Loading...
Agenda 04/24/2012 Item #16C64/24/2012 Item 16.C.6. EXECUTIVE SUMMARY Recommendation to approve a change order under the fixed term engineering contract number 09- 5262 to Malcolm Pirnie, Inc., in the amount of $291,746 for support services for the South Reverse Osmosis Wellfield Raw Water Transmission Main Repair, Project 70030, and in the ongoing litigation related to the project, Collier County v. John Reynolds & Sons, Inc., et al., Case No. 10- 6658-CA. OBJECTIVE: The public purpose of this project is to provide a reliable raw water supply for the reverse osmosis water treatment system at the South County Regional Water Treatment Plant (SCRWTP) that serves customers throughout the water service area. This action is to approve a change order to Malcolm Pirnie, Inc., for the continued provision of project - related services, including expert forensic services, as was previously approved by the Board upon its finding that a valid public emergency existed as to the procurement of those services as a lawful exception to the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes. CONSIDERATIONS: Malcolm Pirnie's services were procured under a fixed term agreement immediately after, and as a direct result of, the pipe failure at the South Reverse Osmosis (SRO) Wellfield. Work orders were issued for the several phases of work that included the following services: (1) Initial investigation and analysis to determine the probable cause of the failure, and the risk of future incidents of a similar nature (and how to reduce these risks). (2) Project oversight services during design, construction, re- commissioning, and initial operations of the facility. (3) Continued review, input, and coordination with outside counsel and the Office of the County Attorney. Work orders issued to date: Purchase Order # Date Amount Services 4500116297 3/2/10 $80,500 Provide technical support services for a comprehensive forensic evaluation of the pipe failure. 4500118340 6/9/10 $39,900 Project management and support services related to the failed pipeline. 4500120329 9/1/10 $194,900 Project and financial management services during design and construction for Stage 1, post construction services, and damage recovery support. On October 12, 2010, as Agenda Item 10C, the Board declared a valid public emergency pursuant to Florida Statutes, Section 287.055(3)(a)1, and authorized staff to continue the services of Malcolm Pirnie, in phases, throughout the duration of the project. Malcolm Pirme's continued review, input, and coordination with outside counsel and the Office of the County Attorney is vital as this matter moves from restoration towards cost recovery in the ongoing lawsuit, Collier County v. John Reynolds & Sons, Inc., et al. Packet Page -914- 4/24/2012 Item 16.C.6. This change order in the amount of $291,746.00 relates to the continuation of the project's Phase III, the second stage of Phase IV, and Phase V, which includes the re- commissioning of 12 wells, a portion of the wellfield transmission mains, and wellhead piping and appurtenances. This change order provides for the continuation of services established under the previous work order, as previously authorized pursuant to Board direction. The summary of the plan for repairing and re- commissioning the South Reverse Osmosis (SRO) Wellfield, as presented to the Board on June 8, 2010, follows. Sequence Description Status Phase I Initial repair of failed pipe Complete Phase II Forensic evaluation of the cause of the pipeline failure Complete Phase III Risk identification and mitigation of the impact of potential future On -going failures Phase IV . Complete pipeline repairs for 11 wells Complete Stage 1 . Implement risk mitigation measures • Re- commission this portion of SRO Wellfield Phase IV . Complete pipeline repairs for remaining 12 wells Current & Stage 2 . Implement risk mitigation measures Future • Re- commission all of the SRO Wellfield Board Actions Phase V Return to long -term, sustainable operation of 11 wells. Complete Stage 1 Phase V • Return to long -term, sustainable operation of entire Wellfield Future Stage 2 . Obtain full cost reimbursement Board Actions A subsequent Board action will be required for the actual construction of Phase IV, Stage II. A list of previous Board actions is attached. FISCAL IMPACT: Funding is consistent with the FY2012 Capital Budget approved by the Board on September 22, 2011. The source of funding is Water User Fees (412). This is a repair project; therefore, operating costs are not expected to change. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval —SRT. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATIONS: That the Board of County Commissioners, as Ex- officio Governing Board of the Collier County Water -Sewer District: • approve a change order under contract number 09 -5262 to Malcolm Pirnie, Inc., in the amount of $291,746.00 for the South Reverse Osmosis Wellfield Raw Water Transmission Main Repair, Project 70030; Packet Page -915- 4/24/2012 Item 16.C.6. • authorize the Chairman to sign the attached change order after review by the County Attorney's office. Prepared bv: Mark J. Sunyak, P.E., Principal Project Manager, Public Utilities Planning and Project Management. Attachments: Malcolm Pirnie Proposal List of Previous Board Actions Change Order Modification Form Packet Page -916- COLLIER COUNTY Board of County Commissioners Item Number: 16.C.6. 4/24/2012 Item 16.C.6. Item Summary: Recommendation to approve a change order under the fixed term engineering contract number 09 -5262 to Malcolm Pirnie, Inc., in the amount of $291,746 for support services for the South Reverse Osmosis Wellfield Raw Water Transmission Main Repair, Project 70030, and in the ongoing litigation related to the project, Collier County v. John Reynolds & Sons, Inc., et al., Case No. 10- 6658 -CA. Meeting Date: 4/24/2012 Prepared By Name: AbbottAlicia Title: Project Manager,Public Utilities Engineering 4/2/2012 5:17:23 PM Submitted by Title: Project Manager, Principal,Public Utilities Engineering Name: SunyakMark 4/2/2012 5:17:24 PM Approved By Name: Paul Mattausch Title: Director - Water,Water Date: 4/3/2012 8:45:04 AM Name: HapkeMargie Title: Operations Analyst, Public Utilities Date: 4/3/2012 9:47:50 AM Name: ParkerNicole Title: Contracts Specialist,Purchasing & General Services Date: 4/3/2012 12:11:29 PM Name: ParkerNicole Title: Contracts Specialist,Purchasing & General Services Packet Page -917- Date: 4/3/2012 2:06:21 PM Name: SunyakMark Title: Project Manager, Principal,Public Utilities Engineering Date: 4/3/2012 5:13:41 PM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 4/4/2012 8:07:10 AM Name: Pam Libby Title: Manager - Operations- Water/WW,Water Date: 4/4/2012 9:41:40 AM Name: WidesTom Title: Director - Operations Support - PUD,Utilities Fina Date: 4/5/2012 2:45:34 PM Name: ChmelikTom Title: Project Manager, Principal,Public Utilities Engine Date: 4/5/2012 3:20:43 PM Name: JohnsonScott Title: Purchasing Agent,Purchasing & General Services Date: 4/5/2012 7:24:37 PM Name: YilmazGeorge Title: Director - Wastewater,Wastewater Date: 4/6/2012 6:32:43 PM Name: TeachScott Title: Deputy County Attomey,County Attorney Date: 4/16/2012 10:58:23 AM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 4/16/2012 2:17:59 PM Name: KlatzkowJeff Title: County Attorney Date: 4/16/2012 4:25:19 PM Name: OchsLeo Title: County Manager Packet Page -918- 4/24/2012 Item 16.C.6. Date: 4/17/2012 11:43:00 AM Packet Page -919- 4/24/2012 Item 16.C.6. Alicia Abbott, Senior Project Manager Collier County Public Utilities Planning and Project Management 3339 Tamiami Trail E., Suite 303 Naples, FL 34112 Mark Sunyak, Principal Project Manager Collier County Public Utilities Planning and Project Management 3339 Tamiami Trail E., Suite 303 Naples, FL 34112 Subject: South RO Wellfield, Professional Services and Oversight during Design, Construction and Cost Recovery Support Dear Ms. Abbott and Mr. Sunyak: This letter, including attachments, represents a proposal for professional and technical services related to the referenced Project. These proposed services are described in the attached Scope of Services. The fees proposed for these services are based on the hourly rates, identified key staff and estimated subconsultant allowances in Exhibit A and Exhibit B. The estimated level of effort for this Scope of Services and corresponding fees based on the rates in Exhibit A are shown in Exhibit B. The estimated fees based on the Scope of Services and Level of Effort, including approximately ten percent allowance for Additional Services, is $291,746. Malcolm Pirnie appreciates this opportunity to provide this requested scope of services, and looks forward to continuing our services on this important project. If you have any questions regarding this scope or need any additional information, please feel free to contact Cindy Eckert, PE or me at (239) 275 -2128 or (954) -761- 3460. Imagine the result Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the signature page of this document. Packet Page -920- 4/24/2012 Item 16.C.6. ARCADIS U.S., Inc. 8201 Peters Road Suite 3400 Plantation Florida 33324 Tel 954 761 3460 Fax 954 761 7939 www.areadis- us.com Malcolm Pirnie Date: February 17, 2012 Revised April 5, 2012 contact: Robert H. French Phone: 954 - 761 -3460 Email: robert.french @arcadis- us.com Our ref: 60004037.0000 Florida License Numbers Engineering 67 Geolo405 4/24/2012 Item 16.C.6. Alicia Abbott ARCADIS Mark Sunyak February 17, 2012 Sincerely, e , —1.00�L Robert H. French, PE, BCEE Principal -In- Charge Copies: Cindy Eckert, PE, CDT This proposal and its contents shall not be duplicated, used or disclosed — in whole or in part — for any purpose other than to evaluate the proposal. This proposal is not intended to be binding or form the terms of a contract. The scope and price of this proposal will be superseded by the contract. If this proposal is accepted and a contract is awarded to ARCADIS as a result of— or in connection with —the submission of this proposal, ARCADIS and/or the client shall have the right to make appropriate revisions of its terms, including scope and price, for purposes of the contract. Further, client shall have the right to duplicate, use or disclose the data contained in this proposal only to the extent provided in the resulting contract. Page: 2/9 Packet Page -921- 4/24/2012 Item 16.C.6. s SCOPE OF SERVICES South RO Wellfield Professional Services and Oversight during Design and Construction of Phase IV Stage 2, and Continued Cost Recovery Support Malcolm Pirnie, Inc. (Malcolm Pirnie) had previously assisted the County with the South RO Wellfield Pipeline project by providing technical services during the initial repair of the pipeline (Phase I and Phase IV Stage 1) and the forensice evaluation (Phase II). This scope of services provides a description of the support activities and professional services and oversight that Malcolm Pirnie, and its subconsultants (Project Team) will provide to the County during Design and Construction of Phase IV Stage 2, and Continued Cost Recovery Support (Project) through the remaining phases of the South RO Wellfield Pipeline repair and recovery. The scope includes the following tasks: Task 800: Project Administration and Project Management Support This task includes the overall management and administrative support required for the Project including any work or services provided as a result of or in support of the failure and repair of the SRO Wellfield raw water system (also referred to as the Project). The work effort in this task includes all work that is a direct result of the Project and would not otherwise be incurred by Malcolm Pirnie. Activities under this task may include, but are not limited to: project setup, data and record keeping, data and record processing required by order of any court with appropriate jurisdiction, invoice management, resource planning and coordination, internal and external communications and correspondence, meeting attendance and preparation of associated meeting documents, assisting County staff with development of requested reports and recommendations, presentations or executive summaries for required Board action or project status advisories, quality control, Project schedule and budget monitoring, review and preparation of project documents, and project closeout activities. Task 900: Project Financial Management Support The Project Team will assist the County's Project Manager with review and recommendations (if appropriate) for payment requests and assistance with compiling financial reports related to the Project Task 1000: Finalize the Preliminary SRO Wellfield Transmission Main Failure Report The Project Team will review the South Reverse Osmosis Transmission Main Failure Preliminary Report prepared by Malcolm Pirnie and submitted April 2010, and update the findings in view of any new information obtained during the design and construction of the Phase IV Stage 1 repair project. Items discovered during the repair of Phase IV Stage 1 of the transmission main will be included to provide additional information that was not available for the preliminary report. Also, the course of action taken to correct the problems identified in the preliminary report and other issues discovered during the repair work that were related to the pipe failure will be included for documentation purposes in the final report. Page: 3/9 Packet Page -922- Task 1100: Ductile Iron Fitting Corrosion Assessment 4/24/2012 Item 16.C.6. February 17, 2012 During Phase IV Stage 1 of the repairs to the SRO Wellfield Raw Water System, based on a recommendation of the Engineer of Record, non - conforming ductile iron pipe and fittings were removed from the pipeline and replaced with conforming materials. Those fittings that were removed are being stored near the project site. The Project Team will provide the following services regarding inspection, analysis and review of the pipe and fittings removed during Phase IV Stage 1 pipeline repairs: Field Inspection — Removed pipe and fittings will be inspected at their field storage location and will include photo- documentation of their physical condition, including the condition of the coatings, bolts, and other materials removed during Phase IV Stage 1. Malcolm Pirnie Project staff will accompany our subconsultant, Corrosion Control, Inc., during the field inspections. Inspection Report — After the field inspection, an inspection report will be prepared documenting the inspection, material analysis methodology, and the results and conclusions of the inspection and analysis. The inspection report will be prepared by Corrosion Control, Inc. who will be solely responsible for its content. Task 1200: Design and Construction Services The Project Team will provide the following services under this task: Design Support Services — Provide general oversight during the design development and construction documents for Phase IV Stage 2. Participate in design progress and review meetings. Services may include attending meetings with the Engineering of Record, CEI Service Provider, and Construction Contractor. CEI Service Provider Support Services — Assist County with continuing the current CEI service agreement for Phase IV Stage 2 Construction of the project. Malcolm Pirnie will assist with coordinating project schedule tracking and updates with CEI Service Provider as well as advising or coordinating with the County on resolving any issues with the CEI that may arise. Construction Oversight Assistance — Provide assistance to the County during the construction and commissioning of the SRO Wellfield. This may include weekly site visits to the construction site as well as up to six (6) additional visits to witness or observe the installation of critical project equipment or construction milestones. Assist the County staff with resolution to any project conflicts or issues that may arise during construction of the SRO Wellfield. Page: 4/9 Packet Page -923- 4/24/2012 Item 16.C.6. �,; ARCADIS February 17, 2012 Task 1300: Technical Support Related to Cost of Damage Recovery It is anticipated that the process of damage recovery may be a lengthy process. Compilation of support information has already begun and will continue through Phase IV Stage 2 and the remaining Phases of the project. Malcolm Pirnie will provide technical assistance, advice and support for the recovery of the cost of damages related to the SRO Wellfield project.in coordination with the County's cost recovery team. Services provided under this task may include but are not limited to, continued coordination and documentation of project deficiencies, and documentation of construction activities including field reports to support project deficiencies, photo documentation and financial compilation of the project cost. Assist the County with preparing and preserving potential evidence to be used during the cost recovery efforts. Prepare for and participate in regular meetings with the legal team. Assist the Project Manager with developing and maintaining appropriate files and records related to the project and such files as directed by the County's cost recovery team related to damage recovery. Task 1400: Additional Services Allowance Malcolm Pirnie will perform the work identified in the scope for the amount listed in the Compensation section below. In the event that the work effort exceeds the estimated cost of any individual Task listed above, an Additional Service Allowance equal to approximately 10% of the total project cost is included in this authorization to supplement the cost of these Task or provide for Additional Services requested by the County. Authorization for the use of the Additional Service Allowance funds shall be provided in writing by the County. Potential additional tasks that may be requested under this Task 700 include but are not limited to: Project Schedule Development and Tracking: The Project Team will develop a revised schedule for the Phase IV Stage 2 Project in MS Project format and track the schedule on a regular basis based on Project activities, as requested. This may include the development of a Project work breakdown structure (WBS) including duration and task relationships through Phase IV Stage 2. The WBS will be similar to the WBS developed for Phase IV Stage 1 and may be developed in coordination with the Project Manager and the Project Delivery Team. Updates will be reviewed with the County staff, as requested. Issues Outside of the Currently Anticipated Phase IV Stage 2 Replacement: The Project Team will assist the County with coordination and resolution of potential issues that may arise during the Phase IV Stage 2 Project such as, but not limited to electrical, mechanical, or well issues. Schedule of Work This proposed work authorization will be issued for a term of an additional 18 months but may be terminated, suspended or extended in accordance with the terms of Contract 09 -5262. Page: 5/9 Packet Page -924- r Resources and Subconsultants 4/24/2012 Item 16.C.6. February 17, 2012 Malcolm Pirnie will utilize resources as appropriate, to effectively and efficiently provide the services described in the tasks above. Robert H. French, P.E., BCEE, will be the Principal in Charge, Cindy Eckert, P.E., CDT will be the Project Manager (Coordinator), and Matthew Charles, P.E., CWO, CDT will be the Senior Project Manager for this assignment. Key staff, including subconsultants, is identified in Exhibit A and will be assigned to specific technical subtasks in accordance with the required experience and technical expertise to meet the Project needs. All other personnel will be assigned as needed in accordance with the rate structure in Exhibit A or in Schedule B of Contract 09 -5262, County -Wide Engineering Services. The following subconsultants are proposed for their expertise and previous experience in specific areas of the Project: Robert Morrison of Jason Consulting will provide specific PVC pipe and material expertise. Mr. Morrison was involved with the initial pipeline failure assessment and has extensive experience with PVC materials and standards. Craig Meier of Corrosion Control, Inc. will provide specific corrosion expertise regarding the ductile iron pipe, fittings and appurtenances. Mr. Meier was involved with the corrosion assessment of the first fittings removed from the SRO Wellfield as a subconsultant to the Engineer of Record and will provide continued corrosion assessment and expertise on the Project to the County as part of the Project Team . Thomas Roadman of Roadman Enterprises will provide construction oversight and management expertise. Mr. Roadman was involved with the initial pipeline failure assessment and the design and construction of the Phase 1 repairs. He is familiar with the project and Project Delivery Team. The subconsultant fees provided in Exhibit B are estimates only and are included in this proposal as an allowance. The actual subconsultant fees will be determined after negotiation with the subconsultants is completed. The final subconsultant fees will differ from the fees provided in Exhibit B. Subconsultant fees will not exceed the allowance shown in Exhibit B unless authorized in writing by the County. Compensation Malcolm Pirnie will provide this scope of services under the terms and conditions of Contract 09 -5262, County -Wide Engineering Services and Exhibit A, which is attached hereto and made a part hereof, for a estimated fee of $291,746 based on actual time plus reimbursable expenses. The estimated fee for services is shown in Exhibit B, Estimate for Level of Effort, attached hereto and made a part hereof, is an estimate of the level of effort that may be required for each task as described herein. Exhibit B is not intended to represent the total potential upset limit for each task and is representative of an estimated level of effort for the purpose of identifying an upset limit for this proposal and work authorization. Due to the imprecise nature of the scope of services required under this proposal, services will be provided only until the total amount of this proposal and work authorization is reached. If the approved amount of this work authorization is reached, Malcolm Pirnie and all subconsultants representing the Page: 6/9 Packet Page -925- 4/24/2012 Item 16.C.6. February 17, 2012 Project Team will stop work and no further services will be provided on this Project. Likewise, there will be no obligation on the part of the County to pay for any services in excess of the work authorization without a written supplemental authorization mutually agreed by the County and Malcolm Pirnie. The estimated fees for services are based on the scope of work as provided and are subject to cost adjustment resulting from any change in the scope, schedule of work or level of effort that would exceed the estimated time and reimbursable expenses shown in Exhibit B and described herein. Page: 7/9 Packet Page -926- 4/24/2012 Item 16.C.6. Exhibit A Supplemental Rate Schedule to Contract #09 -5262, Schedule B County Wide Engineering Services Effective January 1, 2012 to June 30, 2013 "SRO Wellfield Services Proposal" Principal in Charge Principal in Charge $235 Project Manager (Coordinator) Project Manager (Coordinator) $148 Project Assistant Senior Project Manager $80 Principal Operations Engineer Project Assistant $195 Principal Materials Engineer Principal Operations Engineer $175 Robert French, PE Principal in Charge $235 Cindy Eckert, PE, CDT Project Manager (Coordinator) $148 Matthew Charles, PE, CWO, CDT Senior Project Manager $165 Michelle Hubmann Project Assistant $80 Randy Fouch, PE Principal Operations Engineer $195 Steve Cook, PE Principal Materials Engineer $175 Thomas Roadman, CDT Roadman Enterprises* $95 Robert Morrison, PE Jason Consulting* $235 Craig K. Meier Corrosion Control, Inc.* $103.95 *Note: 1. Subconsultants will be reimbursed at actual cost plus 5 %. 2. Roadman Enterprises will provide contruction consulting services, as a subconsultant for this Project. 3. Jason Consulting will provide expert PVC pipe and materials engineering services as a subconsultant for this Project. 4. Corrosion Control, Inc. will provide expert corrosion services as a subconsultant for this Project. A rate sheet for additional subconsultant staff is included on the following page. Page: 8/9 Packet Page -927- 4/24/2012 Item 16.C.6. RATE SCHEDULE 2012/2013 CATHODIC PROTECTION SERVICES CORROSION CONTROL INCORPOK4 TED 494 FAIRPLAY STREET RUTLEDGE, GEORGIA 30663 PHONE 706 -557 -9624 FAX 706 -557 -7923 EMAIL: Engineerin corrosioncontrolinc .com BILLABLE RATE 01. Cathodic Protection Specialist $103.95/Hour 02. API -570 Inspector $92.40 /Hour 03. Senior Corrosion Technician $80.85/Hour 04. Corrosion Technician $69.30 /Hour 05. Drafting $69.30/Hour 06. Clerical $46.20/Hour 07. Crew Foreman $46.20/Hour 08. Operator $46.20/Hour 09. Laborer $34.65 /Hour 10. Note: Billable Rate is direct labor rate with overhead multiplier of 2.31. EXPENSES 01. Auto $0.55/1\4ile 02. Crew Truck $0.65 /mile 03. Backhoe /Trencher /Tamper Rental + 10% 04. Drill Rig $65/Day 05. CIS Equipment $100 /Day 06. ACVG Equipment $100 /Day 07. API -570 Equipment $50 /Day 08. Motel Cost + 10% 09. Meals $50 /Day 10. Local Materials Cost + 10% Note: Travel time is charged without overhead multiplier Packet Page -928- m .a L W uyg d— I' r- 0 Q CL U) Z d O U m a' H O U a c c m eo E c m o La � = 3 LO H V O m U IL` 01 0 W O1 C C o 3 > a c o d d D Lu va .a t6 3 d CL c d O U d C _ O O N U y O a d w d O .c 3 O U) Y (p ~ 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O to Cl O o 0 0 0 O O O O O O T m O O I'- O O O co O co W � D CD V O O O O O O v O? i!7 IR �". N CO pp VO00 W V! LO W m O N N N O M (D r N r- f- M N N N M p N 0 W LO 1, F N Q R W O O 73 •y C o o o o O O O O 00 a` 2 w N c 0 a � a0i 0 0 6 E o 0 o o 0 o o o o0 tm "9 a.. O LL 603, N V O O O o O O O O o p O z N a Q 00 ds J U) z O U V y p CD O O) •2 d 0 0 o m co co m °� O O y 0 M Cl) CO CO O V (o m D maw co N b9 a, O Z z Q o Co @ o o � m g w to o vo ° m co N CO z a oo `� N^ d U ''w W J m C p O Q CL C 01 V -� o O O O O N O p LA t N N .- N M N M 7 IL` W C.' T a N y 6> N `7 co c0 V Lo 3 c O M M N 2 a U) R c o0 a CL ? C U Y L" C O C C y N d o C m N m o co ao N LT O. O. N 0 C y O N C 3 0 C cm yy 3 N 0 3 a E �Uwo > y m a o a o c c m > c C O Q m f- N U .O_ z C W O .� <A O p N +�+ 0 O C O 0 t d .N ,V p 0 O O C y ` a> V H f0 x �U� c E O CL y d w a cV co U rn ..— nmcco @x LU V y LL LL IM o O C y y C V C 0 C p N C O O O F O O O O a d U U a` a` LL O o H Q U) cocoin c O cc W J C CI W ' O 0 0 0 0 O 9 m 0 0 0 O I 0 0 N 0 O N w C - � N O N N N .p \ N O A 1 I 4/24/2012 Item 16.C.6. South County Regional Water Treatment Plant South Reverse Osmosis Wellfield Raw Water Transmission Main Repair Project Project No 70030. The following is a list of actions previously taken by the Board regarding this project: • March 9, 2010, Agenda Item 16C4, the Board approved a budget amendment to provide initial emergency repairs to the failed pipeline. • June 8, 2010, Agenda Item IOC, the Board approved a budget amendment for additional project funding based on a more detailed assessment of the damage. • June 22, 2010, Agenda Item 16K3, the Board authorized filing civil action, if necessary, against Camp Dresser & McKee, Inc., Hazen & Sawyer, P.C., and John Reynolds & Sons, Inc., d/b /a Reynolds, Inc., to recover the cost of damages resulting from the pipeline failure. • October 12, 2010, item IOC, the Board was provided with updated information regarding the extent of repairs that would be necessary to completely restore the functionality of the pipeline to its original design intent and to amend the budget to complete the first stage of Phase IV repairs. • December 14, 2010, item 10E, Board awarded Contract 10 -5596 to Mitchell & Stark Construction Company, to complete the first stage of Phase IV. • January 11, 2011, item 16C1, the Board approved the award of Contract 10 -5599 to Stantec Consulting Services, Inc., for CEI services. • June 14, 2011, item K8, Board authorized an increase in the purchase order for Carlton Fields, P.A. to exceed the $100,000.00 cap in the case of Collier County v. John Reynolds & Sons, Inc., et al., Case No. 10- 6658 -CA. • February 28, 2012, item 16C1, Board approved amendment 1 to Contract 10 -5599 with Stantec consulting Services, Inc., in the amount of $427,966 for CEI services. Packet Page -930- 4/24/2012 Item 16.C.6. CHANGE ORDFR'10 WORK ORDER TO: N131colm Pirnie, Inc. FROM- Collier County Gwwnnivit Vr,:jt" Nz-Tc: SCRVVTP SRO Wrflf`icld'F-azlsylwssion Main Repair Projett %,4;,,r,Acr; 7"1030 conlrxt: OX526' Chance Order Deuriptian 'I fits chxnec otdcr is for Mmcoirvi Firnk. lt-.c. 1c, Pravi&- conainuirig Prqjct;1-r:l'x.xj "-r expert xA fOrmsic �Xrwi'X! ipecificd il the attached Ivicr jainj Frr`CUJI;'s 17. 2012, revised AptJ S. -1911 The tasks related to this change order "III he iaimtifitd as fWNV Wks 1-Or LiarifiCWi(I.1 PI!Wes. Additional time of 54t, lays j I a -nooho will be ad-"t'l to I17t- ojk order. Thi:5 cbaffpc 4)rjjp; jns !.jd s fr chwgts wIlk"'I art: . . . .. . ............. . Qn&mai agrccrtm-a dmovio Su-T) of Previous Charges............_..... . . -S fl'OIJ TlIlb, C"ig= Uidv Attiount (z-dij, ,r skjbtrat:tt Lif, Revise) Agreement Amount - - ----- — - - ... . .... S486,646,00 cc -.(-act Ortiz in calmday dw,s ,;I vs AJjus;eJ num, cr ofcaJc-,)J2r dd," duc 10 Previous Charts!- (,Cjcrs FlJr chlngt ordrr adlia:ved time is . ..... 6-11rari Time in weriurg 12 16 J J,jk),:cej L!31. ........ .. - .... . . 'Scptcnlb'-r 1, 2!i t C, Inpicl'on 13:r bassed -.Ii origi:al contr-o.rj Augurs 3!, 201? duc tn &'inge Orc'�.I ,,I JIa')ge cricr SWI or.;01-'tn a ND ;'ij AZA c ztnt!,ql )n�! ad the swnz 11"J cc'ndita"M ':ualj n-j :=t '-!:J .+crc mt�zatcd rj tit; :tuctstur;tc 1i: this A,greerrcrashall constitute j Full 410 final Al '!:flee; :)r related to, the change sz' forth llcr--, im 1,,,r it'nywl I'l Je zo ',Z;, s4m M psoject pp., CJ t-v Torn r_ tupwr (.'("I IN i Y o " 1,"s R� T FEW t. AC' CS_ IT Packet Page -931- A-S »�. ~~�^/ `~, �� .^^v,*,n�r Contmact#O9- � 52B2-PM Chang #:3 � Project Manager: Alicia 012 Item 16.C_6. Purchasing Department Change Modification Form ('71 Work Order Modification POrWork Order #: 450O12O32Q Dmpartmmnt:PPK4D Transmission Main Repair Cpntrmntor/FimoNmme: Malcolm P|mieInc Onainal Con'ractiWork Orcler Amount $ 194900.00 Original BCC Approval Date Agenda Item # Current BCC Approvea Ar-101.1rit $ 194,90000 Last BCC Approval Date. Agenda Item # Curient Contract.fWari,( Orde, Amount S 194,9WOO 3/8,12013 SAP Contract Expiration Date i.Master Dollar Amount of this Chance S291,746.00 149,69% Total Change from Original Amount Revised Contlact,-Wor-, Order Total $486,646,00 1 149,69% Change from Current BCC ApDrovej Amount ,Cumulative Chancies 91, 746 Ofl [--1-4-9,69% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change � Original completion date Last approved completion gate Revised completion ciate Vno|uoestn/s � � August 3, 2012 | August 31 2012 � change) Febnuary28 2014 mumoercooaysaooed 546 Explain why additional days are needed (detailed/opecific) Adci/tiona|daysare � requ/rea a»o provide services which include continued review input. and cooramat.on � � with outside counsel and the Off ice of the County Attorney astne hogauun Conooues � to progress through the legal process Construction of the Stage 11 repairs is estimated to oegin in September 2012 Change to fee schedule additional tasks and project funding related m continuing services. a revised tee schedule and � � � Z. Provide detailed rationale for the requested change: N1abm|m PimewiU provide services for the duravon o*U,e � � project andswUsequent toUnecomplebonofcono/ruc1}on.asthetnnvi||provndeeem{oesne|atednotheUopation This � � firm has the protect history and /tis necessary to have the continuity of consulting and expert services tnroughou1the � � pro Veot dwrobonand cost recovery pmceedings � | 3. Provid*explanation why change was not anticipated in original scope of work: This onangewss anticipated an,-i oonnmua\mnofihoseaem/oesm/asioentifiedin1heaxecuUveyurnmarydatedOc8aber12.2O1O |tem1OC 4. Describe the impact if this change is not processed: If this ohange is not processed the contract vvN be c}oseo anc | the expert services fromufirm with the project history will not beavailable.___���______________ � Type of Change /Modification / 4 Correction of error(s 5 Value added Schedule adILIStMen' Change Requested By Packet Page '932-