Loading...
Agenda 10/09/2018 Item #16E 710/09/2018 EXECUTIVE SUMMARY Recommendation to approve the Administrative Reports prepared by the Procurement Services Division for change orders and other contractual modifications requiring Board approval. OBJECTIVE: To promote accountability and provide transpar ency to the public and gain the Board’s approval/ratification for various procurement -related transactions. CONSIDERATIONS: In accordance with the Board’s Procurement Ordinance 2017-08 and the Procurement Manual, the Procurement Services Division produces a regular Administrative Report which provides for Board approval of the following transactions: Change Orders that do not exceed ten (10%) of the current Board approved aggregate amount, and/or require change in schedule (number of days); Amendments to contracts; After the fact memos from various County Divisions, as requested by the Clerk’s Finance staff for the timely process of invoices. Other items as determined by the County Manager or designee that require Board approval. This administrative report includes the following: Eleven (11) change orders that in aggregate modify contracts by $21,894.78 and add 378 calendar days to completion periods, see attached summary and backup for details; and Zero (0) amendments this period with a fiscal impact of $0.00; and One (1) after the fact memos with a fiscal impact of $3,930.00 FISCAL IMPACT: The net total for the twelve (12) items is $25,824.78 LEGAL CONSIDERATIONS: This item is approved for form and legality and requires a majority vote for Board action. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: To ratify/approve change orders and/or contract amendments and other items as determined by the County Manager or designee in accordance with Procurement Ordinance 2017-08. Prepared By: Sara Schneeberger, Procurement Strategist, Procurement Services ATTACHMENT(S) 1. 1009 Change Order Report - FY19 (PDF) 2. 1009 Change Order Backup - FY19 (PDF) 3. 1009 After the Fact Report Revised - FY19 (PDF) 4. 1009 After the Fact Backup Revised - FY19 (PDF) 16.E.7 Packet Pg. 971 10/09/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.7 Doc ID: 6808 Item Summary: Recommendation to approve the Administrative Reports prepared by the Procurement Services Division for change orders and other contractual modifications requiring Board approval. Meeting Date: 10/09/2018 Prepared by: Title: Business Technology Analyst, Senior – Procurement Services Name: Sara Schneeberger 09/20/2018 4:38 PM Submitted by: Title: – Procurement Services Name: Ted Coyman 09/20/2018 4:38 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 09/21/2018 8:14 AM Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 09/21/2018 10:40 AM Procurement Services Ted Coyman Additional Reviewer Completed 09/21/2018 12:40 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 09/24/2018 9:07 AM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 09/25/2018 3:16 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/25/2018 5:01 PM Office of Management and Budget Laura Wells Additional Reviewer Completed 09/26/2018 10:00 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/26/2018 11:01 AM County Attorney's Office Emily Pepin CAO Preview Completed 09/26/2018 11:13 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 10/02/2018 12:54 PM Board of County Commissioners MaryJo Brock Meeting Pending 10/09/2018 9:00 AM 16.E.7 Packet Pg. 972 Item page #Contract/ Grant No.Change #DateProject Name Vendor Name Division ‐ Project ManagerOriginal Contract AmountCurrent Contract Amount Current Change Order AmountRevised Contract Amount% Over Board Approved AmountContract LengthChange in length (Days)Updated contract length    Change in length        (%)1 1 16-6659 2 8/21/2018WW Basin 306 Duplex Pump Stations - Group 2BLDM USA, LLC PUEPMD - John Eick $1,766,172.00 $1,766,172.00 ($128,909.35) $1,637,262.65 -7.30% 444 0 444 0.00%2 23 16-6662 3 9/4/2018White Blvd over Cypress Canal BridgeManhattan Road & BridgeTransportation Eng - Matthew Thomas$3,730,719.70 $3,730,719.70 $0.00 $3,730,719.70 0.00% 630 4 634 0.63%3 25 13-6164 1 9/10/2018Trans Traffic Impact Study Assistance FY18-19AIM Engineering & SurveyingCapital Proj Planning, Impact Fees & Program - Laurie Beard$74,996.00 $74,996.00 $60,012.00 $135,008.00 80.02% 365 0 365 0.00%4 28 13-6164 1 9/10/2018Trans Traffic Impact Study Assistance FY18-19CH2M Hill EngineersCapital Proj Planning, Impact Fees & Program - Laurie Beard$46,550.00 $46,550.00 $50,000.00 $96,550.00 107.41% 365 0 365 0.00%5 31 13-6164 2 9/12/2018Pine Ridge Replacement WeirAtkins North AmericaCapital Proj Planning, Impact Fees & Program - Shane Cox$127,566.00 $130,052.00 $0.00 $130,052.00 0.00% 560 300 860 53.57%6 34 17-7170 2 9/12/2018 Tree Farm Rd Phase 2 Haskins IncTransportation Eng - Christopher Woodrum$2,421,251.40 $2,421,251.40 $0.00 $2,421,251.40 0.00% 362 5 367 1.38%7 37 14-6213 1 9/4/2018PS 104.05 Improvements (Emerald Lakes)Quality Enterprises PUEPMD - Corinne Trtan $340,537.00 $340,537.00 $0.00 $340,537.00 0.00% 365 0 365 0.00%8 41 17-7135 2 9/10/2018NRO Well Turbidity RemediationAll Webbs Enterprises PUEPMD - Tom Sivert $319,400.00 $319,400.00 $28,180.93 $347,580.93 8.82% 320 0 320 0.00%9 45 17-7225 1 9/5/2018Improvements to CAT Bus Stop SheltersQuality Enterprises PTNE - Yousi Cardeso $220,150.00 $220,150.00 $12,611.20 $232,761.20 5.73% 365 0 365 0.00%10 47 18-7239 2 9/13/2018Wiggins and Doctors Pass Dredging ProjectFerreira ConstructionCoastal Zone Management - Gary McAlpin$2,098,980.00 $2,191,558.50 $0.00 $2,191,558.50 0.00% 190 69 259 36.32%11 49 11-5782 4 6/29/2018 Wastewater Basin AnalysisAECOM Technical ServicesPUEPMD - Craig Pajer $1,476,235.54 $1,476,236.54 $0.00 $1,476,236.54 0.00% 2190 0 2190 0.00%Meeting Date Total number of Change ordersTotal Dollar ChangeTotal Change in Days10/9/2018 11 $21,894.78 37816.E.7.aPacket Pg. 973Attachment: 1009 Change Order Report - FY19 (6808 : Procurement Services Administrative Reports) 1 116.E.7.b Packet Pg. 974 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 2 16.E.7.b Packet Pg. 975 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 3 16.E.7.b Packet Pg. 976 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 4 16.E.7.b Packet Pg. 977 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 5 16.E.7.b Packet Pg. 978 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) @@@@@@@@@@@@@@@@@@@@@@ 4BSB4DIOFFCFSHFS 1SPDVSFNFOU4USBUFHJTU saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.09.12 14:21:28 -04'00' 6 16.E.7.b Packet Pg. 979 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 7 16.E.7.b Packet Pg. 980 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 8 16.E.7.b Packet Pg. 981 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 9 16.E.7.b Packet Pg. 982 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 10 16.E.7.b Packet Pg. 983 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 11 16.E.7.b Packet Pg. 984 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 12 16.E.7.b Packet Pg. 985 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 13 16.E.7.b Packet Pg. 986 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 14 16.E.7.b Packet Pg. 987 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 15 16.E.7.b Packet Pg. 988 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 16 16.E.7.b Packet Pg. 989 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 17 16.E.7.b Packet Pg. 990 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 18 16.E.7.b Packet Pg. 991 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 19 16.E.7.b Packet Pg. 992 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 20 16.E.7.b Packet Pg. 993 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 21 16.E.7.b Packet Pg. 994 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 22 16.E.7.b Packet Pg. 995 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 23 2 16.E.7.b Packet Pg. 996 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 4BSB4DIOFFCFSHFS 1SPDVSFNFOU4USBUFHJTU saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.09.12 14:36:50 -04'00' 24 16.E.7.b Packet Pg. 997 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.09.17 09:26:28 -04'00' 25 316.E.7.b Packet Pg. 998 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 26 16.E.7.b Packet Pg. 999 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 27 16.E.7.bPacket Pg. 1000Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.09.17 09:28:56 -04'00' 28 416.E.7.b Packet Pg. 1001 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 29 16.E.7.b Packet Pg. 1002 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 30 16.E.7.bPacket Pg. 1003Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 31 516.E.7.b Packet Pg. 1004 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.09.13 11:14:54 -04'00' 32 16.E.7.b Packet Pg. 1005 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 33 16.E.7.b Packet Pg. 1006 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 34 616.E.7.b Packet Pg. 1007 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 35 16.E.7.b Packet Pg. 1008 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.09.13 11:22:01 -04'00' 36 16.E.7.b Packet Pg. 1009 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.)PROCUREMENT USE ONLY Admin BCC Rpt BCC ES Contract Modification Work Order Modification Amendment Contract #: Change #: Purchase Order #: Project #: Contractor/Firm Name: Contract/Project: Project Manager Name: r: Division Name: Original Contract/Work Order Amount $ 340,537.00 3/24/2015; 16C1 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 340,537.00 3/24/2015; 16C1 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 340,537.00 7/7/2020 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 340,537.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed Original Last Approved Revised Date Date Completion Date Date (Includes this change) # of Days Added Select Tasks Add new task(s) Delete task(s) Change task(s) Other (see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Procurement Services Change Order Form 70046.19.3 Quality Enterprises USA, Inc. 450015817814-6213-21 1 PS 104.05 Improvements (Emerald Lakes) Engineering and Project ManagementCorinne Trtan 5/7/20185/7/20184/14/20164/15/2015 1.This change order includes work directive allowance draws. See attached work directives for detailed explanation. WD#1 –The work directive change allows for an adequate operation of the pump station while maintaining the recently implemented I&C standards for Collier County pump stations and installing the new standard processor. WD#2 - The work directive included installation of additional conduits for the future addition of a standby diesel pump , relocation of the junction box and providing power the County’s fiber optic panel. WD#3 –This work directive included shrinking the footprint of the above ground piping, coring for diesel pump suction pipe and a line stop to isolate the forcemain from the downstream pump stations. 2.Explanation is included in the attached work directives. The use of allowance funds for unforeseen conditions is included in the original contract. WD#1 –The I&C standards for wastewater pump stations were updated following the bid of this project. WD#2 - Due to Hurricane Irma, the decision was made to install a bypass diesel pump at this site in the near future. WD#3 –Work was needed for the installation of additional piping for for the future addition of a standby diesel pump. 3.If this change is not processed, the contractor will not be paid for work completed that was authorized by a work directive issued by the County per Contract 14-6213. WD#1 –The pump station would not be able to be maintained to current operational standards and would not operate at the level intended. WD#2 - Installing these conduits at this time saves significant cost as the bypass pump installation would interfere with normal pump station operations and require bypass pumping and would also require additional touch-up to a brand new lining system within the wet well; relocation of the junction box enhances worker safety while working around the control panel and wetwell; additional power and communication conduits allow for reliable communications with the SCADA network. WD#3 –Reconfiguration of above ground piping provides the maximum space for the future standby diesel pump; coring for this suction pipe at this time saves significant cost as the bypass pump installation would interfere with normal pump station operations and require bypass pumping and would require additional touch-up to a brand new lining system within the wet well; the line stop was necessary as the improvements could not be completed due to an inoperable existing valve. Beginning allowance $31,000.00 Work Directive #1 $ 6,231.70 Work Directive #2 $ 5,015.48 Work Directive #3 $11,283.29 Remaining allowance $ 8,469.53 37 716.E.7.b Packet Pg. 1010 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.09.13 13:04:13 -04'00' 38 16.E.7.b Packet Pg. 1011 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 39 16.E.7.b Packet Pg. 1012 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 40 16.E.7.b Packet Pg. 1013 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) saraschneeberger@c olliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.09.17 13:59:25 -04'00' 41 816.E.7.b Packet Pg. 1014 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) Collier County Ensineering & Proiect Management Division WORK DIRECTIVE PROJECT NAME: NRO Welt 6 Turbidity Remediation DATE OF ISSUANCE: 5/14/18 OWNER: Collier County Board of Commissioners CONTRACTOR: Al1 Webb's Enterprises, Inc. DIRECTIVE #I EFFECTM DATE: 5114/18 PROJECT#:70186.1 ENGINEER: CDM Smith You are directed to proceed prornptly with the following change(s): Description: Add the following work to the project: cementing the zone between approximately 800 and 810 feet. The steps include kiil the weli, fumislr and install gravel backfill to 2 feet below the zone, purnp cement mixture lifts to fill the zone, drill out cement and clean gravel to 850', bring well alive, air develop well 30 hours to stress the formation, then log well. Payment for the adciitional work will be made on a time and materials basis. Remove the following pay items from the contract: . Item No. 2.6 Install Pump, Pipe, Cable * ($8,500) r Item No. 2.8 Welt Chlorination & Testing - ($7,500) Reduce the work for Item No. 2.7 Reinstall Welihead to include only the cost to reinstall the electrical and insffurnentation equipment removed to access the well. T'his will reduce the vaiue of Item No. 2.7 to $7,500. PLrrpose of Work Direotive Charrge; Allow the Contractor to address additional well issue not known prior to performance ofthe contract work. Reason/Justification: Work by the Contractor revealed an additional issue with the well that requires remediation before the well is broLrght back into service. Since the Contractor is already working in the well, it can provide the best value and most timely completion of the additional work. Attachments: Cost estimate froin Alt Webb's Enterprises, Inc. dated May 10, 20 18. lf a claim is made that the above change(s) have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of detennining the effect of the changes(s)' Method of detemining change in Contract Price: f] unit Pri"*s I Lump Sum X Other: Time & Material Estimated maximum increase (decrease) in Contract Price $ 10,000 Method of determining change in Contract Times: I Contractor's records ffi Engineer's record f, other Estimated change in Contract Time: Increase or decrease by 50 calendar days. RECOMMENDED:/.., -' Bv: -- "\ --; Jadon Sciandra, P.E. Sr. Project Manager CDM Smith .E 42 16.E.7.b Packet Pg. 1015 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) Attn: Mr. Tom Sivert, P.E. Collier County Public Utilities Division Planning & Project Management 3339 Tamiami Trail East, Suite 303 Naples Florida 34112 August 28,2018  RE: NRO WELL 6 TURBIDITY REMEDIATION REQUEST FOR CHANGE ORDER   Mr. Sivert, Attached is a cost summary sheet, along with the back-up documentation, to support the additional $98,180.93 for the work associated with the Work Directive #1. The work described in this directive has been completed. If you have any questions or concerns about the documents provided please let me know. David Webb Jr. All Webb’s Enterprises, Inc., 309 Commerce Way, Jupiter, FL 33458 (561)746-2079 OFFICE (561)746-4199 FAX 43 16.E.7.b Packet Pg. 1016 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) NRO 6 Work Directive 1 Cost Summary Equipment Type Qty Hours Equipment Rate $/hour Equipment Cost ($) Delivery Removal Charge Fuel Use for Task (gallons) Fuel ($/gal)Fuel Cost Equipment and Fuel Cost Foremost 1 72 $ 300.00 $ 21,600.00 $ - 100 $ 3.60 $ 360.00 $ 21,960.00 MOT 1 192 $ 2.00 $ 384.00 $ - 0 $ 3.60 $ - $ 384.00 Grouter 1 50 $ 60.00 $ 3,000.00 $ - 10 $ 3.60 $ 36.00 $ 3,036.00 Compressor 1 72 $ 25.00 $ 1,800.00 $ - 150 $ 3.60 $ 540.00 $ 2,340.00 Crane 1 120 $ 60.00 $ 7,200.00 $ - 40 $ 3.60 $ 144.00 $ 7,344.00 Backhoe CAT 430D 0 0 $ 30.00 $ - $ - 40 $ 3.60 $ 144.00 $ 144.00 Logging Truck 1 30 $ 145.00 $ 4,350.00 $ - 50 $ 3.60 $ 180.00 $ 4,530.00 Trailer 1 40 $ 3.00 $ 120.00 $ - 0 $ 3.60 $ - $ 120.00 2 3/8 inch Tremie 850 80 $ 0.03 $ 2,040.00 $ - 0 $ 3.60 $ - $ 2,040.00 7" Drill pipe 850 72 $ 0.07 $ 4,284.00 $ - 0 $ 3.60 $ - $ 4,284.00 Steel Plates 1 160 $ 18.00 $ 2,880.00 $ - 0 $ 3.60 $ - $ 2,880.00 Kill Unit 1 120 $ 20.00 $ 2,400.00 $ - 10 $ 3.60 $ 36.00 $ 2,436.00 Hoses 1 120 $ 20.00 $ 2,400.00 $ - 0 $ 3.60 $ - $ 2,400.00 Service Truck 1 192 $ 45.00 $ 8,640.00 $ - 150 $ 3.60 $ 540.00 $ 9,180.00 subtotal $ 63,078.00 Labor Men Hours Hourly Rate ($/hour) Labor Cost ($) OT Hours OT Rate OT Cost Total Labor Cost Project Manager 1 18 $ 91.00 $ 1,638.00 $ - $ 1,638.00 Driller 1 168 $ 40.20 $ 6,753.60 41 $ 45.00 $ 1,845.00 $ 8,598.60 Labor (Helper)1 164.5 29.48$ $ 4,849.46 40 $ 37.00 $ 1,480.00 $ 6,329.46 Hand (Helper)1 154.5 28.14$ $ 4,347.63 31 $ 35.50 $ 1,100.50 $ 5,448.13 Logger 1 12 53.60$ $ 643.20 $ 53.60 $ 643.20 subtotal $ 22,657.39 Materials Qty Rate Price Cement 28 15 $ 420.00 $ 420.00 Gravel 1 1000 $ 1,000.00 $ 1,000.00 Salt 6 350 $ 2,100.00 $ 2,100.00 Portolet 1 120 $ 120.00 $ 120.00 subtotal $ 3,520.00 Subtotal $ 89,255.39 Fee 0.10 8,925.54$ 8,925.54$ Bond 0.014 -$ -$ Total 98,180.93$ 44 16.E.7.b Packet Pg. 1017 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.09.20 09:11:54 -04'00' 45 916.E.7.b Packet Pg. 1018 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 46 16.E.7.b Packet Pg. 1019 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.09.14 08:49:32 -04'00' 47 1016.E.7.b Packet Pg. 1020 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 48 16.E.7.b Packet Pg. 1021 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 491116.E.7.bPacket Pg. 1022Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 5016.E.7.bPacket Pg. 1023Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 5116.E.7.bPacket Pg. 1024Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 5216.E.7.bPacket Pg. 1025Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) 5316.E.7.bPacket Pg. 1026Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) AECOM 4415 Metro Parkway Ste. 404 Fort Myers, FL 33916 www.aecom.com 239-278-7996 tel 239-278-0913 fax June 25, 2018 Craig J. Pajer, P.E. Principal Project Manager Collier County Public Utilities Department 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Re: Request for Reallocation of Funds – Contract Amendment to Contract #11- 5782 Wastewater Basin Analysis Basin 3 Dear Craig: Pursuant to recent discussions, AECOM Technical Services, Inc. (AECOM) requests a reallocation of funding on the Basin 306 Construction Phase Services Project. A reallocation of funds is needed to allow for additional work required as described below: Task 1 - Supplemental Design · Peer Review Meetings, additional evaluation to address comments, and re-design of pipe connections to pump station as a result of subsequent SUE. · Additional work required for Consultant to modify the MPS 306 design so similar electrical and control system modifications are made to address the County requirements for improving pump system reliability and standardization of controlling and monitoring pumps as a result of Lessons Learned at MPS 109. · Additional work associated with providing a list of assets so that during construction the County asset management spreadsheet template can be populated with specific details of all building system equipment, mechanical process equipment, and electrical equipment. This listing will follow County asset hierarchy structure, which has significant detailed requirements for the building system equipment, electrical equipment, and mechanical process equipment. § Based upon lessons learned from MPS 303 and MPS 304 and the Duplex Pump Station construction, additional design support is needed to address unforeseen site conditions and construction matters such as revisions to the electrical conduit and wire schedule to address unforeseen condition of existing conduit and wire, revisions to the odor control electrical panel wiring resulting from change in voltage due to inconsistency with record drawings, revisions to locations of equipment concrete pads/wet well lids to avoid unforeseen existing conflicts. § Revisions to the electrical design were needed to place the telemetry control units (TCUs) at the duplex stations in the pump control panels. § Additional work associated with the preparation of ROW permit applications. § Additional work associated with the re-design of a gravity sewer connection at PS 304.16 (Windstar) Tasks 2b & 3b - Additional Post Design Services - MPS 303/304 · Biweekly (in lieu of monthly) meetings are required. 54 16.E.7.b Packet Pg. 1027 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) · Design revisions to the electrical and control system design were needed to address unforeseen construction issues and the County requirements for improving pump system reliability and standardization of controlling and monitoring pumps based upon lessons learned from MPS 109. · Due to an extended construction contract period (as a result of Hurricane Irma and Contractor issues), additional engineering support was required. CONSULTANT has been responding to Construction Contractor questions from the onset of construction and the construction period was extended by one year resulting in additional level of effort. Tasks 7b & 8b - Additional Post Design Services – Duplex Pump Stations · Biweekly (in lieu of monthly) meetings are required. · Design revisions to the electrical and control system design were needed to address unforeseen construction issues and the County requirements for improving pump system reliability and standardization of controlling and monitoring pumps based upon lessons learned from MPS 109. · Due to an extended construction contract period (as a result of Hurricane Irma and FPL delays), additional engineering support was required. · Additional engineering design support was needed to modify the height of the electrical control panels based upon the 100-year flood elevation, the electrical code, and operational issues. · Additional engineering support for startup services is required since startup services was based upon startup services being conducted for three pump stations at a time and the COUNTY determined startup would be conducted on an individual basis so that SCADA monitoring could occur sooner to minimize risk associated with potential sanitary sewer overflows. Given that there are 19 duplex pump stations under construction, the individual startups added to the time required for these services. The reallocation of funds is outlined on Attachment A. Please advise of your concurrence with the reallocation of funds and modified scope of services. Should you have any questions or concerns please feel free to contact me. Sincerely, AECOM Technical Services, Inc. Ronald R. Cavalieri, PE, BCEE Principal Engineer 55 16.E.7.b Packet Pg. 1028 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) ATTACHMENT A - BUDGET REALLOCATION Task ID Description Amount Remaining Negotiated Change Amount 1 Supplemental Design $0.00 $82,181.07 2 MPS 303 2a Bidding Services $29.00 2b Post Design $29.93 $68,712.94 3 MPS 304 3a Bidding Services $27.00 3b Post Design $42.01 $68,712.94 4 MPS 306 4a Bidding Services $3.22 4b Post Design $219,039.75 5 Phase II Force Main - US 41 5a Bidding Services $40.00 5b Post Design $35.67 6 Phase III Force Main - Naples Manor 6a Bidding Services $20.50 6b Post Design $1.50 7 Phase I Duplex Pump Stations 7a Bidding Services $5.30 7b Post Design $18.68 $48,758.54 8 Phase II Duplex Pump Stations 8a Bidding Services $50.50 8b Post Design $25.93 $48,458.54 9 Phase III Duplex Pump Stations 9a Bidding Services $9,211.00 9b Post Design $88,244.04 Total $316,824.03 $316,824.03 56 16.E.7.b Packet Pg. 1029 Attachment: 1009 Change Order Backup - FY19 (6808 : Procurement Services Administrative Reports) Item page #Contract or Purchase OrderDateDescription of Project Vendor Name Division ‐ Director Fiscal Impact Description1116-6618 / 45001869078/31/2018Replace attic insulation at the Naples Depot MuseumWM. J. Varian Construction Museum - Amanda Townsend $3,930.00 Division did not obtain a work order required per the contract.Meeting Date Total number of Memos Total Fiscal Impact10/9/20181$3,930.0016.E.7.cPacket Pg. 1030Attachment: 1009 After the Fact Report Revised - FY19 (6808 : Procurement Services Administrative |et C,otflaty AdminirHive Seryi.€s Departn€fl Proqrrsmsrn S€lvl€s DNlslon lnstructions Tho requestor affirms thal to the best oI thgir knowledge the inrormation p.ovided in this document is trus As pr seclion 21 of the Procurement Manual, all purchases shall be consistent and in cgmpliancc with he Procurement Ordinance (201748). Should wotk b6 authoized or pulchases made thal ls irconslstent with County policy, pto@dure, or contract terms, an Afterlhe-Fact Prccwement Fom is required. This includes purchases made in advance of a Purchag Oder, when a Purchase Or&r is required to authoize such aclivu, and purchases made under an expircd contrad, or for goods aN sevices not cowred by the cunent contract or purchase order. All such 'After the Fact Procurements" will be repoded to the County Manager. Requester Name: LiSa MafCianO Division: MUSeUm Division Director: Amanda TOWnSend Amount:$J$lQ contract #: '16-6618 Purchase order: 45001 86907 Why is this deemed a non-compliant pu rchase? Choose one Contract Manual P-Card Othor Details of PurchaseI Explain the circumstances behind thjs purchase. The Naples Depot Museum, under the suggestion of county pest control vendor, needed to replace and replenish the attic insulation due to rodent activity throughout the years. Museum staff reached out to all the general contractors on contract to evaluate the project, however staff did not receive responses. Museum staff consulted with facilities management for further direction. At facilities management suggestion, Museum staff contacted all general contractors on continuing contract again, along with a handful of off-contract vendors. Two bids were received and staff requested a purchase order, which was furnished to the vendor and the work was scheduled and completed. However, the vendor is a general contractor on continuing contract, and should have also received a work order and notice to proceed. Action Required: what are you asking to be done to remedy lhe situation, include list of invoices if applicable? Payment to Varian for $3,930 because work has been satisfactorily completed. Corrective/Preventive Action: What actbn is being taken to prevent this violation frcm re-occurnng? Ensuring staff is familiar with current purchasing policy, current contracts and contract requirements. Creating and implementing checklists within the department to confirm certain steps are met before moving projects forward. Datesisnatw e : M at cffiLi?ffi lf ,I"J, *** -Requested by: LiSa MafCianO 6,atureoivision Ottx7rot: //?,a Z. ?,7-4"."5.4, Collier County After the Fact Form vendor Name: Vafian COnStrUCtiOn traOrdinance ,6Q, f/",/Z 1 116.E.7.d Packet Pg. 1031 Attachment: 1009 After the Fact Backup Revised - FY19 (6808 : Procurement Services Administrative Reports) Td/ (239) 514 O1O3 Fax (239) 574 O5s6 Date: Submit to: Job Name: Scope of Work: Thank you for your busin6ss "rt'ili,^fl'i,,i,. William J. Varian, CGR CAPS CGP President 5/2412018 Jon Nickerson Naples Depot Museum 1051 sth Ave S Naples, Fl Attic clean and insulation PO f4500186907 Dated 5/2/18 Provide labor and materials to complete work listed on proposal '18-055 Dated 3/30/18 $ 3,930.00 Work was substantially completed on 5/18/'18 and final work on 5/22118 Total Due WL{. J. V{R^t'ltN CONSIRUCItON CO. Lnal,laituq, 6ElrER4L CONTF{CTOR Shop W Bot,99oo99 5+9O yc}}Sffr6 Nadz4 F1, 3+116 Nad:*., fL ?+tas S*arrgtso..d.t* Florarda, ti^e 1 9t 9 Invoice #1E-195 ccc 067+72 ccc o57950 I 3,930.00 ,l 2 16.E.7.d Packet Pg. 1032 Attachment: 1009 After the Fact Backup Revised - FY19 (6808 : Procurement Services Administrative Reports)