Loading...
Agenda 02/26/2013 Item #16A142/26/2013 16.A.14. EXECUTIVE SUMMARY Recommendation to approve a f t e r t h e f a c t disposal o f surplus property associated with the Gateway Triangle Stormwater Improvements Phase II, Contract #10 -5366, Project #51803. OBJECTIVE: To obtain after the fact approval by the Board of County Commissioners (Board) of the disposal of surplus property (ductile iron pipe and spacers) associated with material that was unusable from the Gateway Triangle Stormwater Improvements Phase II, Project #51803. CONSIDERATIONS: On December 15, 2009 (Agenda Item l0E), the Board approved construction of the Gateway Triangle Stormwater Project Phase II. The total cost was $3,207,269.07, with a project duration of approximately 3 years. After construction began, the Contractor (Stevens and Layton, Inc.) purchased and delivered to the jobsite the piping and spacers required for the project. That material was entered into the project's Stored Materials Record in May of 2010, and as allowed by the Contract, was paid out to the Contractor, converting the material into County property; the original purchase price was $27,672.84. During the course of construction the project required a design change. The original design called for a jack and bore of stormwater piping under Davis Boulevard at Commercial Drive. Field conditions required the Contractor to change the alignment of the borepath and the manner of construction to a directional bore. This was authorized by Change Order #3 in January of 2011. As a result, the pipe material in the revised design changed and the existing purchased iron pipe and spacers became largely unusable for the project. In September of 2011, once it was determined there was no further use of the pipe and spacers on the project, and after requests from the community to remove the unsightly material and clean up the secured yard, the County investigated opportunities to dispose of the pipe and spacers. Staff asked the Contractor to attempt to return the material to the original supplier. The supplier informed the Contractor that it would not accept a return of the products since there was no market for the material because the construction market had weakened. Staff then asked the Contractor to determine whether it could use the material on another one of its projects or buy it outright from the County. The Contractor had no interest in the material since it was prescriptive to this project. Staff asked the Contractor if it could sell the material to another Contractor for any other project. The Contractor investigated this and found no willing buyers. Finally, staff also contacted departments within Growth Management and Public Utilities; there were no projects that required that type of material. Staff then pursued the idea to store the materials in the Road Maintenance Department's yard for a future use, however, there was not enough space available. Packet Page -1236- 2/26/2013 16.A.14. After all of those considerations were exhausted, staff directed the Contractor to dispose of the material as scrap and credit the proceeds to the project's Stored Materials Record. The Contractor provided a verbal "scrap" estimate of $4,000 for the credit of the original purchase value. The Contractor then scrapped the material, as directed, at a metal recycling yard for an actual credit value of $4,238.16. The Contractor provided this service at no additional cost to the County. Had County staff disposed of this material in a similar manner, it would have cost approximately $2,500 for labor, materials and equipment, therefore, reducing income to the County to approximately $ 1,740. Florida Statute 274.06 allows local governments an alternative procedure for the disposal of surplus property depending on the dollar value of the equipment. For property with a value of over $5,000, there is a required public advertisement process, along with a bid /auction to the highest offer. For property with a value of less than $5,000, the local government unit may dispose of the property in the most efficient and cost - effective means as determined by the governmental unit. The value of the property at the time of disposal was estimated at $4,000, which is below the established $5,000 threshold in the Statute, requiring public advertisement and a public offer. While staff performed due diligence to identify a use for this material within the County, the CMA 5809 MANAGING PERSONAL PROPERTY AND CONSUMABLE SUPPLIES was not followed. Given that the Contractor scrapped the material as directed at a metal recycling yard for an actual credit value of $4,238.16, the surplus value of the materials was less than $5,000, and therefore, was disposed of in the most efficient and cost - effective manner. Staff received a current written "scrap" estimate of $2,119.08 in order to validate "scrap" prices of today. Currently, the County is finalizing this construction project and preparing to approve payment on the final pay application. Staff requests the Board approve the after the fact disposal of the pipe and spacer material, and accept the credit received from disposing the material at the recycling yard. FISCAL IMPACT: The stored materials were paid for by the County in 2010. A credit is issued by the Contractor in the amount of $4,238.16 for the sale of the surplus unused pipe and spacer material. This credit to the County is applied to the vendor's Final Pay Application (# 18). GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this recommendation. LEGAL CONSIiDERATIONS: Florida Statute 274.06 allows local governments an alternative procedure to dispose of its property that is "obsolete or ... which serves no useful function .J.]" [.]" Further, under Section 274.06, a county may dispose of property having a value of less than $5,000 in the most efficient and cost - effective means as determined by the governmental unit. In this instance, the value of the property at the time of disposal was below the $5,000 statutory threshold and staff had exhausted all alternative uses for the disposed of property. Therefore, it was within the county's lawful and reasonable exercise of its discretion to dispose of the property in the most efficient and cost - effective manner. This item has been reviewed and approved by the County Attorney's Office, and it is legally sufficient for the Board Packet Page -1237- 2/26/2013 16.A.14. to approve and adopt staff's method of disposing the surplus property by majority vote —SRT. RECOMMENDATION: That the Board approves the after the fact disposal of surplus property associated with the Gateway Triangle Stormwater Improvements Phase II project and accept the credit offered for the surplus material. Prepared by Joe Delate, Senior Project Manager, Transportation Engineering Department. Attachments: • Gateway Triangle Surplus Spreadsheet • Credit Slip (Bill of Sale) Garden Street Iron • Stored Materials Record • "Scrap" Quote Garden Street Iron • Change Order # 3 Packet Page -1238- 2/26/2013 16.A.14. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.14. Item Summary: Recommendation to approve disposal of surplus property associated with the Gateway Triangle Stormwater Improvements Phase II, Contract #10 -5366, Project #51803. Meeting Date: 2/12/2013 Prepared By Name: DelateJoseph Title: Project Manager, Senior,Transportation Engineering 2/1/2013 3:12:13 PM Submitted by Title: Project Manager, Senior,Transportation Engineering Name: DelateJoseph 2/1/2013 3:12:14 PM Approved By Name: LynchDiane Title: Administrative Assistant Date: 2/1/2013 3:37:25 PM Name: ShueGene Date: 2/1/2013 4:07:02 PM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 2/4/2013 10:38:50 AM Name: AhmadJay Title: Director - Transportation Engineering,Transportation Engineering & Construction Management Date: 2/4/2013 10:44:14 AM Name: TibbettsRhonda Date: 2/4/2013 10:58:17 AM Packet Page -1239- 2/26/2013 16.A.14. Name: TaylorLisa Title: Management/Budget Analyst,Transportation Administr Date: 2/4/2013 11:19:02 AM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 2/4/2013 11:54:58 AM Name: TeachScott Title: Deputy County Attomey,County Attorney Date: 2/4/2013 12:23:10 PM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 2/4/2013 12:34:06 PM Name: FinnEd Title: Senior Budget Analyst, OMB Date: 2/4/2013 4:02:15 PM Name: KlatzkowJeff Title: County Attorney Date: 2/4/2013 4:28:56 PM Name: IsacksonMark Title: Director -Corp Financial and Mgmt Svs,CMO Date: 2/4/2013 5:03:27 PM Packet Page -1240- Ticket No. 820775 842751 843544 853800 853800 853800 GATEWAY TRIANGLE SURPLUS MATERIAL GARDEN STREET METAL LEDGER FOR SCRAPPED MATERIAL DESCRIPTION AMOUNT WEIGHT # PIPES Scrap load #1 $712.80 2,970 3 Scrap load #2 $713.04 2,971 3 Scrap load #3 $787.44 3,281 3 Scrap load #4 $824.40 3,435 4 Scrap load #5 $749.52 3,123 3 Scrap load #6 $450.96 1,879 2 TOTALS $4,238.16 17,659 lbs. 18 Scrap pipe and spacer total credit value $4,238.16 2/26/2013 16.A.14. DATE 10/10/2011 11/14/2011 11/15/2011 12/19/2011 12/20/2011 12/21/201.1 Stored Materials Record and invoices showed 18 pieces of 18 Lf. pipe remaining in storage yard at end of project along with casings spacers. (See attachment with Stored Materials Record.) 18 l.f. of pipe weighs approximately 60 lbs. per linear foot less the weight of the concrete lining (approx. 100 lbs. per pipe) = 980 lbs. per pipe. Each pipe varies in weight, according to the manufacturer, as some have bell ends and some have straight ends which weigh much less, thus the weight differences on the credit slip attachment (unique factor of pipes /use 3% less). Casing spacers weigh approx. 500 lbs. total for all and were scrapped also and part of the weights in the credit slip. 18 pieces of pipe x 18 Lf. each = 324 Lf. x 60 lbs. per Lf. = 19,440 lbs. - weight of concrete (18 x 100 lbs. = 1,800 lbs.) = 17,640 lbs. - unique factor of pipes (3% x 17,640 lbs. = 530 lbs.) = 17,110 + 500 lbs. spacers = 17,610 lbs. Conclusion is that Stored Materials Record of remaining material weight is consistent with what Contractor scrapped at Garden Street Metal. Credit slip shows 17,659 lbs. Our calculations show 17,610 lbs. So, Stored Material weight value and scrapped weight value are consistent. (See attachment with Garden Street Metal credit slip.) Packet Page -1241- UPDATED 2/13/2013 I MB 13, 2012 02:11 PM From - Garden St Iron 2/26/2013 16.A.14. Tickets Closed or Paid by date w/ details kets Closed from Oct 1, 2011 to Dec 20, 2011 STEVENS AND LAYTON, INC. Ticket # Cust # Customer Name Operator Ticket $ Paid $ Balance $ Ticket Date. io /1o/11 820775 6994 STEVENS AND LAYTON, INC. 59 $ 712.8o $ 712.80 - 65968 STU- Unprepared& 17970 14700 2970 LB 24.00 CW 712.8 deduct Soo for cement Total for Ticket 10 /10 /11 $ 712,80 $ 712.80 $ - Ticket # Cust # Customer Name Operator Ticket $ Paid $ Balance $ Ticket Date: 11/14/11 842751 6994 STEVENS AND LAYTON, INC. 18 $ 713.04 $ 713.04 - 65968 STU- Unprepared& 17986 14715 2971 LB 24.00 CW 713.04 deduct 300 for cement Total for Ticket 11/14/11 $ 713.04 $ 713.04 $ - Ticket # Cust # Customer Name Operator Ticket $ Paid $ Balance $ Ticket Date: 11 /15/11 843544 6994 STEVENS AND LAYTON, INC. 22 $ 787.44 $ 787.44 - 65968 STU- Unprepared& 18401 14820 3281 LB 24.00 M' 787.44 deduct Soo for cement Total for Ticket 11 /15/11 $ 787.44 $ 787.44 $ - Ticket # Cust # Customer Name Operator Ticket $ Paid $ Balance $ Ticket Date: 12/19/11 853800 6994 STEVENS AND LAYTON, INC. 59 $ 824.40 $ 824.40 65968 STU- Unprepared& 18355 14620 3435 LB 24.00 CW 824.4 deduct 300 for cement Total for Ticket 12/19/11 $ 824.40 $ 824.40 $ - Ticket # Cust # Customer Name Operator Ticket $ Paid $ Balance $ Ticket Date: 12 /2o /11 853800 6994 STEVENS AND LAYTON, INC. 59 $ 749.52 $ 749.52 - 65968 STU- Unprepared& 18126 14703 3123 LB 24.00 CW 749.52 deduct 300 for cement Packet Page -1242- FEB 13, 2012 02:11 PM From - Garden St Iron T 2/26/2013 16.A.14. Total for Ticket 12/20/11 $ 749.52 $ 749.52 $ - Tncket # Cust # Customer Name Operator Ticket $ Paid $ Balance $ Ticket Date. 12/21/11 853800 6994 STEVENS AND LAYTON, INC. 18 $ 45o.96 $ 45o•96 - 65968 STU- Unprepared& 16804 14625 1879 LB 24.00 CW 450.96 deduct 300 for cement Total for Ticket 12/21/11 $ 450.96 $ 450.96 $ w Packet Page -1243- T O CL CD d N .'O N n O O. D 77 :7 7 u TI p II n (ti � *4" tt O O R r Packet Page -1244 - rr'' rr DDDDD DDD tl� 7q rrrrr - 1-ij rrr 2/26/201316.A.1 n O W o W W ww D D -1 N -I i m e � 7 WtD A A N j A A W N �. A A A NN A y A A A A A A p W O N N NISN N` Zz-z i N N N N O N N O N O N N N `V �U O w CD o CD CD O w 0 _ O N N N N N N N N N tp O CD O 0 0 s 0 0 0 0 0 0 0 0 0 0 0 0 0 0 G) Q p W 00 x O O m W "C� W o W o W (� g D W o W W 0 o W W p o W 0 W 0 W W 0 0 0 W 0 0 W 0 0 W 0 I9' 2 O r T� Cn x r�r 'Dy�Cn CA. CATTTfA (n -n CA) ly-'r lW-Z r r r r- r O = m D CO O A O p G� �m�O�OQOpppp C m T7m p 0�Z7� ��vvvvvv�0-o��c D r m = cD m o m O v� mm D >vvvvb mmmmo �Ommmmmm,T,T m o c o c m U) m m In D v' C m m m m .mom m m G Cn n D -q cmr> m m� m rnrom m .Z�1 D �m O O O O o O o o p p n F- n a N N y frd CC! y N CO C C m m m1T ��g''aT O O m 2 A m >*O o `c n ���� n n m m m n o n o o noon n rZ- O O O D G)G) O O '��2`�`Z�r�<L D C C C C D D D D D D D D >> D D D D o Z M Cn N � �0 - < zzzz� -<<-CC CCII COChzzzzzz -C- <-< -<C.<= CO m z z z mz mmmmz zzmmmmmmmmmm?, zzz� IT r rn Z s j � C.)) j i W A W W W W- O CA A W W W W W W W W W W C1 CD O N i W W W A A N W W W N N N N N N N I N Lrl O O Pi 0) NiA OCD W cD CD W (T CD W W Co V Cn W rn N Ol O4 O (.0 AA 0) V i CT .a Co T N OD O1 C)) .0. O� s d [A _ NCn AW w CNiI (TNT _ _sNN._ t0 W V ANN A N fT A A N CT N CT O O o CD (n Co Cn Co CT Co O) CD CD CD N cc tD W A Cn Cn W W IT --+s CO CD W W w W [D j� O D NOO V V !D O W W O O CO Co O CD V CD CD CD CD p CA CA N! V ;P W i W N W N CO O W CA CO A C7) O w N W Q) O' 0 Cn J < L 1 N CT Cn V V Co 0 N OO Cn Cn +� W W A�IJ N W NCT IV N�V OsW 0.p Cn C7CAlT Cn-•p �` V CT N N CD CD V 1\3� CT V O Cn J J N Cn N J V CT O W 00 W O O O. m W �" �s ?. " �Yy CD W 000 00 10 01 O.o 00 000 W D)On00000000 OOO 003000°' o a 4 W O �.Cn "0 CT ul -p. N N CA Cm A A NN Cn Cn �r OO w CD CC) CT 00 O)m .0 3 CD CD CD + O N 6N) N A 0 N N iO1t 000 N W — W (n O — CuOCn A s — — W W. spy cD N.•aO �. = n Ot/ N O A.00 V J tD CD U4 Cn W b W O OO O -'` ->• -..+ W A W 0 V V '.W A Cn w W 0 CD N O O J Cn Cp V 0 0 0 V V O Co D) D'I W W y Cm N Co �c, W C o y V W' O W w CTACT V V N CUACT Cn N V C7)-�p V Cm CD `G to N 000 ID iD @ ° ° p 'D' CL o o o O o 0 o n o 0 o o 0 0 0 c 0 0 0 01010 0 0 0 0 0 0 0 0 0 CL to N N d W O W O N m A A 0 0 A Co CA CD COD CD CA .OA N A ?� N — Cp Cb 0 0 0 0 O O O O O. O O O O W D) w Co N V 4 CNi) o O O 010 0 01012 0 0 0 0 O CID, w T 0 0 0 d 0 o o p 0= o 0 —00000000010- 2 0 0 0 0 0 0 O CL T O CL CD d N .'O N n O O. D 77 :7 7 u TI p II n (ti � *4" tt R o) Packet Page -1244 - rr'' S m Co 0 X O CD Packet Page -1245- 3 ME, Cn O W CL fD to N fD n O CL n D JD a u n W O T O n y D D > K� > D D D D D D D 2/26/2013 16.A.1 4N.1 a n m D D 3 A O O N N O N N O O N CNO O D ic a O O O_ 13 O O N O_ O N i�sO O_ 0 NN 0 0 0 N 0 0 rCS 0 0 N 0 ID � 1CD � 0 0 hCD 5 13 0 0 D O O O O 0 0 O O 00 0 0 0 0 0 0 0 0 0 0 00 O a? 4 rn rn rn y 0 0 0 0 0 0 0 0 0 0 0 0 0 0 _ 0 z D r � � z D�r-17- Tr- M 0 p * 2 rINCA(ATTT(ny 2 2 2 2 2 0 0 0 0 oov0000000000 — — — 2 2 2 — — 2 — o xo m (- `- 0 vm "D �ommmmmm 0 — — — :5:-o ovo — — o — — om r r0n m m mo mm D 0 �mmmmmmmmmmmrnmmm = O o rn -p rn -mt m m m m -i =4 C D -� Cn O O 0 0 O O O a D D D D D D r- 40 M N m m m o o M m m m m n n n n n n a o 0 0 0 o n o G) >*G) 0 mc�����c������`z C D DDDDDDDDDDDDDy (n Z Cn Cn Co 0, Z Z Z Z V CO g M O r"z z zzmmmmmmmmmmmmm- Z Z Z Z Z Z Z Z m z z z m m r z 1 O CA N m O N O fWD m �W.I W N O t�D W v N 0 Os s 00 N -� N Cn s. n W V NN OO Cn U1 -� ac) toO xi .C. Cn CJ, C09 O CA Cl COO NNN- W W -+j-'. W M8CO -s+N W N' W W jtD CD p D A A W W 00 i2 OODO A.NP ON1 jW CpD fpO�0 P. CWD 0, W �J DC, CD N O O 00 Co Co Q Cn O Cn W V Ln N N Cn CT A O D CO V J J W�m N N v J In t0 K S C N W O tD CD tD < G G. N J V V 0 0 0 0 O O 0 0 0 D O O O O O O O O O 0 O O O ... O O a N s s 0 N W Cn N. — s � s s s s t N CD (A s O O V N N Co W CA s W W W O 'W y CD O (O (O .p O CA .A 01 CD.P. CT OD W Cn O Cb Ow0 CO O tlo N O O m -N+ O O 0 0 W O J N Cn W 0 91 O Co C7o W O> W V a N Co N to w 0 0 0 C. O Cn G, Cn C7, V V CD A CO W 0) OD O W W W V J� Co w Cn Cn .A J J .A w A Cn .ba N v, C i v V O Cit O '� S 3 p N N A d p 4 fD m 0. PO 0 C s o 0 0 0 01 0 0 0 0 0 (D 0 0 0 0 0 0 0 0 0 o a o 0 0 0 CL m � a O O w C. Cn N N N N V V s N A- Cn Cn C20D N W Cn CD N W Ln W W N CTl W Cn O7 a) (D .p CO A CO Cn w CJ1 O Co Co w W . -P N N W Cb w J O CO m w O 0 N p O p O v p A A :p, :C- CD p CO p J J CD Cn Cn O O Cif M Co -i O N N 4 m J m N 0 N O O W V V J CA W 00 CA W wCDA as (TI s W W CO w J N000o000006 A N O CA (P T N T 44 DL 1 iL C7o CO O m m -4 - 4 1-1-1 0 0 0 C:)l I.I. 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 o CL a Packet Page -1245- 3 ME, Cn O W CL fD to N fD n O CL n D JD a u n W O T O y K� I I 2/26/2013 16.A.14. a Invoice _ Customer P.O. Ship Via - F.O.B Terms j Gateway 1 COMMON FDY -FULL + Net 30 Days QTY UOM Item Description Qtyshipped TIOM Price Amount 8.001.;: { Page: 1 WI1f—^Sl.w+eraZY ;;iC•, ,McWane Pipe ....... .. .. �{ , a 1201 Vanderbilt Rd- InVoice:. 0000013339 '' Birmingham, AL 35234 USA Date: 4/22/2010 Customer: 80550 Territory:. 702 Sales Order: 0000DO5980 I B.O.L.: 0000000845 Sold To Ship To STEVENS & LAYTON, INC. STEVENS & LAYTON, INC. 1 SUITE # I FRANCIS AVE/PINE STREET 11260 STATE RD 80 239 - 693 -1400 24 HR. PTA FT MYERS, FL 33905 USA FT MYERS, FL 33939 USA _ Customer P.O. Ship Via - F.O.B Terms j Gateway 1 COMMON FDY -FULL + Net 30 Days QTY UOM Item Description Qtyshipped TIOM Price Amount 8.001.;: { 23061251111 X30 "X18' SL DI PIPE, CL250, SL 144.080 LF 80.58 11,609.97 ----------- �----- ------ - - - --- -- --- - - - - -- LAST ITEM---------- Payment(Credit Amount I------- ------------------------- 12,306.57 I fI 1 i 1 t t Contact: Buffy z 1 Subtotal 11,609.97 Freight 0.00 Sales Tax 696.60 Trade Discount 0,00 Payment(Credit Amount 0.00 Balance 12,306.57 REMIT Ta ADDRESS: McWane Cast Iran Pipe: . DQ Box 403180 Atlanta, G.A. 30384 -3180 Packet Page -1246- 2/26/201316.A.14. Invoice , McWane Pipe , ._ ....... 1201 Vanderbilt Rd. invoice: 0000013340 Birmingham, AL 35234 USA Date: 4/22/2010 Customer 80550 - Territory: 702 Sales Order: 0000005980 B.O.L.: 0000000846 Sold To Ship To STEVENS & LAYTON, INC. STEVENS & LAYTON, INC. SUITE # I FRANCIS AVE/PINE STREET 1:1260 STATE RD 80 239- 693 -1400 24 HR PTA FT MYERS, FL 33905 USA FT MYERS, FL 33939 USA Customer P.O. Gateway QTY UOM - -- I i• Via 1T01 item Description F.O.B Terms FDY -FULL Net 30 Days Qty Shipped UOM Price Amount ,..�}► 8 :00 LF 23061251111 30 "XI8' SL DI PIPE, CL250, SL ( 144.080 LF i 80.58 11,609.97 ----- - - - --- ----------------- ----------- LASTTTEM --- -------- ----- L---- - - - - -- ----------------------- I l i i i Contact: Buffy Subtotal 11,609.97 Freight 0.00 / Sales Tax 696.60 ✓ Trade Discount 0.00 Payment/Credit Amount 0.00 Balance 12,306.57 REMIT TO ADDRESS: McWane Cast Iron Pipe Co. PO Box 403180 Atlanta, GA 30384 -3180 Packet Page -1247- Contact: Buffy Subtotal 11,609.97 Freight 0.00 / Sales Tax 696.60 ✓ Trade Discount 0.00 Payment/Credit Amount 0.00 Balance 12,306.57 REMIT TO ADDRESS: McWane Cast Iron Pipe Co. PO Box 403180 Atlanta, GA 30384 -3180 Packet Page -1247- REMIT TO ADDRESS: McWane Cast Iron Pipe Co. PO Box 403180 Atlanta, GA 30384 -3180 Packet Page -1247- 2/26/2013 16.A.14. Invoke 1 Customer P.O. Ship Via F.O.B Terms Gateway COMMON FDY -FULL Net 30 Days QTY UOM Item Description Qty Shipped UOM Price A mount 6.00 LF Page: I `4 McWane Pipe I LF I 52.26 1201 Vanderbilt Rd Invoice; 0000013341 t Birmingham, AL 35234 USA Date: 4/22/2010 ' Customer: 80550 ., . Territory: 702 Sales Order. 0000005980 I B.Q.L.: 0000000847 Sold To Ship To STEVENS & LAYTON, INC. STEVENS & LAYTON, INC. SUITE # 1 FRANCIS AVEIPINE STREET 11260 STATE RD 80 239- 693 - 1400 24 ER PTA FTMYERS, FL 33905 USA FTMYERS, FL 33939 USA 1 Customer P.O. Ship Via F.O.B Terms Gateway COMMON FDY -FULL Net 30 Days QTY UOM Item Description Qty Shipped UOM Price A mount 6.00 LF 1 23070251111 f 30 "X18' FJ DI PIPE CL250, C& 108.301 I LF I 52.26 5,659.81 1.00 LF 123060251111 30"X18' SL DI PIPE, CL250, SL 18.050 f( LF I 52.26 943.29 ------- - - - -1- ---------- - - - - -- ----- - - - - -- LAST ITEM ' ----------------- - - - - - -- ----------------------- ----- - - - - -- I { � f i Contact: Buffy i REMIT TO ADDRESS: McWane Cast Iron Pipe Co. PO Box 403180 Atlanta, CA 30384 -3180 Packet Page -1248- Subtotal 6,603.10 ✓ Freight 0.00 Sales Tax 396.19 Trade Discount 0.00 Payment/Credit Amount 0.00 Balance _ 6,999.29 % REMIT TO ADDRESS: McWane Cast Iron Pipe Co. PO Box 403180 Atlanta, CA 30384 -3180 Packet Page -1248- Customer P.O. Ship Via F.OJ3 Terms 2/26/201316.A.14. COMMON FDY -FULL Net 30 Days Invoice QTY UOM Item Description Page: 1 yi McWane Pipe ...� 1.00 LF 23060251111 LF 216.10251111 I. 21660251111 ' 30 "Xi8' SL DI PIPE, CL250, SL 16 "X18' TJ DI PIPE,CL250,C/L 16 "X I S' SL DI PIPE, CL250 C/L SL x P1 18.0501 18.080 18.080 1201 Vanderbilt R& Invoice: 0000013512 V f Birmingham, AL 35234 Date: 4130/2010 Customer. 80550 Territory: 702 Sales Order: 0000005980 B.O.L.: 0000000926 Sold To Ship To STEVENS & LAYTON, INC. STEVENS & LAYTON, INC. SUITE # - 1 FRANCIS AVE/PINE STREET 11260 STATE RD 80 239- 693 -1400 24 HR PTA FT MYERS, FL 33905 USA FT MYERS, FL 33939 USA Customer P.O. Ship Via F.OJ3 Terms Gateway COMMON FDY -FULL Net 30 Days QTY UOM Item Description Qty Shipped UOM Price Amount ...� 1.00 LF 23060251111 LF 216.10251111 I. 21660251111 ' 30 "Xi8' SL DI PIPE, CL250, SL 16 "X18' TJ DI PIPE,CL250,C/L 16 "X I S' SL DI PIPE, CL250 C/L SL x P1 18.0501 18.080 18.080 LF LF LF � 52.26 18.23 18.23 943.29 329.60 329.60 V f ---------------------- - - - - -- - - - - - - - - - - I LASTITEM --------- .; ------- ----------- 410 (� 00 V' Subtotal 1,602.49 Freight 0.00 Sales Tax 96.15 Trade Discount 0100 Paymeat/Credit Amount 0.00 Contacts Buffy Balance 1,698.64 (� REMIT TO ADDRESS: McWane Cast Iron Pipe Co. PO Box 403180 Atlanta, GA 30384 -3180 Packet Page -1249- 2/26/2013 16.A.14. � S=FBrfjroN& jr 3.40 JL1etm Pa.- kwar,S FL A- trers. Ft J39f6 (239) 3.374.5865 FAX f•'5Y' 337 -4529 Feb. 11, 2013 To: Joe Deate Collier County Transportation From: Craig Cuaowir>;gbaran Garden Stred Iron & Metal Subject: Scrap metal Price Joe, as oftc day's pricing Dec -Tile Cast is at $12.00per 100lbs ($240) per Ton. Delivered to our Ft Myers location. Thank You, Craig Cunningham 1-(239) 337 -5865 Cell# 707 -5203 '�54 ,° � 8ZH 100/100 *d M -1 Packet Page - 1250 - NMI lS N303 1 w1:90 8102 - 11-831 2/26/2013 16.A.14. CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: Gateway Triangle Stormwater Improvements Phase 2 Construction PROJECT #: 51803 PROJECT MANAGER: Joseph F. Delate, ASLA CONTRACT #:10-5366 MOD 0:3 P00:45001147 Original Contractlwork Order Amount $2,694,473.35 (Starting Point) Current BCC Approved Amount: $2,694,473.35 (Last Total Amount Approved by the BCC) Current ContractlWork Order Amount: $2,767,708.70 (Including All Changes Prior To This Modification) • �(� Change Amount: $ 83,643.93 {,��' '' ti \D✓Y�^ Revised Contract/Work Order Amount $2,851,352.63 P? V (including This Change Order) Cumulative Dollar Value of Changes to {�(\ this ContracWVork Order. $ 156,879.28 Date of Last BCC Approval December 15, 2009 Agenda Item # 10E Percentage of the change overlunder current contract/work order amount 5.82% Formula: (Revised Amount / Last BCC approved amount) -1 CURRENT COMPLETION DATE (S): ORIGINAL: December 15, 2010 CURRENT February 8, 2011 This change order will: IN Add a new Tasks for $83,643.93 ❑ Increase Task Nu by $ Other: add additional construction scope to the project Describe the change(* }: Changes include changing from a jack and bore under Davis Boulevard to a directional bore which resolved a conflict with utilities at that location, site improvement plan changes at the stormwater pumpstation caused by permit and site development plan requirements, miscellaneous changes including water main diversion, removal and replacement of existing failing culverts, additional roadway work, and safety grate and brick bulkhead due to concerns from the Brookside community. These changes have been vetted and reviewed by staff and are fair and reasonable. Specify the reasons for the changes) X 1, Planned or Elective K 2. Unforeseen Conditions c' 3. Quantity Adjustments r' 4. Correction of Errors (Plans, Specifications or Scope of Work) A 5. Value Added C` 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). identify all negative Impacts to the project if this change order were not processed: Project could not be completed in Its entirety. . This change was requested by: contractor /Consultant X Owner ri Using Department r CDES LDesign Professional r[Regulatory Agency (Specify) rOther (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r Yes r No This form is to sig d % APPROVED BY: Date: 12 ela AS enior Project Manager REVIEWED BY: Date: Rh6nda Cummings, Contract Sp Revised 4.10 Packet Page -1251- ' - &ONTRACTIWORK ORDER MODIFICAT CHECKLIST FORM PROJECT NAME: Gateway Triangle Stormwater Improvements Phase 2 Construction ')ROJECT MANAGER: Joseph F. Delate, ASLA CONTRACT #: 10 -5366 MOD #:3 PO #A5001 I W7 2/26/2013 16.A.14. PROJECT #: 51803 DePAKTMF-N1: I ransportation tnameenna UUN ! KAC: I UKII-IKM NAMt: Stevens ana Original ContractlWork Order Amount: $2,694,473.35 (Starting Point) Current BCC Approved Amount: $2,694,473.35 (Last Total Amount Approved by the BCC) Current Contract/Work Order Amount: $2,767,708.70 (including All Changes Prior To This Modification) Change Amount: $ 83,643.93 cux� Revised Contract/Work Order Amount: $2,851,352.63 p (Including This Change Order) 1 o Cumulative Dollar Value of Changes to this Contract/Work Order: $ 156,879.28 Date of Last BCC Approval December 15, 2009 Agenda Item # 10E Percentage of the change overlunder current contracttwork order amount 5.82% Formula: (Revised Amount I Last BCC approved amount) -1 inc. CURRENT COMPLETION DATE (S): ORIGINAL: December 15, 2010 CURRENT: February 8, 2011 this change order will: Z Add a new Tasks for $83,643.93 ❑ Increase Task Number by $ Other: add additional construction scope to the project Describe the change(s): Changes include changing from a jack and bore under Davis Boulevard to a directional bore which resolved a conflict with utilities at that location, site improvement plan changes at the stormwater pumpstation caused by permit and site development plan requirements, miscellaneous changes including water main diversion, removal and replacement of existing failing culverts, additional roadway work, and safety grate and brick bulkhead due to concerns from the Brookside community. These changes have been vetted and reviewed by staff and are fair and reasonable. Specify the reasons for the change(s) X 1. Planned or Elective 3, 2. Unforeseen Conditions C` 3. Quantity Adjustments t- 4. Correction of Errors (Plans, Specifications or Scope of Work) 5. Value Added aW 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: Project could not be completed in its entirety. . This change was requested by: Contractor /Consuftant 9 Owner T`1 Using Department ? CDES — Design Professional `IRegulatory Agency (Specify) rOther (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: Yes i No This form is to b sig d PPROVED BY: Date: d % %o s . h elate, ASLA, Senior Project Manager REVIEWED BY: Date: Rhonda Cummings, Contract Specialist Revised 4.10 Packet Page -1252- PROCESS BY: Lisa Tar 2/26/2013 16.A.14. CHANGE ORDERN i'uE TO: Stevens and Layton, Inc. FROM: Collier County TECM , 11260 Palm Beach Boulevard 2885 South Horseshoe Drive T E" & C Pal Dent Fort Myers, FL 33905 Naples, FL 34104 Project: Gateway Triangle Stormwater Project # 51803 Improvements, Phase 2 Construction Contract #10 -5366 Y Contract date: December 15, 2009 Work Order/PO# 45001157 Change Order: # 3 Date: December 28, 2010 Change Order Description: On December 15, 2009 the Board of County Commissioners awarded Contract # 10 -5366 to Stevens and Layton, Inc. for the construction of the Phase 2 Improvements to the Gateway Triangle Stormwater project (Project #51803, Agenda Item 10B) for $2,694,473.35. Since that time, staff has administratively approved Change Order #1 in the amount of $9,116.60 on March 1. 0, 2010 for the use of ductile iron pipe and fittings in lieu of the specified HDPE pipe, in order to minimize the business disruptions that are caused by extensive trenching required for the HDPE pipe. Change Order 42 was administratively approved in the amount of $54,118.75 on August 16, 2010 to extend an elliptical pipe to pick up additional drainage, relocate additional water mains, install conduit for FPL, extension of a directional bore, installation of a gate to ease maintenance access, move and cap an existing force main, reconfiguration of roadside drainage system, and to allow 34 days of additional contract time for the project. Change Order #3 serves to provide funding for changes to the project that were made by the County since Change Orders #I and # 2 were approved. Change Order # 3 includes changing from a jack and bore to a directional bore under Davis Boulevard which resolved the conflict with utilities at that intersection, site improvement plan changes at the stormwater pump station caused by permit and site development requirements, miscellaneous changes including water main diversion, removal and replacement of existing failing culverts, additional roadway work, and safety grate and brick bulkhead due to concerns from the Brookside community. All together these changes equal $83,643.93. As a consequence of this additional work, 22 days are being added to the Contract time to provide for adequate time to address the additional work. These changes have been reviewed and financially analyzed by staff and are fair and proper. A breakdown of the costs is attached to this Change Order #3. Original agreement amount .............................................. $2,694,473.35 Sum of Previous Changes ................. ............................... 73,235.35 This Change Order No. 3 Amount (add or subtract)... ***** .... .$ 83.643.93 Revised Agreement Amount ....................................... .$2,851,352.63 Original contract time in calendar days . ................... ..........................285 days Adjusted number of calendar days due to previous change orders ..................34 days This change order adjusted time is .......................... .............................22 days Revised Contract Time in working days .................. ...........................341 days as Packet Page -1253- 2/26/2013 16.A.14. Change Order No. 3 Page 2 Original Notice to Proceed date .................................................. . February 15, 2009 Completion date based on original contract time ......................... December 15, 2010 Revised completion date due to change order(s) ......................... February 8, 2011 Your acceptance of this change order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in said Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment, to this Agreement shall constitute a full and final settlement of any and all claims arising out of, or related to, the change set forth herein, including claims for impact and delay costs. f ��ak Prepared by: Date: / lC") J eph . Delate, ASLA, RLA; Senior Project Manager Transportation Engineering Department c Accepted by: Date: l -) } V. Keith ean, President Stevens and Layton, Inc. Approved by: y Date: Gary Pu suu, P.E.; Principal Project Manager Transportation. Engineering Department Approved by: I I 1 JaAA ad. P •• • ej Approved by: Feder, AICP, Division Administrator Management Division Rhonda Cummings, Contract Specialist Purchasing Department Packet Page -1254- f 5 -- // Date: i -- i' Dater Date: 2/26/2013 16.A.14. Change Order No. 3 Page 2 Original Notice to Proceed date .......................... ........................ February 15, 2009 Completion date based on original contract time . ........................ December 15, 2010 Revised completion date due to change order(s) ......................... February 8, 2011 Your acceptance of this change order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in said Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment, to this Agreement shall constitute a full and final settlement of any and all claims arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: Date: ! �Ca Jos6p'ON . Delete, ASLA, RLA; Senior Project Manager Transportation Engineering Department ' yc Accepted by: Date: V. Keith k President Stevens and Layton, Inc. Approved -by' .L =��� -- - Date l - S- A/ Gary Putaansuu, P.E.; Principal Project Manager Transportation Engineering Department Approved by: J ad, P Division Administrator Approved by: WTI' - u v C-T � „i r v• M r Rhonda Cummings, Contract Specialist Purchasing Department Packet Page -1255- Date: % Date: i /1 !c Date: LIST OF PROPOS*CHANGE ORDER #3) 0 PROTECT: Gatewav Triangle 2/26/2013 16.A.14 DX— —1.11-1 I.TEN11 10.1 ITEM DESCRIPTION m 'g.- g " L QTY UNITi I UNIT PRICE I AMOUNT 1 2 IDIR. BORE 320 LF OF 30" HDPE STORNAVATERFM IREIVIOVE 149 OF 42" STEEL CASING FROM CONTRAC 1 I LS ff- 124,500.00 (51,800.00)1 124,500.00 (51,800.00 .00 20 3 -dUffEK1S(5R FOR 17T OF 30" D.I.P. FROM CONTRACT I LS (3,440.00). (3,440.00) 69,260.00 20 TOTAL IMPR IEN-rrp CHANGES 1 LANDSCAPE & IRRIGATION �1— LS 7,425.00 7,425.00 01 2 POWER SUPPLY TO IRRIGATION PUMP AND CONTROLS 1,976.37 1,976.37 0 3 ACCESS DRIVE 1 I LS 1,730.00 1,730.00 0 HOT-TAP & FIRE HYDRANT WITH BOLLARDS LS-- 5,550.00 5,550-00 0 5 GENERATOR GATE PS SITE CHANGES MADE TO GENERATOR & CONTROL BLDG SLAB 1 EA 480.00 NO COST 480.00 - 1 01 0 7 CREDIT CONTRACT FOR ORIGINAL ACCESS DRINTE I LS (866.02) (866. 02 8 ICRED CONTRACT FOR FLOWABLE FILL NOT USED I LS L15-0-0-9-01 13,795.35 LIANEOUMEANGt5- 2 ADDITIONAL 6"WATERMAIN DIVERSION ... REIAOVE FAILING CNIP ...... . I 90 EA LF 8.50 1,890.00 765.00 0 0 3 --TTADDITIONAL jREPLA.CE FAILING CAI? w/ 18" RCP STABILIZED SUBGRADE - CMP REPLACEMENT 90 j 51 LF 29.50 1.78 2,655A0 90.78 u. 5 6 7 ADDITIONAL KO-Xi5 BASE - CMP REPLACEMENT ADDITIONAL ASPHALT PAVING - CMP LACEI�IENT ADDMONAT, MOT - CINIP REPLACEMENT 51 60 1 SY SY —.5.75- 6.25 550.00 293.25 375.00 550.00 0 01 I ,�F 9 CUT -��gff Nq ADAPTER ESIST. 30 TER @ PUMP STATION STOP NX70RK DUE TO RAIN ,TOTAL I LS 1,210.00 NO COST 1,210.00 7 829.03 0 2 2 CREDIT CONTRAg.kTY F1TrMSN0T-C9P-D--- -T ;-I J8"TT—C--'- NOT USED 30 LF (19.75) (592-36)'�--] I _jITEMNO.', 3 ITEM Nd:-',�T30"RCP - QTY NOT USED ITEM NO. S-5 36" RCP - QTY NOT USED 11 42 LF LF (52.40) (72.20) (576.40) (3,032.40)�---- 3 ITEM NO. S-6 42" RCP - QTY NOT USED ITEP4 NO. CO2-26 REMOVE EXISTING 6" FM QTY NOT USED 319 LF LF --J!-8-9) (13.2.5)1 3,800.00 400.00 (3,012.40)1 (4,226.75) _IIA41.45 _11A4 _( IIA4 ) 3,800.00 400.00 4,200.00 1 j — I —T !TOTAL BRO0KSID=rvE-R-ET1-90-N7S FURNISH & INSTALL SS FDOT GRATE BARS ON 42" MES I INSTALL BRICK & MORTAR BULKHEAD IN S-402 TOTAL I 1 FA EA C •HANGE ORDER #1 TOTAL 9,116.60 0 jCHANGE ,ORDER'#2 :TOTAL -(D $64,118.75 34 CHANGE 'ORDER VTPTAL $83,643.93 22 ORIGINAL'CONTRACT:AMOUNT (DAi'S TO SCE u $2,694,473.35 285 '-'P,VISED. CON TRACT7AMOUNT'(PAYS.TOSC) :.:1 $2,851,352.63 341 )NTINGENCY(10%) $269,447.34 1 $156,879.281 !CONTINGENCY.REMMMNG:: $112,568.06 1MV20101.1st of Proposals COn Packet Page -1256- Stevens & December 1, 2010 Mr. Shane Cox P.E. Collier County Storm Water Management 2885 South Horseshoe Drive Naples, FL 34104 RE: Gateway Triangle Storm Water Improvements Phase Il C.O. #2 Mr. Cox, 2/26/2013 16.A.14. on, Inc. 1126o Palm Beach Blvd. Fort Myers, Florida 33905 Phone (239) 693 -1400 Fax (239) 693 -9630 As requested, below you will find a summary list of the proposed change order items and an explanation detailing the work performed and the necessity of each item. Davis Blvd. Directional Bore (In Lieu of Jack & Bore) It was discovered that the 6 inch Teco gas line is not at the elevation shown on the plans and was in direct conflict whit the proposed 48 inch steel casing. The only practical option to resolve the conflict is to directional drill a 30 inch HDPE pipe across Davis Blvd. in lieu of the 48" jack & bore. An estimate of labor and materials not used because of the directional drill are shown as credits to the contract in this section. Site Improvement Plan Changes Changes to the site plan were made to acquire construction permits. This section reflects the changes made and the costs associated with the changes. Miscellaneous Changes (Project Wide) The items in this section are extra work performed by S &L to facilitate the construction of the drainage improvements and replace existing CMP drainage pipes crossing roads in the construction area and the additional costs for restoration and maintenance of traffic. Also included in this section is the additional cost of cutting and re- fusing of the existing 30 inch MJ adapter at the pump station tie -in point. The existing 30 inch HDPE was installed 12 feet past the point where the connection to the Pump Station discharge was to be made.. Packet Page -1257- 2/26/2013 16.A.14. Credits to Contract This section shows the completed items of the contract and the credits of unused items. We, at Stevens and Layton thank you for the opportunity to bid and perform your work. We also look forward to working with you on future projects. Best Regards, T.J. Reeves Project Manager Packet Page -1258-