Loading...
Backup Documents 06/14/2016 Item #16D 6 ORIGINAL DOCUMENTS CHECKLIST & ROUTING-SLIP 160 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS O GN RE Routed by Procurement Services to the e Following Addressee(s) (In routing order) Office Initials Date I. Risk Management Risk 2. County Attorney Office County Attorney Office Cm .110 i Ito 3. BCC Office Board of County —Ito Commissioners �u t5 l4-I� ,It 4. Minutes and Records Clerk of Court's Office nil/6 +IN 7)51114'/ 5. Return to Procurement Services Facilities Management Division Contact: Division—Margaret Bishop PRIMARY CONTACT INFORMATION Name of Primary Vivianna Giarimoustas, June 16,2016 Phone Number 252-8413 or 252-8975 Procurement Staff Contact and Date Agenda Date Item was June 14,2016 .1/ Agenda Item Number 16D6 Approved by the BCC Type of Document Change Order Number of Original .4— . Attached Documents Attached PO number or account PO#4500165947 Solicitation/Contract 14-6307, Veterans number if document is \ Number/Company Community Pe, to be recorded Name Pickleball Court, Wright Construction Corporation INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Inti. ) Applcabl 1. Does the document require the chairman's original signature? • ifi 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. ` ►` 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/A 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 pte signature and initials are required. 7. In most cases(some contracts are an exception),an electronic copy of the document and this routing slip should be provided to the County Attorney's Office before the item is i•-VA into SIRE. 8. The document was approved by the BCC on the date above and all changes made BCC during the meeting have been incorporated in the attached document. The County approved Attorney's Office has reviewed the changes,if applicable. 6/14/16, Item#16D6 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 ► : p� Chairman's signature. 1 6 0 6 MEMORANDUM Date: June 17, 2016 To: Viviana Giarimoustas, Purchasing Technician Procurement Services From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #14-6307 "Veterans Community Park Pickleball Court" Change Order #1 Contractor: Wright Construction Corporation Attached is an e-mailed copy of the document referenced above, (Item #16D6) approved by the Board of County Commissioners on Tuesday, June 14, 2016. The second original has been held by the Minutes and Records Department as part of the Board's Official Record. If you have any questions, please contact me at 252-8411. Thank you. Attachment 1606 Ci'lliProcurement Services C0 �� Change Order Form 0 Contraot Modification ®Work Order Modification ❑A►uandmont Contract 11:1 14.0307 J Change MI 1 JP(trcl1a8oO(dor : 4500106047 Projeot II:180284 • Contractor/Firm Name: Wright Construction CorporationContractiProjecbf Veterans Community Park Pickteball Courts • Project Manager Nemo: Margaret Bishop Division Name: Parks&Recreation Original Contract/Work Order Amount $ 108,761.60 0/23/16;11.F Original BCC Approval Date;Agenda Item/I Current BCC Approved Amount 1!N/A+ 0123/16;11.F Last BCC Approval Date;Agenda Item 1I Current Contract/Work Order Amount $ 100,761,56 0/23/2010 SAP Contract Expiration Date(Master) Dollar Amount of this Change ' $ 30,032,86 10.63% Total Change from Original Amount Revised Contract/Work Order Total $ 235,684,41 IIN/A Change from Current BCC Approved Amount Cumulative Changes $ 36,832,05 10.63% Change from Current Amount Completion Date,Dosoription of the Took(e)Change,and Rationale for the Change Notice to Proceed 2/24/10 Original 7/20/10 Last Approved I I Rovlood Date On-holdDato Completion Onto Date J(Includes this chengo) iI of Days Added30 Select Tasks ❑Add now tnek(e) 0 Delete task(o) El Change taslr(o) 0 Other(sae botow) Provide a reapone°to the following:1.)(totalled and Opacillo explanation/ratlonnio of the reenacted chnngo(o)to the took(s)and I or the additional days added(if requested);2,)why thio change was not included In the original contreot;end,3.) describe the Impact if tido change la not proc0000d. Attach additional information from the Design Professional and/or Contractor If needed. 1.) Wright Construction Corporation was awarded a work order for the conversion of the Veterans Community Park acrd volleyball court to 0 pickbabail courts.At the time of the award,only the funding for the lower cost DecoColor surface was available ($28,132.42)as opposed to the DecoTurf($04,005.27).Tho contractor began the work on schedule and has prepared the asphalt base for installation of the DocoColor eurfaco.Because of stakeholder Input,It was decided that DecoTurf la a better option.The contractor has boon issued a lime suspension until additional funding Is secured for the DecoTurf surface.As a result,an additional 30 days le needed because of the Installation procedure. 2.) Thls change was not Included In the originol contract because the only funding meltable was to provide a DecoCoior surface.The more expensive DecoTurf material was listed as a bid ellernote.The bids were received on December 10',2016 and the difference In price for the more expensive surface woo$33,010.00.Since that time,material cost has Increased to$30,032,00. Stakeholder Input requested that the more expensive surface material be installed because Ii is a professional,tournament grade, 0 layer cushioned surface that Is easier to play on and will accommodate Iho growing demand for yarns to come. 3.) If the change is not processed the contractor can continue with the original work end install the DecoCoior surface.However, stakeholder concerns will not be addressed and we v411 bo provided with what Is considered en inferior product.This may risk future court use. Prepared by: ) �}� (aide Kirby;Fa�liosManagement Division) Date: 5 f 1�b Acceptance of thio Change Order shall constitute a modification to contract/work order Identifed above and will be subject to ail the same terms end conditions as contained in the contract/work order Indicated above,as fully es If the same wore stated In this acceptance. The adjuatmonl,Reny,to the Contract shall coptlluto a full and final settlement of any end all claims of the Contractor/Vendor/Consultant! Design Professional a sifng out of of fplrffed�(ire-change set forth heroin,Including claims for Inpect and delay coals. Accepted by: '�l�i' Date: .51-1 1 (G Sc'olf acan5,W I t C sk uciion,Corporation) ::::::: by: Dale: NO OSI lo;P.l .;Q lady fit o Associates,P.A.) �— hy: L / _ ��i"7.�� Date: 6® hon a Rums; r reme Pro osslonai) j Revised:10/2e/2014 (Divisions who may require additional signatures may Include on separate shoat.) psocipnseten,4115 OM Ildp nn apo aCOEn 160 6 VETERANS PARK IMPROVEMENTS BID NO._Wright Construction UNIT ITEM DESCRIPTION QTY UNIT PRICE AMOUNT 1 Mobilization/Demobilization 1 LS 3,998.01 _3,998.01_ 2 Stormwater Pollution Plan 1 LS _1,000.00 _1,000.00_ Clearing, Demolition, Grubbing 3 & Grading 1 LS _39,994.38 _39,994.38_ 4 Court Construction 1 LS _72,662.92 _72,662.92 5 DecoColor Textured Acrylic 1 LS _28,132.45 _28,132.42 Color Surfacing 6 Conduits 1 LS _2,580.00 _2,580.00 7 Landscaping 1 LS _15,476.15 _15,476.15 8 Fencing 1 LS _23,407.68 _23,407.68 Allowance for Unforeseen and 9 Unknown Underground Utility 1 LS $4,500 $4,500 Services Conflict Resolution Allowance for Unsuitable Soil 10 Removal and Replacement 1 LS _ $7000 $7,000 Bid Alternate 1 Add-4"Concrete Courts Surface with stabilized base and 1 LS _20,634.62 _20,634.62 vapor barrier 2 Add-DecoTurf 6 Layer 1 LS _33,618.60 _33,618.60 Cushion System CArserstrhoodacummings.ITDOMAINWppDatallocallMicrosoft1WindowslTemporary Interact Files1Content.Outlook\S1414M101Wright Construction Bid.doc 160 6 From: David Valin To: BishooMargaret;FelidalarbWVFN Subject: Veterans Pickle ball Date: Monday,May 02,2016 3:05:22 PM Attachments: Jrnage001.paq Margaret, To upgrade the courts to a Deco Turf Layer"Cushion"product would be an additional$36,832.85. We will also need an additional 30 days from whenever this addition gets approved.If the approval process is expected to take more than a couple days,can you please issue a"suspend work"notice so our clock is not ticking..... If you need anything else from me please let me know. David Valin Project Manager Wright Construction Group Cell:239-738-5856 5811 Youngquist Road, Fort Myers,FL 33912 Phone:239-481-5000 Fax:239-481-2448 1105-L Taylor Road, Punta Gorda,FL 33950 Phone:941-637-4728 ETE".; 1 !MC- -: , •,,' , „ ,‘, ,.. ,,... coNstauc'tnot: UROrfF 1606 IN WITNESS'WHEREOF,the parties hereto, have each,respectively, by an authorized person or agent, have executed this Work Order on the date and year first written below. ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E. Brock, Clerk of Courts COLLIER COUNTY,FLORIDA A."- By. M Dot to Fiala Chairman Dated: cAU'V\e '�'i (SEAL) Atte t.as to Chairman's signature only. Wright Construction Company,Inc. By: First Witness i ria ure ,` LO CA-Ca`e.> Cin s• i noe<`c_f TType/print signature and thief TType/print witness nameT Second Witness TType/print witness nantet Approve( as to Form and Legality: li\ ssistant County Attorney CO leen M . 6yee fie Print Maine COI/1 Wright Construction Corporation Veterans Community Park Pickleball Surface o�