Loading...
Agenda 06/22/2010 Item #16G 2 Agenda Item No. 16G2 June 22, 2010 Page 1 of 11 EXECUTIVE SUMMARY Recommendation that the Board of County Commissioners (BCC), acting as the Airport Authority, approve and authorize the Chairman to execute Change Order No.3 to DeAngelis Diamond Construction, Inc. Contract No. 09-5245 in the amount of $123,783. OBJECTIVE: That the Board of County Commissioners (BCC), acting as the Airport Authority, approve and authorize its Chairman to execute attached Change Order NO.3 to DeAngelis Diamond Construction, Inc. Contract No. 09-5245 in the amount of $123,783, increasing the total amount of the contract from $650,640.63 to $774,423.63. CONSIDERATIONS: On August 10, 2009 the Airport Authority entered into Contract No. 09-5245 with DeAngelis Diamond Constructions, Inc. for construction of the North Aircraft Apron and Parking Lot Relocation at the Marco Island Executive Airport for the sum of $645,207.63. On March 2, 2010, the Airport Authority approved Change Order NO.1 in the amount of $5,433 in order to replace a Florida Power & Light hand hold structure not previously located and therefore not included on the bid set of plans. On May 27,2010, the Airport Authority approved Change Order NO.2 to extend the schedule by one-hundred days (120) days due to permitting delays at the start of the project and a two week delay while awaiting review and clarification of U.S. Army Corps of Engineers permit special conditions related to crocodile nesting season, plan revisions required per SDP authorization; and Florida Power & Light requirements per plan revisions. In order to meet Florida Department of Transportation deadlines to begin utilizing funds for this project, the Airport Authority bid this prior to final SDP approval. Final approval of the plans resulted in revisions to site work and underground changes, and Marco Island Utilities code required that a master meter be installed. The total cost resulting from these revisions and additions is: $123,783. Site work changes per revised plans stamped 2/19/10 Underground changes per revised plans stamped 2/19/10 Master meter assembly and installation Blueprints and miscellaneous cost Contractors fee - 5% Total Change Order No.3 $ 37,145 $ 33,719 $ 46,598 $ 427 $ 5,894 $123,783 Change Order NO.3 increases the total amount of the contract from $650,640.63 to $774,423.63. .- Original contract arnount Sum of previous change orders This change order amount Revised contract amount $645,207.63 $ 5,433.00 $123,783.00 $774,423.63 Agenda Item No. 16G2 June 22, 2010 Page 2 of 11 FISCAL IMPACT: Pending FDOT approval, Funds are available in Collier County Airport Authority Fund 496. GROWTH MANAGEMENT IMPACT: There is no Growth Management Irnpact associated with the Executive Summary. ADVISORY BOARD RECOMMENDATION: At the June 14, 2010 meeting, the Airport Advisory Board voted unanimously to recommend that the BCC approve Change Order No.3 to DeAngelis Diamond Construction, Inc. Contract No. 09-5245 in the amount of $123,783. LEGAL CONSIDERATIONS: This item has been approved for form and legal sufficiency. - JBW RECOMMENDATION: That the Collier County Board of County Commissioners, acting as the Airport Authority, approve and authorize its Chairman to execute attached Change Order NO.3 to DeAngelis Diamond Construction, Inc. Contract No. 09-5245 in the arnount of $123,783, increasing the total amount of the contract from $650,640.63 to $77 4,423.63. PREPARED BY: Debbie Brueggeman, Operations Coordinator, Airport Authority Item Number: Item Summary: Meeting Date: Agenda Item No. 16G2 June 22, 2010 Page 3 of 11 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 16G2 Recommendation that the Board of County Commissioners. acting as the Airport Authority, approve and authorize the Chairman to execute Change Order NO.3 to DeAngelis Diamond Construction, Inc. Contract No. 09-5245 in the amount of $123.783. 6/22/20109:00:00 AM Prepared By Debra Brueggeman Airport Authority Operations Coordinator Date Airport Authority 6181201012:50:32 PM Approved By Jennifer White County Attorney Assistant County Attorney Date County Attorney 61912010 1 :30 PM Approved By Jeff Klatzkow County Attorney Date Approved By 6110/201010:23 AM Penny Phillippi Immokalee County Redevelopment Agency Executive Director, Immokalee eRA Immokalee County Redevelopment Agency Date 61101201011:44 AM Approved By OMS Coordinator County Manager's Office Date Office of Management & Budget 5/10120103:37 PM Approved By Leo E. Ochs, Jr. County Managers Office County Manager Date County Managers Office 61141201010:54 AM ~ P 0 1 ~? June 22, 2010 Page 4 of 11 CHANGE ORDER CHANGE ORDER NO. 3 CONTRACT NO. 09-5245 CCAA Date: 8f10/09 Agenda Item: VIII.D ....,...,..-. TO: DeAngelis Diamond Construction. INe 6635 Willow Park Drive NaDles. Fl34109 DATE: March 2. 2010 PROJECT NAME: MKY Aoron & Parkin2 Exoansion PROJECT NO.: 460J 8/46034 Under our AGREEMENT dated Au~ust 10 2009. You hereby are authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: Perform sitework changes per revised plans as specified in Cougar Contracting Request for Change Order # 1. Perform underground changes per revised plans as specified in Cougar Contracting Request for Change Order #2. Assemble and install master meter as specified in Cougar Contracting Request for Change Order #3. Add Sum of: One Hundred Twentv Three Thousand Seven Hundred Ei2htv Three Dollars and Fortv-Five Cents ($123.783.45). Original Agreement Amount Sum of previous change orders This Change Order (add) Present Agreement Amount $ 645.207.63 $ 5.433.00 $123.783.00 $774.424.63 The time for completion shall be (increase) by.JL calendar days due to this Change Order. Accordingly, the Contract Time is Two Hundred & Fiftv Five (255) calendar days. The substantial completion date is September 3. 2010. and the final completion date is October 2. 20 I O. 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 our Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contrac1or arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted: CONTRACTOR: DeAngelis Diamond Construction OWNER: COLLIER COUNTY AIRPORT AUTHORITY By: John DeAngelis By: Robert Tweedie, Project Manager CHAIRMAN: By: Fred W. Coyle Approved as to form and legal sufficiency CONTRACT SPECIALIST Jenn~~~,~t County Attorney By: Lyn Wood c.\I)ocumenls and Setlingslhelpediojenniferi,Local Setli"gslTemporary lrmrnet FilesICome"t.Out/ookI22GVM3CP\CO #3 MKY ApronParking Expansion.docx Agenda Item No. 16G2 June 22, 2010 Page 5 of 11 I-i....--.-.~'_.....J ~ DEANGELIS DIAMOND CONSTRUCTION.INC. May 5, 2010 Robert B. Tweedie Jr., C.M. Collier County Airport Authority 2005 Mainsail Drive, Suite #1 Naples, FL 34114 RE: Collier County Airport Authority Proposal: DDCI Proposed Change Request # 001 Dear Bob: The total cost for this proposal is an add of $123,783.00. DDCI Estimate Sheet is attached for your review and comment. This proposal includes all pricing associated with the Site Work changes made per plans dated February 19th, 2010. Only the work specifically outlined in this proposal is included. DeAngelis Diamond recognizes that PCO's arc not an approved method for payment per the contract, but in an effort to minimize schedule delays, we ask that the Owner recognize that by signing this PCO DeAngelis Diamond Construction is hereby authorized to proceed with the sbove work for the above price. Please provide approval by May 14",2010. DeAngelis Diamond understands that perArticle 10; Section 10.2 once an agreement is reached between Contractor and Owner concerning the requested changes, a Change Order in the Form of Exhibit E shall be issued. Sincerely, Shane Williams Project Manager APPROVAL: Engineer 1W>t1'<. '-. <..\"'\" Owner W:\Proj~ct Fi/~~\2009\090JR Marco Jslmul F.:t~cutiYr Airport Apr/'HI & Parking 1.01 Expa1UionIOw"erIO...."u PCO'sIPCO 001. lll"ch Wale,. Mom RelocalionlMorco 0$.04./0 pea 001 Cowr Lefler; REV/SED ON Of>.07-JO.doc 0 ~ en ~ N 0 ." " <ii '1::J '" c: " a. - " Q. '" " >. '" .... c: 'C " .c: 0 l> J:: '" .... - :J 0 0 <( ~ UJ Cl t:: -~ C/) Z 0 if) 0 U c.. z 0.. ... 0 0 ~ <( ;:: ~ 0.. -c c.. n: 0.. c: l> ro if) CIl LU 0 0 '-' ... ro 2 ~ 0 0 .. c:: LU 0 c:: 0 w ~ Z -< :x: l> 0 W if) 0 c.. 0 c:: c.. ... :,;,1 ~I rol~1 z m N, => ~I *I~I 0 r_-' :;: M M '" '" -< ...J I <l: I ... I 0 ... i , I I I I ' G ~ ~ ~I~ ~ ~ ~ ~~7 - -IV) ~ ~ ~I f- IJ} (I) {f)l Z , o , ' u I m I i :::l 1 I I i _,. (f) ___ _ __ .----.--;_L_+_ -' (/) I I ~ ~ V _ i 'I w (/) ~ I I :;: u l- j I :2 ~ I --- - ----, " r ...... W ] J -<",So' i'l I ;:;; => [ I I I : --- -J--+i-- --I-I- I I: I I ,! ! I' ----L-L~---!-(-- ~-- i i I :Trl --T-l~-H I t- Wi (/)1 W:VJi I I T:Lrfl~T- ~ ! I ; \ ' o I I ; i I " ....~.... ;;;-l-i---n . u_ ~ ~ Q.l , ! ' I I & i 2A ~ i: 'I ro ,c'J ro > ! lei: I I I~ I!, 1 tn I~ I~ :~ QJ iCJ l:n :(/'J g ~'I g ~I; ~ ~! ~ cr: x 0:: x n:: xi C o m 0 rolO rUI!!! u "'I 0 ~! 0 ~ wI O'I..Q Ol.o.OI..Q~, .~ "DI~ TI:~ T.li~i z gS!i~2'~S2!"'-i O " rol" rol ~ ru,;2, ....- ~.-. -- -- -'~' f= C. \D C WI C wi mi 0.. o-o.o-a,Qu!/J] ~ ~ ~I~ ~!~ ~isl o rn..c \11..c1 t'Cl ~; oj (/) Ol U 0: u! OJ U (iil w 5~16g:6g:~! ~ __ ~~ ro-~.J _ ~.:~-:2~~~i- !- w 01 0 ;; I (f) 0 0, 0 9 i 00 N: r~ 0J o U 01 0 0 c:: o m :) C::...W O-u mZ- :)=>[ )- u) -u.< zOw ::J :0 I "'... M ~ t'J co .....- LO- ,.....~ ~ V> M ~ N V> ~ .,. <: o :;:: u :l ... - Ul <: o U '0 <: o E .!l! Cl .!!2 -a; 01 ~ <: Q) Cl UJ C) Z <l: ...J :c ;:: u o Ul di ,D :r: ::> ~~ ~ if) ...J " <( cf f- w 0 I- 2 o "! C o _nul) Agenda Item No. 16G2 June 22. 2010 Page 6 of 11 o ~ o N ~ to N " 0> '" "- ~"o ~ '\.^' \., Agenda Item No. 16G2 June 22, 2010 Page 7 of 11 ;;:(" ~'ri'-""" '- ',-~ f \/ r..: L,~ ~;"" v COUfj/aI" Contr~ DW~o/C.W. Il~C~ In<:< 13350 Il~Par},wty/ Tt: M.Y-JI Flortda-H9n (239) 225-0565 T-- (U9) 225-0564 Request for CHANGE ORDER #1 . Revised Project: Marco Island Airport Date: May 5, 2010 Cougar Job No.: 1513889 Re: Revised Plans To: Deangelis Diamond AUn: Shane Williams Amount $ 37,144.80 Ph: Fax: Description of Proposed Change Order: Sitework Changes Per the Revised Plans Stamped 2/19/10 The total is in addition to the current contract amount 1. Import FIII- Graded and Compacted in Place 1682 CY $ 10.50 $17,661.00 More Accurate Existing Topos combined wi Revised Proposed Tapa's Created an Import Fill Scenario 2. 6' Wide Concrete Sidewalk changed from 5' wide 26 SY $ 22.50 $ 585.00 3. Rip Rap @ Dry Detention Slopes 241 SY $ 35.00 $ 8,435.00 4. Trench Drain. Changed the Type and Design 203 LF $ 36.31 $ 7,371.00 5. Thickened Edge Sidewalk Along TO 232 LF $ 7.00 $ 1,624.00 6. Mill 314" & Overlay N. Bound Mainsail Dr. 136 SY $ 10.80 $ 1,468.80 Total $37,144.80 NOTE: ADDITIONAL CO TO FOLLOW AFTER RFI QUESTIONS HAVE BEEN SUBMITTED AND ANSWERED. Please forward signed Change Order as soon as possible If to proceed with above work. The I,'tQrk covered by this change order shall be per!Ofmed under thQ same Terms and Conditions as lhallncluded in the Original Coniracl Accepled By: COUGAR CONTRACTING ~ OfJW. Roberts ~o7frifting, Inc. ~ :i2 j 1v-rY-J:;A )1-1" Rick Schindier' Operations Manager Accepted By: Dale: May 5, 2010 Dale: 3800 VI BONITA FLORI EB / Agenda Item No. 16G2 June 22. 2010 Page 8 of 11 r....Ct\ -"'-" c~ Contrad'lA'l#' Ow~orc.w. 1<obert:J-C~ Ino. 133S0 1<~ParJi:.llla,y Ft: MYen~ FlorUf.a,33913 (239) 22S-0S6S Fa?<<' (239) 22S-0S6.'; Re uest for CHANGE ORDER #2 Project: Marco Island Airport Dale: March 25, 2010 Cougar Job No.: 1513889 Re: To: Deangelis Diamond Attn: Shane Williams Amount $ 33,719.40 Ph: Fax: Description of Proposed Change Order: Underground Changes Per the Revised Plans Stamped 2/19/10 The total is in addition to the current contract amount. 1. Foreman 36 HRS $ 47.50 $ 1.710.00 2. Pipelayer 36 HRS $ 30.50 $ 1.098.00 3. Laborer (2) 72 HRS $ 26.00 $ 1.872.00 4. Komatsu Excavator wi Operator 36 HRS $ 149.00 $ 5.364.00 5 I<omatsu Loader wI Operator 36 HRS $ 106.00 $ 3,816.00 6. Service Truck 18 HRS $ 55.00 $ 990.00 7. ReVised Structures S-1 and S-2 (ProJection) 1 LS $ 793.00 $ 793.00 8. Modify Structure S-3 (Projeclion) 1 LS $ 371.00 $ 371.00 9 Structure S~6 Riser (Projection) 1 LS $ 609.00 $ 609.00 10. Structure TD-4 (Projection) 1 LS $ 3.83600 $ 3.836.00 11 36" CL-4 Concrete Pipe 48 LF $ 77.50 $ 3.72000 12 36" CL.5 Concrete Pipe 56 LF $ 97.00 $ 5.432.00 13. 5 Gallon Hydraulic Cement 3 EA $ 38.00 $ 114.00 14 Concrete Bricks 55 EA $ 0.50 $ 28.00 15 30" Class 4 RCP 17 LF $ 53.00 $ 901.00 Sub Total $ 30,654.00 10% Markup $ 3,065.40 Total $ 33,719.40 NOTE: Items 7-10 are projections. Final Numbers will be provided once Engineering items are resolved. Please for\tvard SIgned Change Order as soon as possible if to proceed with above work. The wQrk CQ\'ered by lhls change order sllall be performed under the same T elms ..nd Conditions as lhal in::llldeo in the Onginal Conlracl Accepted By COUGAR CONTRACTING DiVi~'017 RObert/.t.'r1ting, Inc. ~C-/ '- ZiitjJ'-l')i-^ 3 Rick Schindler (j~ Operations Manager Accepted By: Dale' fAarcll 25, 2010 I I / ! / \ l' \ .... MARK vf. MINOR,;-P.E:-- Q. GRAPY MI~\~IATES. P.A. 3800 YIA DEL Re;Y BON,tA SPRINGS, FL 341~~~"4 FLO IDA P.E. LICENSE NO. ~ E6 LB 0005151 Date: Agenda Item No. 16G2 June 22, 2010 Page 9 of 11 :~tr- "'-, ""'-0 ,..,' (-I 'f- 1\' ,--I \'._v_, i '_.' (.)[:;V ~ ~'i COtif#Wcontr~ ()w~ofC.j(J. 1l00000000C~ IfIC< ;: ~. .13350 Il~ParJ:,wa:Y 1't: ),.{yerr, Tlm'f.da.33913 (239)225-0565 1'__(239)225-0564 Re uest for CHANGE ORDER #3 Project: Marco Island Airport Date: April 15, 2010 Cougar Job No.: 1513889 Re: Masler Meter Ass To: Deangelis Diamond AUn: Shane Williams Amount $ 46,598.33 Ph: Fax: Description of Proposed Change Order: Below is a breakdown of additional costs for the instailation of the master meter assembly. This is per the revised plans and RFI #5 1. Foreman 9 HRS $ 52.30 $ 470,70 2. Pipelayer 9 HRS $ 33 AO $ 300.60 3. Laborer (2) 18 HRS $ 28.54 $ 513.72 4. Komatsu Excavator wi Operator 9 HRS $ 125.54 $ 1,129.86 5. Komatsu Loader wi Operator 9 HRS $ 98.86 $ 88974 6. Service Truck 9 HRS $ 60.50 $ 544.50 7. Materials 8"X6" Master Meter Assy 1 LS $ 38,513.00 $ 38,513.00 Sub Total $ 42,362.12 10% Markup $ 4,236.21 Total $ 46,598.33 NOTE: The relocation of the civil air patrol meter is yet to be determined, so this wlil be addressed at a later date. Please forward signed Change Order as soon as possible if to proceed with above work. The work co....ered by thiS change order shall be perlormed under the same Term. and Conditions as that included In the Original Contract Accepted By: Accepted By: COUGAR CONTRACTING Div~~," of C.W. ROberts/contracting, Inc. d,- j:X::: L^f ~L. j l ,- Rick Schindler Operallons Manager Date: April 15, 2010 Date: IL / ~h\L:> W MINOR.. P.E. m MINOR & ASSOCIATES, P."- VIA DEL REY BONITA SPRINGS, FL 34134 FLORIDA RE. LICENSE NO. 45324 EB I LB 0005151 From: Brent Addison [mailto:baddison@gradyminor.com] Sent: Thursday, May 27, 2010 4;39 PM To: Tweedie_r; Phillippipenny Cc: Mark Minor Subject: Change Order # 3 Explanation Agenda Item No. 16G2 June 22. 2010 Page 10 of 11 Bob, Please see the detailed explanations below for DeAngelis Diamond's Change Order #3 as requested, have broken it out per the individual change orders from Cougar. COUQar ContractinQ ChanQe Order #1 1. The updated pians provided extra existing topographic eievations and the parking lot elevations increased due to Coliier County Comments. 2. The original sidewalk width was 5 feet and was increased to 6' per Collier County. 3. The slopes of the dry detention area were increased to 1,5 verticai to 1 horizontal due to space iimitations. The steeper slope requires rip rap for stabilization, 4. The original trench drain design was not adequate, so a higher capacity trench drain was specified. 5. The sidewalk that runs parallel with the trench drain had needed a thickened edge due to the adjacent grading, 6. This was not included in the original plans and was requested by Collier County. COUQar ContractinQ ChanQe Order #2 1. Labor and Equipment for items 7-15. 2. Labor and Equipment for items 7-15, 3, Labor and Equipment for items 7-15. 4, Labor and Equipment for items 7-15, 5, Labor and Equipment for items 7-15, 6. Labor and Equipment for items 7-15. 7. Structures S-1 and S-2 were revised to accommodate the increased pavement elevations and S- 1 had to accommodate the new pipe from TD-4, The original pipe from TD-4 connected to Headwall S-5, Collier County and DEP required TD-4 to connect to S-2. 8. S-3 was enlarged to accept a 36" pipe instead of 30" This pipe was enlarged due to the increased fiow from TD-4, 9. S-6 was revised due to the additional fiow from TD-4. 10. TD-4 was revised to accept a larger pipe which was increased due to a change in tailwater conditions, 11, Pipe from S-2 to S-3 increased due to additional flows from TD-4. 12. Pipe from S-2 to S-3 increased due to additional fiows from TD-4. 13. Materials needed for structure modifications, 14. Materials needed for structure modifications, 15, Additional pipe length from TD-4 to S-2. COUQar ContractinQ ChanQe Order #3 1. Labor and Equipment for item 7. 2. Labor and Equipment for item 7. 3. Labor and Equipment for item 7, 4, Labor and Equipment for item 7, 5, Labor and Equipment for item 7, 6, Labor and Equipment for item 7, 7. Marco Island Utilities required the project to be master metered per their code. There are currently individual meters to the terminal and Civil Air Patrol, Thank you, D. Brent Addison. P.E. Project f\1:mager II Gr~dy\linor 11940 Fairway Lakes Drive. Ste. # 6 Fort Myers, FL 33913 Phone - 239.690.4380 Cell - 239.405.1195 Fax - 239.768.0291 Web - hno://www.LrradVlninor.com Agenda Item No. 16G2 June 22, 2010 Page 11 of 11