 a1 M > C O CO 8 `p Ou_ 0w O I- Packet Page -1835- 1/12/2016 16.E.6. I a Cat�r Procurement Services er C+Ori41'tty Change Order Form x0 Contract Modification 0 Work Order Modification 0 Amendment ., ,._.,._.__.____._._._-_-___, Contract#: 14.5349 Change#; 1 !Purchase Order#,i 4500156703 Project ti: 61101 Contractor/Firm Name, ON Higgins Contract/Project:i County Bern Road Ledo storm water drainage Tad Piue (Division Name:1 Transportation Engineering Project Manager Name: !Original Contract/Work Order Amount $ 7,415,247.53 11-18-14 11.E Original BCC Approval Date;Agenda Item# (Current BCC Approved Amount $ 7,415,247.53' 11-18-14 11.E Last BCC Approval Date; Agenda Item# "Current ContractNVork Order Amount $ 7,415,247.53 4/1812016 SAP Contract Expiration Date(Master) 'Dollar Amount of this Change $ D.00 1 0,00% Total Change from Original Amount I a 'Revised Contract/Work Order Total Lt& 7,415,247.53( 0.00% Change from Current BCC Approaed Amount" Cumulative Changes { $ 0.00(, 0.00% Change from Currant Amount Completion Date,Description of the Tasks)Change,and Rationale for the Change -__ Notice to Proceed[-19.15 Original 4-18.16 Last Approved 4-18-16 Revised Date N A Date • • Completion Date Date —._._._(Includes this change) - i a of Days Added 0 Select Teske x0 Add new task(a) 0 Delete tackle) i'""r_,Change testae) 0 Other(see 4 below) ) Provide a response to the following:1.)detailed and specific explanation/rationale of the requested change(s)to the taak(e)and 1 or the additional days added(If requested);2.)why this change was riot Included in the original contract;and,3.) deecrtbe the 1 impact if this change Is not processed. Attach additional information from the Design Professional and/or Contractor if needed, ) 1. We propose a zero dollar change order to this contract to transfer$352;844.94 from the existing roadway allowance to the i 1 new line Items for"Milling 1.5 inch"and'Paving 1.5'Structural Asphalt The original scope of work Included a simple overlay of the existing roadway with 1 inch of asphalt After months of construction and construction traffic,we realized that the existing pavement was in very bad shape and paving 1-inch layer of friction course would not sufficiently repair the pavement. Therefore,we propose to mill and repave with a 1.5-inch course of structural asphalt to address the unsatisfactory conditions exhibited by the cracking and rutting that is now evident. When the 1.5-inch of new structural asphalt is in piece,it would then be topped with the new 1-inch of friction course asphalt.We have negotiated a much better price for the added milling than the original contract price,and the price for the extra 1.5'of structural asphalt is also very reasonable. This process will add structural integrity and last for many years, rather than provide a temporary repair, A breakdown of ( proposed changes to the roadway allowance tollows; i Existing item 327-70-1 Milling Existing Asphalt 1"Depth, 1329 SY®$7.00 =$9303 i Zero this quantity and move$9303 to new milting item. Add new item 327-70-1.8 Mill Existing Asphalt Average 1.5"Thick, 29,733 SY(r $2.58 =$75,711.14 Add Item 334-1-13.10A Superpave Asphalt(12.5(Traffic Level C)(1.5'),2378.54 TN* $123= $285,436.80 l Total of Item 327-70-1-6 plus item 334-1-13-15A= $362,147,94 minus $9303 from existing milling Item= $352,844.94 j Roadway allowance-a$485,000 minus$352,844.94=$132,165.06 to remain in roadway allowance I There is no anticipation that any additional roadway allowance will be necessary as the project is closing soon. E 2. This change was not anticipated in the original contract because the project was meant to address stormwater issues and to provide roadway shoulders,Only after extensive construction traffic,did the weer of the existing asphalt start to show. 3. If we do not properly repair County Barn Road at this time,It will cost more to repair it at a later date and will cause tratfir. disruptions to the motoring public a second time In a short period. ` I Prepared by: � '-FZ' —1 Date: 11/18/2015 (Slave Ritter.Manager-Road Construction,Transportation Engineering Division,Growth Management Department) ( Acceptance of this Change Order shell constitute a modification to contract/work order identified above and will be subject to all the same terns 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 shag constitute a full and final settlement of any and all claims of the Contractor/Vendor I Consultant/ Design Profession. .drireg-outaof-orrelatrra+teethe.chaft)a eel forth herein,including claims for impact and delay costs. / Accepted b� Date..f( 1tl./ .n/i.' Bran. aartolone VP/Regional manager D.N.Higgins Revised:10i28f2014 (Divisions who may mete?additional signatures may Include an separate sheet.) °RocuRreCMr U5 t:OK Y_i ' Alm'. ' Boars Packet Page-1836- ____ 1/12/2016 16.E.6. • .2100 Procurement Services er Count' Change Order Farm Approved by: Date: (Steve.Ritter,Manager- cad Construction,Transportation Engineering Division,Growth Management Departmen/) ) Approve bY: Date:Ilf [t[111 1,„ ' ham.,P ,.ie Transportation Engineering Division,Growth Management Department) r Approve. . ` __i" .� Date: tL A n a� (D i kison,Depaiplient He"d Growth Management Department) Approved by: re,, L',11440-1. Dater i /i / I� (Evelyn Colon, rocurement Specialist,Procurement Services Division) i i 1 I I i Revised:10/28/2014 (Divisions who may require additional signatures may Include on separate sheet.) PROCUREMENT CBE ONLY Admit roe BCC Ea Packet Page-1837- 1/12/2016 16.E.6. _._ Ib CONTRACTORS GENERAL /44r4ft,r?NI SIMti A MpAY.lL gY ' YMI AOiOEMI RIY MN MAIN ✓iAIYM.. /MM_��i (IMIfNMI► /Mia1A MAN* ?MIMI*WIC Collier County Transportation Engineering Dept. 11-17-2015 Growth Management Division 2885 South Horseshoe Drive Naples,FL 34104 ATTN:Steve Ritter RE:IASIP County Ram Road Steve, As requested,we've put together a quote on the milling&repaving of County Barn road from STA 29+00+J-to 116+85+/-. -Milling 1.5"Approximately 29,733 SY @$2.58 $76,711.14 -Paving 1.5"12.5 Approximately 2,378.64 Tons @$120.00 $285,436.80 Please consider this as merely a cost analyst and not a recommendation,as to our knowledge there has been no structural analysis done.This unit priced cost estimate is prepared under the assumption of doing the entire road,if the owner were to decide to pick and choose areas to mill and resurface,the milling and paving unit prices will need reevaluated. Thank you, rfatfeemi Sdccesere Anthony Silvestri D.N.Higgins,Inc. Project Manager anthonysli(Adnhiegins.com 239-963-6498 Packet Page-1838- 1/12/2016 16.E.6. Date:November 18,2015 Change Order work sheet for CO#1 County Barn Road Lasip storm water drainage project 1151101 Existing item 327-70-1 Milling Existing asphalt 1"depth 1329 sy to$7.00 per sy=$9303 zero this quantity and move that money to new milling item Add New Item 327-70-1-6 Mill existing asphalt average L5"thick 29,733 SY @$2,58 per SY=$76,711.14 Add item 334-I-i.3-1.5A superpave asphalt(12.5)(traffic level Cl(1S")for 2378.64 TN @$1.20 per TN= $285,436.80 Total=362,147.94 minus$9303 from existing milling Item-$352,844.94 Roadway allowance=$485,000 minus$352,84494=$132,155.06 remaining in roadway allowance I f I { 1 Packet Page-1839- 1/12/2016 16.E.6. 1 a. mw &m re a 63 Ca 6 ,Ca � mo 0. W I _ S %p A W A W V N N r 0 N J A O p O yW -4 ro 0 0 O o 0 'j O p t t .4 T rn rn i N N 7 0 0 0 0o j t SQ -44 44 9 W6A N j re 6, A o r j CJ . N N . Z. ..) "' N O - O CT CT t71 cM m C v v C co F ° ° --I Q > r- m m z ° > 7J 71 XI o a,at, > CD to CD 7) 77 > 2 O O r- > Z < m p m -1 K O 0< O C o co Z - -0 -a r m z z m x > o < m v M m o 0 0 i 0 m -I 0 n n > > > -+ a > r _4 x z a z z z z rn m 3 A Z Z ? D D D Z -x1 to m r ^t -z+ z z D O 0 fl Z > Z o 5 a > O c -a m 0 o n �, CI C) C) n z z v n z n m z z 10 z Z a x R m m < -+ > z z L S c n xi Z m -+ c m c r o Cv1 m O D m A 5 >w . -7 Cu < x co r- z 2 -v 1/ m Z -1 co m F r Jr n r A - 0 rn m Z N ➢ A -- -CI 0 O < g m < yr i Z T T e v :C 'Q ;N -En. §. n n n G , m 0 m= m a r t1 N c:7 _ C 0 C7o n N K2 m n a r ca s ,..3 m < m > 3 3 0 Ut X CD •.= z '' v m < 0 z in c > -s S m ni O M zm o m V 0 r • f a-f fA r n V, n -f -i -I C rA cn cn 7 n n mm A m r m n r r r r r Z < 't) < < < Z Z Z Z < < < < < < < b 0 < M y < rn to a U, !A I ■ I ' W N O N W W N 0 O _ O O ? U O 4 N co CD CD T --, W m A 1 N V O T W N O m --4'.4 CO' CO N O O O N N N U O a 0 N CD S .. CO W V V V J J U 0 O is) d9 H fA 61 _)6R W h_ en N <A gq 69 Vjf 69 fA '''' W sA FA H) N j CJ th Z.N N 4) A co ? t0 W en, O6D ppV 'J G1 9 O F. tD "co D CO O fJ . CD (O p C O O p a ° O P O Oo p0 C] 00 O 00 C p0 00 0 0 00 0° o °° W ° NO R , ° to o g °O o g 0 • 4.1 429 0 fA to w EA FA EA iA M fA 49 EA 49 EA iA (A (A M fA H 61 EA d) 61 fA iA C w N - N A W N T CD 0 0 J CT to W 0 N N N A V W A N N •1 W t W (3). j.j N CT t0 N 90 J Co A O m O V co t0 V N A 4) N -i N O 0) W Q) N N O w CT CO O (4 co N A N -. O d .• f,) A O 4) W c0 fD (.3 0)-A O O 0 O W 0) V CT 0) O 0 A C) C) 0 O W 0) CO W N 0, 0 CO 0 to N Q) CO C.) O O O .P O) cr. N O 4) O to co 0) 'n 64. 6 O O N O O O O b O b O O O G O to O O O O O O O O O a D O O O O O O O O O O O 0 0 0 0 0 CO O CD O 0 O O O O O N m co O z X A0 O tt, w to O at CC A O O Packet Page-1840- 1/12/2016 16.E.6. I f...-- -0,, P C .C,0 CO a =" = Al it it co C) 0 cn C> 0 cm cx 01 01 C71 01 CM 01 CA 01 01 CD 01 Cil 01 U1 Cr r 5 ol -4 - .0 -.4 .4 -4 T° 0 C) N 9 g 9 9 9 9 9 t?.3 0. pi u, ....1 0 0 0 0 0 0 tn 4 _1_ 0 01 0) N N 10 0 en ? a 0099999 o 9 o o 9 9) r— -- j., 0 9 9 9 9 9 9 -:4 .74 9' k> 4> 7.` 144 6 6 6 6 lo 73 CP CP _, 6 to CD 14 10 N -1 t4/ .4 .4 N Z 0 10 --4 - N -, 10 .6 10 .4 -4 4' .1‘ 8 P 'F t' 2-. ,1 Dc. f c..:.: T. -9 — 0 . . " — N N CO N N N 0 O CO CU CO CO CD Z > -0 -n m 71 11 71 '71 11 0 0 7J Ca 0 C) C) a, 0 Z Z Z Z Z ? 0 > 3J1 2 1,1 RI ill IV 71 M C F71 M 5 000 Z L (- O _1 0 0 0 G> 0 0 M '-c 'Ti 0 0 0 0 0 0 ca) z m rn 0 0 c0 ° 7" Fri f-i 2, rn 0 m rnzzzzzo cl -1 m 73 po -q 1:7 > c 77 XI 0 0 o o n o o a 51 q q 0 0 ; Cv o T co K g 0 K > Cl) co Cl) 03 0) —4 —1 —1 —4 —1 Pi P 0 znixO00 4 z 0 T E. ° co 0 0 o 0 0 rn -0 z S C 01 m — Cn Cn tn cn 0 s < 73 M Co P ° 0 0 0 0 0 (1' > z --1 0 - Z Z 2 2 7 > 0 c C 0 0 > 0 0 0 Z 0 Z "0, -- :- 0 Z -I m , rm - o 0 0 p. — CI) 0 Sp rn ma' _5 — 5 z M -- I o o cn cn 0 , cn in —I 0 ..< to ,..0 .0 --t ; a -is e 0 0 0 Z o z - -.., - » cn Z .Z ..4 z ,, D. 0 n Z .{ 0 < 171 rn m —I P In o f."3 r1 z c > > . o o 0 m M 11 0 0 0 m -1 m a m z. z Ts 3 rn co , z 0 z 0 _ 0 -n c: = z m 2 2 2 0 Cl)cn 0 44.- R.,: )x. S. 1- r- r- D c z • 2-, 2 2 z 2 2 7-1 z —t .CO/ r• A 7 x 0 -n M r- > ; 0 o a E z ..... ...., — z ce. cri 4t cn 0 a o 7 iv- 7 X - I '1 :,_^ M ii 73 IC 77-3 6-2 -‹ 0 ,o) 5 5 5 0 --1 L., X n - 5 Z w 2., 0 -71 K -rn it )1° 0 aa 0? CO(„, >A 23 w z z C/) 71 0 ..1 0 2 A 0 C —t )'• 0 0 > r- - 3 I- , '-ri m > > > x r- r- o m fl n r- r- r- r- 37 CI) A. > 0 DI CI) 01 "T1 11 -‹ > > 11 -11 -n m 7 > -.< -< m -n m = C) ,n! ' - o 0 t C r, nr., tt, n.) ...., CD : -, CP Co - t7.7 0 o u.) i-t■ co 0 A 1.4 g ' g a 4c2 g), 4- . a 0 0 a a. 0 z a a a . a ...1 01 .6 4, 4, r0 +3 .69 C. .69 +I --` IA 61 01 69 69 4•11 4, b , fi.,' -. NJ (4) 14 -7 0 c ;JD 14) r."' 14) CO cp ... 'c::, 14 A. - c, 6) 0 0 a> n> 01 ._`” .7: 0 A 0) .... co 0 = 6 0, 00 -1. b b o o b o _., 0 00 0 0 0 9 • O io O b o o F ° ° 0 o o F o o 9 0 0 o 0 0 o 0 9 8 co o o o o 0 0 o o 0 o to ro as as as to as to eo to as as 44 to -eft eo to to ea as to -eo 4:ft to 49 6, 6.4 Er GI C11 CO -7 -7 07 -7 -17. 14 .... GI 1,1 Ca N A .i/- -, Ca 0 -, (.4 -1 CD 14 Cu ..177 -. .... CA -7 IV 14 ID iJ -, CO 0 1.) E Ls co CO 0 -..I 0) 14 -, 7-• ,J -th --, .001 0 0 1.) -.3 NI 04 CO (Cl CO Ca C7 8 f '8 2 Is o 0 o o 10 A 10 O N 0 4 07 V CD N - 0 01 00 = c 50 c D p • a :0 0 P °o o o b b b o 4 o ,o 0 ot 00 00 b o co 0 a o o o o 0 0 0 o 0 o o co co 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 al > 0 0 co Ti) em 0 Z 1..) 7 0 CD DJ C .6. 7 4. o CD co it 4> fel Z -. cD (..) N > CM a to o b = = a) Packet Page-1841- 1/12/2016 16.E.6. Collier County GROWTH MANAGEMENT DEPARTMENT INTEROFFICE MEMORANDUM DATE: December 30,2015 TO: David Wilkison FROM: Jay Ahmad,P.E. SUBJECT: Change Order#1,D.N.Higgins-LASIP County Barn Road—Project 51101 Attached are a few pictures of the current condition of the pavement on County Barn Road. The pavement has deteriorated to the point that, in my professional opinion, it warrants milling and resurfacing instead of just resurfacing as originally contemplated by the contract. To only resurface over pavement in such poor condition with numerous cracks, would result in reflection cracks appearing within a short time after resurfacing, thus wasting the money spent on the resurfacing,as it may require a"redo"within approximately 2 to 3 years. We discussed this with Travis Gossard and he concurred that Road Maintenance (RM) would inherit this undesirable condition shortly after completion. Road Maintenance does not have County Barn on its schedule of roadway resurfacing at this time. The pavement condition was considered to be 75 prior to the current construction(not a very good condition,as 70 warrants resurfacing). During our review of this Change Order, we requested an analysis from RM for a cost comparison to its annual contract for resurfacing. The analysis in an e-mail is attached. The annual contract has a milling price of$3.00/sy, compared to the Change Order negotiated price of$2.58/sy. (The original contract price for milling small areas was$7.00.) The annual contract has a cost of $110/ton for asphalt, compared to the contract price of $120/ton. The annual contract would yield a lower price for the milling and resurfacing of$34,210.94 for the entire roadway. D.N. Annual Higgins Contract Milling $76,711.14 $89,127.00 Paving j $285.436.80 I $238,810.00 Total $362,147.94 $327,937.00 $34,210.94 Packet Page-1842- 1/12/2016 16.E.6. We propose to proceed with the roadway contractor's higher negotiated price and this Change Order instead of the annual contract for the following reasons: 1. We would have better control of the quality of the product. 2. Seven open cuts of County Barn Road for stormwater drainage pipes were included in this project. Open cuts of the pavement, crossing from one side of the roadway to the other, require extensive compaction to prevent settling. Often, depressions occur about a year after the work has been done. If D.N. Higgins were to do the remilling and resurfacing as we propose, we would receive a warranty. Should a different contractor re-pave in the future,that warranty may be called into question. 3. The inconvenience to the traveling public would be minimized. 4. This work is not scheduled by RM and the project completion would be delayed. Packet Page -1843- 1/12/2016 16.E.6. Lehmann June From: GossardTravis Sent: Monday, December 28,2015 7:46 AM • To: GossardTravis Subject: FW: LASIP County Barn Road Travis D.Gosscurl Sr. CPM Director, Road Maintenance Division Growth Mgmt.Department Collier County Government PM 239-252-8924 F-oxit 239-774-6406 TravisaossardPcolliereciv.net From: Wolfe Dawn Sent:Tuesday, November 17,2015 10:56 AM To:GossardTravis; Vortherms3onattian; BlancoAlexander; Lynch Diane Subject: RE: LASIP County Barn Road Travis and all, Following the contract rates without adjustments and the estimated miiling area and tonnage below: Milling Costs (29709 SY @$3/SY)= $ 89,127.00 Overlay 52 12.5(2171 TON @ 5110/TON)= 238.810.00 Total= $ 327.937.00 Contract rate for milling higher than the quote below and contract rate for asphalt is lower than quote below. Let me know what else you may need. • Thanks, Dawn R.Wolfe Senior Operations Analyst Road Maintenance Division Growth Management Department 239-252-8924(main) 239-774-6406(tax) DawnWolfeteocollierrov.net From: GossardTravis Sent:Tuesday, November 17,2015 9:19 AM To:Vortherms)onathan;WolfeDawn; BlancoAlexander; LynchDlane Subject: FW:LASIP County Barn Road Please run the below numbers per our contract with Preferred and let me know the costs ASAP. Thank you, Packet Page -1844- , . . . 1/12/2016 16 E .6 .,. .... .., .. .,.. ..,-,. .„ .., .. . . . . , .. . . . . . N '•- .._ ,,,or , .:-.- ir .. - . N ".•,.. ,...if .... . . -.> • ' . . . . . . •. .. , . , . f. ...or* i . . , . . ... 0., / ::-..,:i:lif3.:::•?...":::,..,..--7:....."..,, "..'-:?,---...::::•......'-2.-.1— . ' .. -..,-•'..-."...,-,:•:':::l',:,!„-:-'-: - 04 . .. ,..,. ' .,....:‘,;,41.,..4.-:.,g3',...r..-.::.:::..,L.--. -,.•,-,...•.,.:,-, ,..,...„...,-. .. -...-,, .- , - ... ---„:,., -.. ... . - - ,,,,.„,, , ., ..,. ,. , .....,....., . .,. . ...,.. .. . , ... . „ ''.4',';',.`.• , , ., . LS, ,., . .... , ., ..- .'. ... , 0 •,„, ' :i.,-=.„ :-...:. , • ,.„ , CAI ' . . e4.1,.,14e;' ' 4 ' '' ''..."A''''''' :' -l'''4-4'.'4''',''''ri•'''•'.7'-'','..',1,..' ' ,r,. ." ',,',C,.r•'','„16;'41--''''',''t.:'' ' '' ' , ,''''','''''''-':„.''`, 1:-'44:4-ttitli-2Vi',.i-4.i.:...i.,'•...,,, ..... . . . 1-..•••v...440r, ,,,,.......•,).;.;:..i,... -,..• , 0-,, :;---,-..!:,-,...:',i.',.,,..-.k....`,,'•-:',,,Y.:,..-. • ....,,,...2,-..‘1,t4,4 ...: .,•,,,w•;;;--.•:-,--,-:,-,;::„.;;1';.;."4,--45•:,,....:-. . , ,.‘.-;.,,,-.•:.;> 6:ftl,•• • •-.Iii''..:.::•---4....,:,,:st,...*,.its;-, ,- „, •,' ,'''.•' -,•••• -' -...-71.:A ,,,,,,, .!:•-''....•...--.,-,--,:4;;;Ae,,, ... it,:::''-- • . .i....: : ..-'..- • . :- . • . .. . . . . •..,, ,,- . .•:- . '*'• , . ..,. ., , . ., •. . . . • - . .. .. . ,.. „, ..... . .: .,=. ,.. . • . ..,..t,.--, 1,- •--,' '-!'"`''.`'' ' :-''',..''.'' ''.'•- . ' - ' '' ' ' ' -- - ' • .- . - ., . • -, . .,.., .. , .1., ...• _ 41:j'''',.,,, .. - • Packet Page-1845- 1/12/2016 16.E.6. • y. CD 4'� �. - f rd yn �4M k' ri".,4,- • � `t :` i. .' .x. . #fix. 7 r„"k l x< .y, r, A 1 a� Packet Page-1846- I r , »t W °�� •' a� t �_ ' 1' L x fix ,1/12/2016 16 .E.6.u f 5 C A, .v' ? S 6a' ' f f •3' '.P �yj ':,,'k 9 e,s c E..:. } s.. -. S a wN, •y: — ' ".„5 ,�v"�r az•� r L,r�"¢a 1'M v. .k ,, ` ' +ad �4 y �r .r x ,q.,.'4'' , �iQ i-4 , �r .A : 5,11'k 5 .-.i. f a'u t 1 ;17- -f p '� .:v 7,:s ;' `+ w 7i 8, ., .-,7,,..,,i ” .-' *, xy„ wk «, 1 ,p ek ♦ •.:.,..,,:.."4„!„,,..4., :,t1.,' .;.r `y ? t s " , y l .t'''' 9t f y . ,'pt"• f" a w . x Q ' 1 4 -,:44,r,-.� C9 +F .sa , .,..o- f ' Y �.',.:','.7.-- r."'•C "Sa ' ' i-' � v s}x a n xa - w r t ,�. � a 'i ,--., � a ' S�" a. r ', .#`t ,.. . � # 2, t ':ai�"v .a i v c t 'F rt+ Y+ !y w " { ` tw,Lv .a rs , •s ,g f �gnaY _ t f c k Qyt` dk t l r` . • 9 . 4 o t l ' .. m t' ',". .4rf +'s x rk a Y s ` r .i:v.. 3'4.'',. x .4 "4 F , TP.L rK... .„ ,.....,L—',.. . , a w^ a i g * ', � '�'aa�1 .F :', ' b , ,•fti , i-t , tb a d.� "C`t ‘t m {—.1:-4,,'.k-'..:� f ` R . * xTr"}:, , " -i?4 + t r ,{+a Z t. .' �y'. � � � # " 4,+y,r >l . . t ' 'a' ` �a € y•` °v R , Std 4 :Y, § t �, K` '�`fi> + � , 3 '+ ° .:�' a ' ,J d � 4 4 "7 I P• i A uy ' f_" tl s P t R 'k'rw 4'''''';,!-4.,';':,"'„,..v.`. te ''' a r +'77 r. q4 4":". '94 x ,,. D 0 t"A„e- - t4r ' : " � s a` xK ,, 4 "Mi ,�4^ . k 4 1` t , . , z� .i ° 1 , ,,..,:: a# �>K . t,, 0,, , -,,,. Y s 3a 4 . a;; tkn 4- 44 t "' r� 4 . uq p• It r r yi '',',,i':•.1!:,',: r l E$ p t � ' i x �Tk, g 4.I '�Y 8,w N. 3 p f � � � n u V , � 4 t i p * 0 : y� t`• "'f 'a•� , ”,* - 1 $ 1k r r . < : s >F K . rii :4 � tt,;{ i+4,,,;.: g ,, 4 `mn tiK � m rS•«e j wX, '' . "°dF 1 -,:,",,,,,,!,$447i: n�y ,t w a x' C ^� " p y .-,,,,.,,„,,,,t.;...0,„Y `i li r ti "' "` . '# i n o e sa t i '` � � gt,Y. .N » ,,5. h i S `.,,,,"uxstY .” '.a ' `� M . Y ty1M1 t, a ,g aa ro 1"/"','"./r/./!.,' } d Rd i L f`' zs « '+S' 2 t r ,''' a k i 3 » at a« ' x a 4 '' a h { ;404.44; , . L y, ,� ` �4' ik xrg 2a d ti kr id3 a ' t X�+t it.,; - , � s ,, ,„ .iy,, % 'v° 6 a it a t AR a .�4+' er*' *1.,..t';'; Sr?F-' A+ 4 s4“ w :'t' ' °�3 ib x+° , a ,4 7 ,,,,, i,4„:„. t a`r i i .1= °'k1 1;4'4 k s sY .A-fsk . ',,"„ , 4, Ne ., "h 1,, m h` i-, ” fir �v 'A1.3 st + N t.. .., sm 4 L _, ; v yr 't- `� '.� 4... t * t .: ,r , ; `ht avr a a - ' 4', f R ,,, ,,,,, -.t,f.4..,,,, ,,,,„ -,t-„,.,,.4,„,,,,,,,,,..„. , _.,-,,,,,,,..„„./.... ..,a,,*,,..,,,„,:-.;''''s'''fis ¢y. gi' w f w$ w ,4 + ,-,4 to ' '".#y K 2 fi4 'L SY R'. a �t*�.,a:' y;V. t,1 .t { 'i t � � ;' 3v "x^r�'�.''''''.44-11'.44.-,.. ,S,kj, f ',;4'."'..:;,e.,..,'..` 7' k " y.��� *A�`4 .g.:1; ,tr 4.4 �1P& 5 . /*::. Y 't1;. s x '4 'g ?. 1 : n 5 ' ,,3 %' • �"tG a,t 4 i £,a .$is z a '1 t i�� `''G`C R t ,,;I:4,-r, �k'gr rs ! d ri e a t;�� �yb � .�l•-•;:',.:',i, ,';',.,'.*:,•,..1-:::.1 4 1 < .,.t� " Aa t 'Al-, x , 'is � �* x ' I ;°,-„,-,,',5.'4„1-04' +:1, '.." e v: r , 4 . * s'a'x .a ''Nw t a `,�Yaa t $ XtF ,x 't ' tz i .'- 5.+`t t .."- S t''y� °° t"- +. , 'w,:, :4 3.�k `. k A�»?,. �fi SF $ti, t t 1 4L M i ? a y F u dt b fx7F t icy 4 ,:." Hl ,p+ ' e a M a "'AI: `�'' 'eF A' ° " ' a *�"' v ,,,'r ,. 4 n �'ti 'i a`c3,. ,� 5a ?,anw .. R a ..y 9 '�s*'€,.k r..i"`^ 'L w Packet Page -1847- 1/12/2016 16.E.6. t 5 y r y e 0".'.f�_�.` wcP+,.--;' - .,' LI:Ny-4 -'''''. v,. :p , xe`�' rz i rAa� ,i+'t' x'4 r� u, �xi�,t p a t ; 1 ' 'g'.., s h"" v ? dwgb�kE�e, 'r � ^` { m o r#vt z� roe a Lx 5 nn i� w7° & y 5 ` v, :'g ,. • � a a' � �. ur �" a.`§t ¢ `. � .,....,+, ,�' � ';,� �i ,�(�' .6r N g n s -- k �.r `i-' ,,,4 ,�Y x gym,,,�t�� Sat4k.. 'w,'",& ""t aw '� .kc' ? ° -.:,*.,.4�.zs �iG�"' ee z6+ ,+^,T PA3 6 + ' A J mt' .k - Packet page -1848- 1/12/2016 16.E.6. • PROCESSED BY: ,Z- r ct3fTx11t>'yt Lisa TaytOiprocurement Services Change Order Form ®Contract Modification 0 Work Order Modification 0 Amendment 08 I Contract MI 05-3885 I Change#: IPurchase Order fel 4500101474(4500057198) I Project#: 68056 Contractor/Firm Name:I CH2MHiIi 1Contract/Project:- Collier Boulevard(Green to Golden Gate Blvd) Project Manager Name:I Gary R Putaansuu,P.E. Division Name: TECM Original Ct ntraCt(W0r Orrier Amount $ 2;028;745.00.12-/'?/r$.lac Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 3,164,753.00, 9/9/2014 18A29 vast BCC Approval Date;Agenda item# Current Contract/Work Order Amount $ 3,164,753.00 4/28/2017 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ 97,000.00 / 60.78% Total Change from Original Amount Revised Contract/Work Order Total 1 $ 3,261,753.00 3:07% Change from Current BCC Approved Amount Cumulative Changes _ $ 1,233,008:001 zi/ 3:07%_ Change from Current Amount Completion-D ate,Description of the Tasks)Change;•anti.Rattonale for the Change Notice to Proceed' 1/13/2006 1 Original 1 7/4/2010 i t_astAp"proved. 4/28/2017 lievtsed Date 7131/2017 Date t Completion Date Date tinciudes.ttils dhenpe) #of Days Added 94 f Select Tasks 0 Add new tasks) 0 Delete task(s) . 0 Change task(s) ($Other(see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s)to the teak(e)and t 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. 1.This change order includes 2 changes. a. Increase the funding for post design services from$94,505.00 to$191,505.00 on a$23,480,593.39 construction project. The money currently approved by the BCC will only cover post design services through Sept of 2015,the project is now anticipated to be closed in July of 2017. At the current expense rate per month($4,750),the anticipated new expenses will be$97,000. b. Adds 94 days to the contract to allow for project close out and certification of the project by South Florida Water Management District. 2.These changes were not anticipated because the initial budget amount for post design services were an estimate,established prior to . any actual design being done. Considering the price escalation we were experiencing in 2005 to present,our figures were low. Construction is currently set to be complete on April 17"',2017. This time extension will allow for the designer of record to be available through project close out Full explanation of this project and the changes are described in the Memo dated 12/29/2015, immediately following this form. 3.If these changes are not processed,the designer of record(DOR)would not be available for the entire construction project. The DOR is an important part of the process needed to insure that the project is built correctly. We need these services available for the duration of the construction to be a resource for answering inquiries,providing advice,solving potential problems and certifying to SFWMD that the project is built in conformance with the plans,specifications and permit conditions. Prepared by; l� -�_---. -- Data //-/2- )J� . Gary R• teansuu,P.E.Principal Project,Trenspartetipn Engineering Division 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 1 Vendor/Consultant/ i Design Professional arising out of or related to the change set forth herein,Including claims for impact and delay coats, t �/ Accepted Date: ted b ; IA P by William a, ezddhlr,.P.E.,V,P:-Area-Manager, CH2M Hill 1i (Divisions who may require additional signatures may include on separate sheet.) Revised:1Di28/20i I Packet Page -1849- I 1/12/2016 16.E.6. �-K -- --2 Data �i-iz t�` Approved by: tee...,,., — Gary R..Putdansuu,J P.E.,Principal Project Manager,Transportation Engineering Division 1 /' 1 •ter: ' ."- Date: Approved by:, .,.�.:� ter" ,�`, ,,, Steve fitter., gar o#.Road Construction,Transportation Engineering Division '., " ,� Approved by: Date: David 6,Wiikieon,P,E.,Department Head,Growth Management Dept. Approved by: (� .� �� Date: 1 I a. 1�'� Eval Colon,P ment Strategist (Divisions who may require additional signatures may include on separate sheet.) Revised:tot?82Dt4 ii 1i , Packet Page -1850- 1/12/2016 16.E.6. 4oitt, er County GROWTH MANAGEMENT DEPARTMENT INTEROFFICE MEMORANDUM DATE: December 29,2015 TO: David WiIkison FROM: Gary Putaansuu, P.E. SUBJECT: Change Order 48,CH2M Hill—Collier Boulevard(Green Boulevard to Golden Gate Boulevard—Project 68056) A Notice to Proceed with design for this project was issued to CH2M Hill in January of 2006. This project was sandwiched between two already completed widening projects and its completion was a high priority. When the economic downturn reduced our funding sources, it became evident that we would need to wait for the funds from two FDOT TRIP grants to become available. This meant we would not need final plans until FDOT's fiscal year 2014'15. Several change orders were processed with changes in scope and added time, but a significant one, granted in October of 2008, added 1460 additional days in order to continue the contract's duration through the construction period and post design services stage so the construction certification could be completed. Without this Change Order adding 94 days, the contract would still be open until April 28th of 2017. However,the construction completion date is April 17, 2017. The time extension to July 31, 2017 requested is to allow for certification of the project to South Florida Water Management District (SFWMD). The certification process begins when the contractor submits the as-built plans of the design at the conclusion of construction. The design engineer must then check the plans against field conditions, certifying that drainage features were built according to the plans, and more importantly, in conformance with permit conditions with a letter and form substantiating his/her findings to SFWMD. SFWMD verifies the information and responds by accepting the certification or by issuing a deficiency letter if anomalies are found. Should it be necessary, the designer and contractor then respond and correct those deficiencies. This task typically takes three months. Packet Page-1851- 1/12/2016 16.E.6. The initial budget amount for post design services is established prior to any actual design, so the figures we use come from planning and are general. Considering the price escalation we were experiencing in 2005,our planning figures were low. The construction cost estimate at the time of the bid was $25.8 million. The low bid was$23.48 million. If we were to program for post design services based on the construction bid, we would set up 1%, or $234,000, for that task. What we did was to analyze the post design services that have been accomplished to-date, and from that,established what we felt were the monthly costs for serving the project(the burn rate). We projected that burn rate to the end of the project plus the cost to certify the project to ascertain what the amount should be. Then we contacted the designer and asked for a similar proposal from him. The two numbers were relatively close so the designer's proposal was accepted. (Please refer to the attached analysis.) We need the designer of record to be available during the duration of construction to be a resource for answering inquiries, solving potential problems and providing advice as well as certifying to SFWMD that the project is built in conformance with the plans, specifications and permit conditions. The designer of record is an important part of the process needed to insure that the project is built correctly and in accordance the intent of his/her design. Packet Page -1852- 1/12/2016 16.E.6. Ca' er County GROWTH MANAGEMENT DEPARTMENT MEMORANDUM DATE: November 6,2015. TO: File—Collier Boulevard, Green Boulevard to Golden Gate Boulevard,Project#68056 /1FROM: Gary Putaansuu,P.E. SUBJECT: Back-up Memo for Change Order#8 Change Order 48 increases time and funding for Post Design Services. TIME: The final completion date for construction is April 17,2017.The current completion date for the design contract is April 28,2017. A 94 day Time Extension is needed to carry Post Design Services through project closeout July 31,2017. FUNDING: Approximately 92%of the$94,505.00 set up in Post Design Services has been expended as of September 30,201 : Additional funding is needed to serve the project through certification and closeout. CH2MHill anticipates a burn rate of$4,750 per month over the next 22 months and has requested an additional $97,000. This brings the total for Post Design Services to$191,505.00, which is 0.8%of the construction cost of$23,480,593.39. This is a reasonable amount for a project of this size and MigarVIE)) HV092015 GROWTH H'MSN MANAGEMENT ©N Packet Page-1853- 1/12/2016 16.E.6. Ze CH2M HILL 6801 Pelican Say Boulevard Bulk 505 Napkin,FL 34108 Tot 22.594.1716 , ,. Fex 239.690.2679 October 16,2015 Mr,Gary Putaansuu,P.E. Principal Project Manager Growth Management Department Transportation Engineering Division 2885 South Horseshoe Drive Naples,FL 34104 Subject: Collier III:DESIGN AND PERMITTING OF COLLIER BLVD (Main Golden Gate Canal to Golden Gate Boulevard) Contract 05-3865-P.O,4500101474 Request for Time Extension c&Additional Funding for Post Design Services Dear Mr.Putaansuu, The purpose of this letter is to request that CH2M Hill's Contract(Contract 05-3865)with Collier County for the above inentioned project,be amended to provide: • Additional Contract Time and Additional Post Design Services Budget. The current Services During Construction Budget is approximately 92.14%expended thru September 30,2015.Based on anticipated services,the remaining budget will not be sufficient to provide the required Post Design Services for the remainder of the project. A historical review of typical monthly expenditures on the project,indicates that an average Monthly Budget of approximately$4,750,00 will be required to support Collier County staff during the remaining construction of the Collier Blvd. Ill Project.Therefore, taking into account the remaining budget and projected contract duration,additional funding of$97,000.00 will be required to complete the anticipated construction support services as well as project certification. At this time,CH2M HILL is not requesting an adjustment to the original sluff rates listed in Contract 05-3865. In addition,based on the projected construction completion date of April 2017,an approximate 3-month adjustment of Contract Time from April 28,2017 to July 31,2017 is requested to allow sufficient time for Project Close-out and Project Certification with FDEP,SFWMD and ACOE. Therefore, by this letter, CH2M HILL is requesting that the Post Design Services Budget be increased by$97,000.00(Time and Materials)and the Contract be extended to July 31,2017. Please let me know if you require any additional information related to the above request. Regards, Bill an‘, r, Vice President Transportation CH2M HILL Packet Page -1854- 1/12/2016 16.E6. 4.0" t R I � 1 I I 1 1 II IF — ' w I S I mv�mzE so .7 I j 1 1 I I I i I i EI 1 1 " ■f I I I � 1 ,a j I I I ! j ` I I g , i = I ? I ; m E. I i . m r. ; I i x i I^ +^ 0 n, I i �� ~ _� is 1 ig I 'sS f S NI S In II. 1-..._.S a 4 'kin i I+ " v Dr I I x-n ° = Im �I I g a m m ro n �,��, '_- 1 I g i. Q y.cui 21 I0 d 1 I ...__I r 0,g, P 1— _ !E ( t ,74 6 �1 g ° o, o 1 c IA c I ( I 0 p=2 n c I w p 4 Sc. 3` ,a Al i ' I io',' O j 1 ) 1n I I 1- 11 ° I 3i •7-e I 1 _I °o I\ =7 19 . .._ I-, ---i 1 — '-I s " I m K I m i — ml I I 1 I� i`+ z ' . O Y G� i i 1 m ' I i I y m . I a, • °: 1 I I°I p I S _ j I 1 Y� m I .- . I iI ! 1 8 CA i j I 11 III : I o i I ilI ,° i Id I ti o 1 i 1 i ! I� -. - 1 I -� I � Y I `"`r g o . m. P I I I I �V I..� K1 : §I S o p o c! Io 1 x 1 • .o ■C I II i I I I I i I i I I L ... N Packet Page-1855- 1/12/2016 16.E.6. Z.1 -3321 v:2121 832 030212 03822 1 3935'2 338212 0293210 288512 603221 332:2 3330 2 a@ 433: 4:3:90 :03: 3 033:0 03035 0 3337 0 3932:0 333213 033213 0032:0 33593 3332 3 551 073 a- 30 21 3 2 2 3 3 51 7090 : 03213 3 a: s 015 3112 = 9 as 022 32 2, eK 0329 33223'3322.9'33889© 3032 0 339993 339:01 333019 2332236 03323.83923 831 3 30 =3039 33352 302.751" anal 333: a 333'91 33052 330215 93822 33025 93391 92082: 3395 33322 333952 8928 3382 2 330392 83322 333222 1308:2 00322 07022 338210 3332 03315 900322 88322 008222 23052 83922 33•222 138925 -3222 80322 830312 i Y c 0 R' 1n C ergs "v' s: Y Rte ' ; E y C p k k % ~a s ' ,Et B t k Y B 0,g Y Y B II t B B B 8 II Y B 11111101 8828 7 3830 7 303215 3032 2 3989 : 933:9: 0880 2 8382 3818 - 0851: 0332 3 0390 793253 7892 3 030210 733092 88:10 3y8 :33290 3385 3 n 03 22033 52 0 2 : 0 5 1.3:32:1 38 7 : 3 012 9'0 52 3 221022 3 921 011 0 638: 3'093:00- 38ppg92 3:3932 3 0803x0 332: 0 3332901 39093 339210 3332181 00320 3332 33p 3p4 6? -3�3� 1©93 0 333021 00352: 103322 033:: '333211 33322 389 1 33821 333312 9883 2 .3:©:C 3333297 7 CO 0 O C m r, < C ' s a w *I - 7 v o T e Y C r y e B B Q = Y k Y Y Y 8 s Y Y Y x [ 'T < 8 B B B B B 8 R 8 8 8 B Z aa O ›. N < F X a 0 m z < .-4 pa r 0 G1 n• x 0005 : 3111111 =00222 0031 030212 -0020 2 3392 12 033210 00359 5 0382 Q 0902 2 03592 0 3882 0 0323 883808 9331 _=98118 =.892 0 3321 3 838528 8'05 0 8831'8E sae:�0 088723 0 Z 30 5 2"33 1 : =:0 5: 21 p - =88552 38:5 2 :'0 2 It 5: 8-n 1 8`a 1 0,1 158 X51- �rn GI 0081 8°333213f 98320 8885 41%.-32131 089: 8 3882 908350! ©831 3033158! 83150E 33353- z 3880 2 3383225 33320 3881 -0=-8355 3337 8 330251 03321 303.7 2 338521 3812 11 08311 C) 388220 43321 838a: 0385:- 60855 398: a 8302:: 8802a 3381 1 888820 80888 03321 D ammo 39312 3821 1381 - ' 332 833581 38321 88328 8E18a95 3011 03351 08311_ —1 B ! ai m B q s E "' YY gg r f t 9 kY c s i c e' i s Y" i i B B B Y Y x E 10 2 ; il Packet Page-1856- 1/12/2016 16.E.6. 1.1100055 T.rmM064455 COWER BOULEVARD wr.01..00u6 P.r. 011640.4 MIER 040014.b..4100101404 GREEN BLVD TO GOLDEN STATE CANAL INVOICE ANALYSIS 04.04040, 2804 4144 p. 01 91. 514000 SIMMER WSWMI ...... $04010 CO.....0.01 CAene Ca.7s.W I.p..e. AMMO 9014044,WIWMI 0..µb.4. $1004 S.C18.4 530144 0440408.0428, 4.4E'..M 514510 41K.M.00 504500 50,00 SID .MM.,.WMN. lW O.* C..0.010.04.0445 CA $40000 00241RWILLIAM I 0..4 A00. =DM C44W14mMYC4Nmw.Mp aw*Mona.ba 01,00000 MEID910G.E1W1 lW110404 MAMAA,$.1......4m rCA.s.....*RM1l*ass..105 501010 O.MER MEOW leis B.. 00405 MA.4.MiI...Yn10M1w.Y.,Mwl*sa MUM. 52,44000 5E0901E1.EWIN 0110028 01.409.$F«...WS Is M4.my 8m..,14oUE-8 .40401*. 5205000 0110040E1.000W 4.040040.,. $1.10010 N.0G090.. ..200001.0A.011E142 514010 10044000410/ 0150010..« 114000.104..01. ..01114ime 1,31..10 12,850144141040EL8MM IW 0040. 11.400000444AR4m1e044100444S1Y4rf0 pO,2.100.4004...2a1G 512000 =MIA II*00WA 140610.y0 5440100 CrM.1.1.008.w.2410/, SE145.0 410010401M0 5011400 e 02,40040 Wm...E.+0144100 GN9 4400. l2000:.OM 04105770RR1 0..040.^10. 540910 0.040.84004..= $000.00 1052.400MROT heat M,.. 514010 804.0410mm0..0 542040 CONDOM MUSS.A PM.N sew. HMO,$10001 ..p...*124 $210010 SE4004F1,KEYN L0t/ir0WS $0,75000 Amcor 011.0. 10005 210510,MA 014057081. nmm/.00 $2.001011...00.00104* .4..IWO0 $00010 ?I 81,004.61 01400 MSy. 5 0000 T W e...4.,a.. 02,MOID 000001E$00001000 hmm4.y. 0toss)1.64.1 004....1m.000im%. 01354 1N004E41WF taw.** 11.50000 6.4.0.0.4 a W.y....1.04 St 120130 8158004.FAfA OMStpNW 1.1.040101« 50,3000 Or444.1 101W..1PIrP.pnwm.02M 520010 MALCOM ANIMYO' ?4101144. SWIM W0*WY IM01...M4.00..51 $14.545.00 SL110aD 000101E 00490/1010 W,0410. 1AP52.,0...4...E.v1k. 52.)0018 05300041.0104 5.40« QT00.40..4.040..00.0 Mao.204«0'01..804 011..4..1.. 000044 600401411MWW0A 000l.... MGM 4nIMm orsp.40.M1..Na1.a0.1I 521000 104MF4.W41MM1 S.YMM.. 041000 4'000 10m0m...1n I*C.A..a 2 ,51.sb04 maw 51...030 MOON.MON 0280114..« 11214(0 0000.10...4 t 40..004 imo*o,OA 550400 111101,f0M0110701MER ...... 005.5 R000o81.....40.....p*Was,MA 5400.00 0004011.44106.44411 1.10 00,55* 0545 C..M....4.M,.my.Na 041 M.5.0) 4422000 .EI0oNE1 MOMM 4.04 Epi.e au.=En4.mm0Ym....80101 CM*M..b..R4m%.WY b.* $11500 42000410 AM. 100 04 05 011 0 OM 43.0.14Cmnm0 57500 IOMM0,EA■OWRO4MEI Ps4m1..00 070440a0m•4.61.M......M 811..9055 R1 $01090 80400014801 40404 Yews 04510 120401051mMe00. SUM 01)1044 MIMI.1 RN01 000. 40500 C.04 l0.1rt*owI*1.5014.. 0415. 000015R10U0 0,wf00.v 00.00>5 Tao.ow ow.fog 28.9.11010.ass............. 51.15010 104045014 WO" WI 240,. 01,1510 1504 800 00000.0.. 11100010 AMA72,SAMO0151O844 4140 No... 8.0005 p.Y.p0M.1y4M.1..R.....51C 100010 MOM,4.04121. !.0..140. 415.GO0m1.m 0n001ps 110140E*4'e 170000 1051..0.401 0.0.11.., 2855 T404e.s. 301000 WWR2R 001104 0.0.0 Meow MO.1 8580%W45M Wt.wt 0x140.40 540500 M A WR,W0140412 01.1010. 51.0510 05400.4... 540501* 4100001,130* W a 8041 53.4505 0....1.10........M.a ars awed**1..114m.e5.. 14.1500 020081.144.011110444E0 401.01...0 52,000001*1....048004..m43104 $25W M U,IS004001 010.1...« 01005 rm.*04 A.,n. 55405 600W14 8M5.0 00 .10..1..10. 0050.0 Wa1M00401050.2. 52.0301 MEMO..0428M 1..04, 52,050.5 W.mW.?.s.MM4.sn..** 40...ars*wee 41...M4...M...0005140 1L00010 108RO0A.665. 51,1505 Tr*Wm.**eV 1L120OI 400.0,0401481 PIR1 1Mm Mn,. 54,1201*2MW0I01ou..2s.01p 0....321 M MA ism MF300RFE4?EM, l.10Eyis• 42.0140080010*.w....n.w<^mE10,r.1414,..s5,m10.....00.no...m.slm 00105 AMAX NM 0150500411 5004.,p« 00404010M Moir*41N 05A.m4.OMB 0 101500 MM0 440 SEMM 2.04 Epws 557$S$0ms.6.0000*4b5.stm 047540 01511/1.10304.10010NE1 0.01041115. 521 10,10 0.4..041045..r 517,565 52.417 30 4600001*,Mite 4.t/0541. IIJ17s 0mpp'080lln.000.m Mal Apo RV.0.nwr.nrvpowen OW em0145.C1... 517110 10104500,MACH 401 Emw1. ills=Tway O..*. .5. 51,54010 IUIMM,4At1C040N01.N1 415.0 045. 01)405 0044105/00rw4E 2000 510510 1040 POMMY 0105.11.y« 1245 TOM Ow5m 010004 11.10000 0E1000FW,0MM 14SE.1,. 01.15010*11m5•Q00.**ea 8m..m Mara M04...0y aim*5y 111 556410 KM*,WA 011005040 P.m I . 43510 G..0.14S 0110 520 02.15150 000001SR,00011 2.04 EIli.. 11,5250 140110.5.CA.s.10.0.1 B.M.04 NNW b..Mmy.p«.110 • 50,552.50 N10011F0L KEN. last...ear 41.0025 Mm14nW.CM0mtl Grew 040...M141 2M Hewes 5 palm III 41,560= SOMN.M4401R5T0MN Ps*1044* 41140000.m.40M40m.R OM 11055.CI404441 ,DONNA 1Ot/*ass 11.040,1* 40..5-124m054G1.m 004.amt/eel$....*elsaws 170 01400 00054 18150.11 0n}.211.y. 41400 2.9m.m 54040. WSW,MSA MUMMER 1.104 0.080 01100=Cw......p 0730844004 014]82.50 040440 M410040*2,000. 1004441.. $4100001.5..01 n 440.81...44 0 0 0303 0. $20044 62001 YAM 10104104440 004.14..5. 420000 610...4 411026,40 5005$ 504.501,0M041 404 E40.r 12300000/41 $4104 111000518,ERIN 1..01080... 0440=0*01'W. ......401 SWAM IS1.O00ER%EN0 tm4E4n. 10005 G ww........M.a... '12,01510 *0110040E4,000 1.04 trove 5101 000 0.00150 III RSSS1.11318..4 020400.000n, SUMO lU81014,14.p0510NE0 404.110... 127010 018...RR R 71205*Ea.2 0)10,10 SU24m OOp101f15mOMUA 1.1010501' FM.C.1.,.....OM 4.00405404E 1004 50005 WOAAI,MA 01601005,1 04141«,.... 02005 N.....RR n 0020(.13101 s.*.ms...., 12,12910 9000030,014WIM.A 41010 Wm. 51.1044 0101004 r0W.6 W.W51m.118.M 01250 0030000?.OW 11114 0104.. 642044 4145M44*E..4mCGW0,46C1....04 e54E 410402815, SLIM10 1■80101 MM O.0001444 P.O4 Wryer 01,20000 wt.50amp t*1.M00000 001040 411001045804284 140 400. 30044.40 004110 p6Dtt.M01R.,_t 10.20.401.0404Ya 04.32= ..14000(4.4502 tor 6.0.o 01.715=04.4..W0.whsON 36.KOS Map*,492.116002.12EM,11$.1,swim,4m1a*a m 527010, ' =.0090.AMON 0101 G... 504.44ION U0m.M AfaanavolikAsOon tW05 IU BMI,M1AON115TPp540 1*141.0. 05.5620Yy0SNm4..a... v115m WO. 600801E PAM 11m11.np. 52105 W.15m50.0.31..6.. 03400 ME100P0.Mat *NI E005. 50105*ism m404w0.0.Cm040.a s•.et O.. 411000 I0101S471.AARON W 1 111011 511 S.01.11.1.0,.x44.0,.0.1...44, 1850. 000061.MAN..A Is*** 5260.=.w..e0**al......4 5000.5 [MOWER U1,111 ut/Ens.. 564000 M0..1M.MIE..Mm @10.,.,... 12405 0000340 403004041 0.440 100.0 11500 82.Ue01.0Y.40.0 p.µ0.1..0 012505 MEI0011511LKEYI 1 6.•Ey1.., 52150=6..IM4.1m.wtmw e.O.0 0.slm,,*wafts US,10000.04 01080150.OF OIMOES 52,1450D 511001.5 50,35510 01,0010 /2100100 54,.0. 5 471.54 3e1,028.30 04 10% 00% 00% 11% 0711.7 111410 5407454 11}1500 5453.20 15,01124 A.4 04 0 1140 0410 0 40*, $ 001.01 5 01.01 $4%500 1 LIMOS 5 • *raw sa1.. ..e. 5404400 22 Mess 1010..1.5010.261y MA M 10 $ 90,14090 Packet Page -1857- 1/12/2016 16.E.6. -. ° 9/9/2014 16.A.29. EXECUTIVE SUMMARY Recommendation to approve Change Order No. 7 to Contract No.05-3865 in the amount of $27,630 with CH2M HILL, for design modifications to Collier Boulevard (from Green Boulevard to Golden Gate Boulevard) and to properly report and obtain approval of Change Orders No.5 and 6. Project No. 68056. OBJECTIVE: Change Order No. 7 is necessary to provide a design modification to allow a safer transition at the terminus of the project as it transitions from four lanes to six lanes and to properly report Change Orders No. 5 and 6,which were approved on the Administrative Change Order Report(ACOR) rather than as a separate agenda item. CONSIDERATIONS: Contract No. 05-3865 concerns an ongoing nine-year project that has incorporated significant evolving changes throughout the Collier Boulevard roadway corridor. including the addition of bridges and the need to address incoming development. On May 22. 2007, under agenda item 1639. the Board approved Change Order No. I for Contract 05-3865 to CH2M Hill in the amount of S503,793.00, bringing the contract amount to 52,532.538.00. On October 28, 2008, under agenda item 16.132. the Board approved Change Order 'No. 2 in the amount of$278,420.00. bringing the contract amount to$2.810,958.00. Change Order No. 3 in the amount of$183.610.00 brought the contract amount to $2.994,5668.00. Change Order No. 4 was for time and a$0 fee change. Per Section 19 of the Collier County Purchasing Ordinance, all subsequent contract changes above 10% of a current Board approved contract dollar amount must he submitted to the Board for approval. When processing Change Order No. 5, staff mistakenly used the increased contract amount resulting from Change Order No. ; as the last Board approved contract amount to calculate the percentage change. resulting in a value under 10%. As a result of that error, Change Order No. 5 was sent w the Board for approval on the Purchasing Department's monthly Administrative Change Order Report rather than as a separate agenda item. Change Order No. 6 was similarly incorrectly processed on the Administrative Change Order Report. Below is a table summarizing the Change Orders 1 through 7. Change Original 1 BCC I Agenda Change Revised % Change Order Contract Amt ; Approval j Item No. Amount(5) , Contract { from last BCC No. (5) Date I Amount(5) Approved i Amt.(%) 2.028,745.01) 1213/2005 I OC.- 1 5/22/2007 16E39 503.793.00 2,532,538,01) 24.83 10/28/2008 1632 278,420.00 2.810.958.00 10.99 3 183.610.00 2,994-S68.00 6.53 — Y 4 0.00 2,994,568.00 — i i 5 ACOR 99.135.00 1 3,093.703.00 3.31 110.06*) { 6 ACOR 43.429.00 j 3,137,123.00 4.76(11.60*) l ' 27 0 .2.59 ! ,,0:3200 3,1fi4,753.0.-._-- _, * Percentage Change calculated jrom revised contract amount of 52,8)0.95g00 Packet Page -1304- Packet Page -1858- 1/12/2016 16.E.6. 9/9/2014 16.A.29. The reasons for each previous change are summarized in the table below. Change Description of Change Order No. I _ The original Project limits were from Pine Ridge Road to Golden Gate Boulevard. This change extended the project limits 1.0 mile south from Pine Ridge Road to the Golden Gate Canal and also added 0.5 miles of improvement along Pine Ridge Road and White Boulevard. Due to development concerns, access management and geometric modifications were needed to the turning movements along Pine Ridge -Road. Drainage and permit modifications were also needed to the CR 951 corridor at the request of the South Florida Water Management District. 3 The limits of the improvements were extended 1.000 feet on Green Boulevard to the west and a new bridge was added over the CR951 Canal to the east. 4 1.460 days were added to the project schedule due to all the previous changes. A wetland delineation su ve} was needed due to impacts. Extensions of the southbound right turn lanes of Collier Blvd. at Pine Ridge Road tor increased capacity Added CAT bus pullout at Brooks Village Shopping Center. Changes were made to environmental permits. 6 Modifications to the lighting design due to FPI. impacts(FPI., agreement to reimburse the County approved by BCC on 512 7/2014. Item I6A.5) Change Order No. 7 corrects the procedural errors that occurred in processing Change Orders 5 and 6: and also provides a design modification to the terminus of the project. The Project will transition front six lanes to the existing four lane roadway on Collier Boulevard south of the Green Boulevard intersection. The plans currently show a design configuration that has been implemented at other locations in the County and has been shown over the years to cause problems for merging traffic. The rationale for this design change requested in Change Order No. 7 is to implement a safer and operationally functioning roadway. Since the project has not yet advanced to the construction phase, it is prudent to make the correction during design. rather than after construction. This Project is tied to a Transportation Regional incentive Program (TRIP) Agreement approved by the Board on May 8,2.014 under agenda item 1 1 C and Resolution 2014-99;and was executed by the Florida Department of Transportation (EDO'l') on. June 3. 2014. In order to keep the Project on schedule, the Consultant was issued a Work Directive on July 16, 2014, to perform the design modification as described in the Work Directive Scope of Services. FISCAL IMPACT: Funds in the amount of$27,630.00 are available in gas taxes and/or impact fees. The original contract amount was$2,028,745.00. This Change Order No. 7 will be a 56°%r increase over the original contract amount. which would bring the total contract amount to 53.164,753.00,if approved. The engineer's estimate for the improved asset is at$24,616,156.25. The major component of the project is the pavement and it is expected to have a useful life of 20 years before requiring major reconstruction. However, periodic maintenance to other facilities such as the pavement striping, signage. drainage system, lighting and the signal systems will be required over that period. The actual maintenance costs are anticipated to be minimal for the first five to seven years in service. Packet Page 4305- Packet Page-1859- • 1/12/2016 16.E.6. 9/912014 16.A.29. LEGAL CONSIDERATIONS: This item is approved as to tom and legality. and requires majority vote for Board approval—SRT GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Managemeni Plan related to this action. RECOMMENDATION:That the Board of County Commissioners: 1. Approve Change Order No. 7 to Contract 05-3865 with CHIM Hill,and acknowledge the approval of Change Orders No. 5 and a, which were previously approved by the Board on the Administrative Change Order Report rather than as separate agenda items. 2. Authorizes its Chairman to execute the attached Change Order No. 7. following County Attorney review. Prepared By: Marlene Messam, P.E.. Sr.Project Manager.Transportation Engineering..G?MD Attachments: 1)Changer Order No. 7 &Moditication:2) Work Directive Fee: 3)Work Directive Scope of Services: and 4)CH2M Hill Signed Work Directive Packet Page-1306- Packet Page -1860- 2 E 1/12/2016 16.E.6. 1. 0 o i a u z • a s g m 8 m g -$ ,-g, e E g E 8 N 9 T g g g v °•Z' cai gE t d i E g E g 6 S �, t i l l a m .Y ¢ E E O °el y S N Q .� O O Cp O Uri 'C ' '' 97t .£ U n n S v e N -J E 6x` c3LL a 0 8'_g . Iz n a It " oa _ E n Q ° �' w ° n° 8 ill IE cnp 8E 8 E' t § 8 `o °u 8E85 g Z 2 W Q °,K s ; p EE w n gn a c ; E 8 Q g 8 i U LL. 2 E E n 3 4i A a U i a .� '< e§ E m a V E. g m d � o ! me € g' d f a u w $ E g R a g, $ > ' f E p d o W .. z a E ;.":. °9.° i 3 a $ .E E' o F R,c Z g 4 > 8t E 2 m Qo' o a 8 .8 n N 4 L E w O 'Lwi L° 3 ° 'S Tcy ?gp ; tyi 1 . 8 Q ~ 1,1 c < W y .ten U v E °N e c w ' n `w o°.E E e , 2 w ; E 1 .+ 4 . E 3 e .F z fi fi l a.g n v 8 U > V t ` t ` d 8 3 g g g N " w 8 3 g 3 8 wy g'° E t g g g N g n E' c° L i4 q . O �' o $ L� gg �' L� g °' ;; g a E W Z -J t m 8 4 r m c w 5 p t g 6 8 V w a g a a e v g „ v g m . 1 o .£ `. „ N o 9 '^ i E 2 `� 4 6 8 2 J W Q g n D 0 Z 3 . u uy .2 " F '; 'k $ 1 .E 2a g npLR4n$O W 2 9a 2 4 PS=° .4 $ 8 ` 2ego 2 og Ec e n Q J Q s . u -_° 3 cS u 0 -7, 855, T ,751 ."5 .=,_ " E m 8 ., w P Sz a r e .; 8 0 . w w gin o 6 e:u� c5 8 , y V ouu gERm v � F €E E Qo ¢ ti ;gi $P gE 2 ; cam g$ : '° t 8 ETE 0 6 E 3F W% $ E , !..., F). O 8n a in c°> inmoi 0 8L 's c = v° ao ,w= a` k03 v 8a ¢a8w ao � 8 ,-,30848 865 - t r�- o 6o6 s 46- BSS 8 88 888 8 88 8888g$ 8888 ' 888888N8g ° 88 Z 9 •• ' ' ' .0 ' a O ' $ " µ 9- S 9 W� ' ry $ 8 6 1�m _ w ww wn H v,+n HHV w n a w w N w w Z W W x 0 S S v. v X > °' w m 8 w .l ` 2 .2 5 E 1 m E ,3 c m e P i 8 c n 2 8 ,2.Y 2 m , c m w t .E w v m u w E 8 w w 8w c w w T w w L q G "' t3 t w tS U t w il t w Z w g E B w w U _ ow B m w t t 5 w w .2 w v ° e ag° a ` 'gTh e E aT a e b _ 7•E5. a € o e ` oaa a o e 283 3 8 d 2 a .5 a 6 a- 6: 3 a r t 6.: i a a 6.- 2) 1 a a _ J a` a a 3am a n 3 . . s i '' a J 6= 3 O- 3 3a. a o a `o a o a a Q a o a F Q a o o °o °o z z z z z 4 . h D z v g i z i g z g z z z i z u a z v = z � z 1 z a 2 z = xa. z 2 E a z z a a z t=, '" = w z t=, W u W = z z E 83 ; � W 2 5 y � � Y a W ., o � � !!E g 3 z 3 s w i z m ,' i m w < e W m 3 w ° ffi c m.:a Q °z = c 3 :.' = m c a W$ u i ,,!LL e>?2 ac ¢ m m K i, m ¢ i 2 m K m 6 K Z m C 2¢ m R ". 1 ¢ e a Z O Z LL Z¢ 2 ¢ Z Qt ; gi55 ; 8 ° ,?= 2H '-gHs o00 " 8g2M'I § gym ° = 58mff;go ? m8 � 8 � 9 8U 8 a88 88 i ° i = zt°� = = °° vi51 t§ii °§ ,855 § 5 � °z85 =5, z 3 8i ? O,zt°aio5, i ? i3 z ° 5 88 8 8 $ N s 8 8 8 8 8 8 8 '41 88 888888888 8 8 888 8888888 888 88888 8 8 8 y " 3 $ mNN 3 $ 2 2 2 ' gv : ,, Fi $ ° ° 5 on°e o rvn i V Vn U ry N .7 ry a H N N ry- 4'. p _ n ry g N „ N 8 8 8 8 8 8 8 8 8 M e Q % S 2. h vv, yr h to 88 V)4 388 N eo t a G o ice', u o R o 2 G Packet Page -1861- zi 1/12/2016 16.E.6. � G o � a x F, a U z Er i i 8 8' i C E m 8 F w E 6 a ; a I d 0 ti v a i I ' m g I8 A §.0 8, 2V & c 1 E $ Ea pc-'o ' S m z g 72 g s _ V 1 fl m a q Q m ° - x � oQ Q d PA i p u G� c IN N E C n D F C D �d 6 . u i CC Q v� c5 ou8 e 8 2q s $ c p ° 8EE,- C8 on : 4a no .. a �— z 8 0 0 °cm V . ff- 0 o v z W Z _t P 18 ci m I fh J c m 2 882 s L m E 0 Z 5. D U U .§ V` 8- + w E ' at & i m v 2 2.1 , 2 ' - c Q G it n LL LL N F N UJ .E 0 0 ; so o 2 2 in 2 A d q y g 'p m z 1, . . • d N b - N € v 8 .. Q N i i Q g u w U E v, . .� .c£'S ,c .E a 'v t c ERR 2 €€ 8—_ , „ .._n'� n x z q t' . w o w 0 0 � � okaBaNe e85268o c5oc3mom`s9A ii °i £12 a E —I G Z 88822888828888888888888 8 8 8 888 88888882 8 8 '4 8 0 < r, n 1 a O C N T ,try oN � n N O a H n D N a F;o f .H , ,, " m m w wwn w w , . a N w w N v Z w w CC 4 w 27 w W w w E 'a t3 W �y w W W 6 LS a a d w �W ttvas$ =,' 11 01 Q17017, 88 � ,WIlh n3 31a � na 3E. 3 ! 3n nnn o. n n f, .1a n ., E 0 2 8 E d n i S C D `o p Q a o ‹ R . R o a a a z E G z z z z z z sQ z t i z z U >W z z z z z c Q U z W U W 8 s U W p W '^ W G x ! S Y S = x _ U Y Y Y 0 ,17,_. :. ..aG G ✓i 6 6 m Y = Y q. w1Ww6Wm5 4 - � 1LLW5 IJwW ut2 .- 55 88Q ° = � = 88 088 $ g a= § o ° 8 22 8 84 d t 8 8 8888888 8 8 8 888 8e 8 8 N S 8 8 8 888 8 8 88 8 gb8:1 0 8 E. VIA o M1 $ N q P $ ,1 e 5 8 84 g � m g a y, n 8 0O„ r 8o a R g 8 § c e 4 t k d N N z n g o I I Packet Page-1862- 1/12/2016 16.E.6. 4 Co ler County Public Services Department Public Transit& Neighorbhood Enhancement Division December 3, 2015 Vanderbilt Beach Utility Conversion Danella Utility Construction, Inc. 170 Commerce Road Unit 5 Boynton Beach, FL 33426 FAX 561-327-5319 Fbrady@danella.com RE: Zero Dollar Contract Change Notification Change#001, Chang' Contract 14-6320 Vanderbilt Beach Utility Conversion Purchase Order 4500155836 Dear MS Brady, By copy of this letter, the above referenced contract is being issued a zero dollar($0.00) change as indicated below: ►ZI The above referenced contract time is hereby extended by sixty two(62)calendar days. The previous total number of project completion days was 365 days. The previous final completion date was January 5, 2016. The new substantial completion date shall be January 4, 2016. The new final completion date shall be on or before March 7, 2016. Note:Time extensions are subject to the Board's Procurement Ordinance Section 19 C 1 —5. For specific projects,time extensions require administrative Board approval; for fixed term or blanket commodity and service contracts, time extensions do not require administrative Board approval. By extending this contract, the County is not relieving your firm of its obligations to perform work in a timely and satisfactory manner or any consequences resulting from failing to do so. Collier County hereby reserves all legal rights, including, but not limited to, rights to terminate, suspend or elect any other appropriate course(s)of action should circumstances warrant with regard to the referenced contract. Additional Staffing Categories: Name Professional Position(s) Associated Hourly Rate(s): Hourly Rate(s) ❑Draw against Allowance (specify allowance item and identify specific items and quantities) ❑Other: Specify(minor adjustments/clarifications to scope,existing task allocation and quantity adjustments, re-allocation of dollar amounts between existing tasks and/or clarification of existing tasks) Sincerely, L i Mielle Arnold, PTNE Division Director Rhonda Cumrnings, ProC urement�Strategist ocilrement Sege l Division Approval: " rx-�--�; (:�r� � Date }r .;l ) is C: Robin Sheley, Clerk of Courts Finance os'k,,�r Pubic Transit&Neghborriood ErMaicerner4Doavor, 3299 Tamiarni Trail East,Sue 143'Napics,Fond:;34112-5746-239-252-5644 FAX 239-252-6626 wvtiv.coilie-gov.net Packet Page-1863- 1/12/2016 16.E.6. NorthrupAdam Subject: FW: Justification for Contract extension for Danella Utility Contract 14-6320 From: SellsHarry Sent: Wednesday, December 16, 2015 5:05 PM To: DeLeonDiana; NorthrupAdam Cc: AmoldMichelle Subject: FW:Justification for Contract extension for Danella Utility Contract 14-6320 Diana, The requested contract extension for Contract 14-6320 for Danella Utility was requested because of the following issues. • The original drilling Sub-Contractor had to be replaced due to poor performance.The replacement process with an alternate sub resulted in delays of up to thirty days for mobilization. • Unexpected high tides and weather created excessively wet conditions which would have destroyed the area and greatly increased the restoration costs if work would have proceeded as planned. These conditions resulted in the loss of several work days and required the contractor to jump from one location on the project to another in an attempt to find drier soil conditions. This jumping around created some inefficiency in the method of work and again slowed the project down. • FPL,the primary designer of the project,obtained a required permit for the DEP Sub Aqueous Crossing when they had planned on being the project managers for the construction project. However,the County is managing the project and requested to be named on the permit with FPL so that another permit would not have to be obtained. FPL advised that they could not honor that request so the County had to acquire its own DEP and Army Corps of Engineers Permit for the work. This action delayed the sub aqueous crossing by two months. • During construction the contractor discovered a buried and abandoned County Sewage Lift Station on the corner of Vanderbilt Drive and Bluebill Ave which conflicted with the placement of several underground vaults required to be installed for the project. The lift station was not noted on any as-built plan but had to be removed in order for the project to continue. This demolition was completed by the contractor at no additional cost to the County but delayed the project by 7 days. The requested change was for an additional 16.9%which was felt to be very reasonable under the above conditions. The MSTU Project Manager is very satisfied with the work and effort of the contractor and feels that denying this no cost adjustment would do an injustice to the contractor. If you would like this response in some form other than an email, let me know and I will provide it. Harry Sells MSTU Project Manager Public Transit&Neighborhood Enhancement Division Public Services Department 3299 East Tam iami Trail, Suite 103 Naples,Fla.34112-5746 Fax: 239-252-6628 Phone:239-252-4980 Cell: 239-821-6909 HanySellsCollierGov.net Packet Page-1864- f �.p k xY {t' D O O 41, 1/12/2016 16.E.6. � ° ro ` l0 N N (2) 1 i i , ••-V N H 01 01 .. 1 M Lf1 N U1 Lx1 r-1 0 , M i/} VT L). t/1 l/} t/} to to t/} in in i/} to i/? 4.n III on g J 0 on 01 M .1 H N. U ri ON Lo Y NO Ln m V m 0 o a a)Ln r,LD O U U, rn N x K) Co X N Ln U Ln -, W 2 -, 2 U) Ln CD O in H O O cc m } Q 0 O C J m Ln Ln Z W C 0 m a H w w i 1 Q H > uj > W U C W w N H C C goo C ° j a U C > w = W w W a 0 0 0 N Ln h0- 2 Z o LL a o w ri 8 W v O LL, Z N J 2 H O O a0 ON cm 00 ~ Q o f Q O > z O g o o z C z _ J J J a J W L,.1 � Ln J •Q -' 2 C 02 m o H H Q 0 Q o 0 Q = Q z w w po = = a Ln C N a a o ° J o o la_ = °-<, o o Q 0 W W o 0 O- l!'1 w = H < Q xc = a Z w w w cH. ,— = c- cH. a cQ �-+ Z_o:.. ..,...` LHn Lin Q O' d G Q 0 1 C C C) 0 of O oo Q O .Q 7 N 00 Ol r\ M C 03 U1 (JD l!1 N C u1 m cY t\ N ."1 N M N 11 00 W O N 01 O CO O U1 lD N O O 00 Ln .-I N C C U O Co N 00 .1 O l0 N O O m N V 0 0 C G1 - H O N N N O M .--1 0 0 0 0 . 0 0 to (.0 N Tr Ln O V in O O '-I in Ln O O O -a 0 O O 00 O 0 0 0 H H C O O .1 .1 O o 0 0 O U O o O U O 0 o U O U C I N N N N N U N N U U N N N U U 1 f4 0 y ,' A 4 k Co O r� O O •-•■ N N r� 00 C 00 CO LD 00 O N N �' 't "t 03 CO CO Co .1 Tr Cr CO Tr C N (.0 l^0 tD lD U 0 Q 3t O N CO CO m N o 0 0 01 01 01 0 0 .--I N ,--1 0 0 0 0 0 0 0 0 U1 CY ''` O O 0 0 0 0 0 0 0 0 0 0 0 0 0 � O O O O 0 0 0 0 0 0 0 0 0 0 0 0 L ,H ' `; m CO m Co CO CO CO CO m Co m m CO Co Co 0 d 2. Q E _c �' C C ai c'U,. O O Ln O Ln CO O O O O to H .J 0 0 (n Ct H N d' O Tr H .-1 H .1 N .1 .1 .1 .1 z O N O Cr) N 1-1 .1 00 00 CO CO .--1 N N CO CO N N W N O .--1 Ln in Ln Ln O Co CO Ln U1 u N N N N .1 N u1 1f1 Ln to .1 to L!1 Ln Ln H Ln .1 .1 N .-1 .-1 .1 .1 .--I N N N .1 .1 C CI w 3,. } Z Y Y Y Y C C C Y Y «, U U U U w w w U U k<`rr ".L,t '� Z w Z z w m w w w w Ln Ln Ln w w_ 3 c° J C W J m m Z Z Z Z W W W Z Z W W v1a Tt' u1 W to 2 m Q Q Q Q . Q Q ti : r Z Y Z a 2 2 2 2 w w w 2 2 Z W W Cl. a a a > > > 0 s Z Z Z Ln Y w w LL w w W w w w W W W W ) C C O cc H U UH H H H U H H H 1 H aJ ry y a a C ', n a v c v E a 0 C C u Y a v; a W• ' `s ta`,: O a a E CO ro C C C _C a1r CO -00 >' of of ai a E CU C1J CU E E ':_u_, w Ln•c v 3Y u v, u O - DII aaa m a CO aJ r-1 0C, .CO off, CO o, 7 •5 7 Q Q - +M.41. -,: ,a_' v 3 a u 3 u r0 0 0 0 m = a, p Q N D 3 d GI a ,. La to L_ a1 a;, a E of c C c C aJ a al O 2 V CC. C aJ 6- u TD a 0 O O 0 GO GO 00 Z Z 0 0 0O -0 a = '0 f0 a1 CU CI a) c c c O O 41 c 'O G _ ,-° a L O O 0) O a a CO al T a CO CO CO CO Y i O O +' C p N C Y h N N N - Z s , ''* tit N0 .� C o c E p Y E G C c Z N�aS r Y C L � O a a a a G c C N 1 ° ^ s a v w •0 '6 'p 43 "a �.'i e v . a' a v m H L IO p - J U U U U 0 0 0 m m 0 To k. p O D O O ya y D '' " p a a a a a a) d y V CU a1 > 0 0 > > . a o -s< o G o 0 0 o L. u u a o a 0_ a s a rC CO a co c t` pa as rr0 og ', 4.44',,,i4}�+a Nri U U al a1 a1 . g L �, Packet Page -1865-c; 0 0 0 ,;, ,Y, ,�