Loading...
Backup Documents 10/23/2018 Item #16D18 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 r� TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 601 1 8 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office CMG 11/8/18 4. BCC Office Board of County Commissioners ,1\F&A. 5. Minutes and Records Clerk of Court's Office .1\AU 1119( 1F 64/544 PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Lorna Jervis Contact Information 239-252-8361 Contact/Department Agenda Date Item was October 23,2018 - Agenda Item Number 16D18 Approved by the BCC Type of Document Change Order#1 to Contract#17-7182,North Number of Original 1 Attached Collier Regional Park Artificial Turf Design,to Documents Attached Agnoli Barber&Brundage,Inc.for professional engineering services in the amount of$35,966. PO number or account N/A number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature CMG 2. Does the document need to be sent to another agency for additional signatures? If yes, CMG provide the Contact Information(Name; Agency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be CMG signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's CMG Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the CMG document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's CMG signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip CMG should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 10/23/2018 and all changes made during CMG . J the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made, and the document is ready for the Chairman's signature. -cCOU 1( n,a , - 16018 Ann P. Jennejohn From: Ann P.Jennejohn Sent: Tuesday, November 13, 2018 9:35 AM To: LornaJervis Subject: Item#16D18 Attachments: Backup Documents 10_23_2018 Item#16D18.pdf Good Morning Lorna, A copy of Item #161)18, Change Order #1 to Contract #17-7182, that was approved by the BCC during their meeting held on October 23, 2018 is attached for your records. Thank you! Ann Jennejohn, Sr. Deputy Clerk Hoard Minutes Sr Records Departnnent Collier County Value Adjustment Hoard 23 q-252-8406 1 141011111i1 Procurement Services Ci0 CiO1VtH� Change Order Form Q Contract Modification 0 Work Order Modification 0 Amendment Contract#: 17-7182 Change#: 01 Purchase Order 4: 4500185045 Protect#: 80359 Contractor/Firm Name: Agnolt Barber&Brundage,Inc. l Contract/Project: North collier Regional Park Artif Turf Design Project Manager Name: David Berra Parks&Recreation Division Name: Original Contract/Work Order Amount $ 172,783.50 01/23/18;1602 'Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 172,783.5e 01/23/18;1602 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 172,783.50 2/1/2019 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ 35,966.00 20.82%! Total Change from Original Amount Revised Contract/Work Order Total $ 208,749.50 20.82% Change from Current BCC Approved Amount Cumulative Changes _ $ 35,986.00 20.82% Change from Current Amount LCompletion Date,Description of the Tasks)Change,and Rationale for the Change Notice to Proceed 02/01/18 Original 02/01/19 Last Approved 02/01/19 Revised Date 02/01/19 Date Completion Date Date (Includes this change) #of Days Added 0 Select Tasks IN Add new task(s) 0 Delete task(s) 0 Change task(s) 0 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. 1. The project bids came in over budget by$400,000. The project was value engineered and reviewed with the manufacturer of the product and the contractor. The review resulted in a cost savings of$220,000 by removing the Nike infill and reengineer the turf system. The additional design work includes additional inspections,meetings and construction administration at a cost of $35,966 2. This change was not Included In the original contract because all Indications up to bidding showed that the project was within the budgeted allowance. The cost of materials has increased since the original estimate was developed. 3. If this change order is not processed,the engineers will not be able to respond to RFI's and provide construction administration that will delay scheduled soccer and lacrosse tournaments resulting in loss of revenue. This will also Impact recreational play for local leagues. •'it Revised:10/28(2014 (Divisions who may require additional signatures may include on separate sheet) [ PROCUREMENT USE ONLY Ia.m. IElm l 4.0.111.4 Prepared by:David S.Berta Date: September 17.2018 (Project Manager Name and Division) Acceptance of this Change Ordersha l constitute a modification to contract t work order identified above and will be subject to all the saran terms and conditions as contained in the contract I work order Indicated above,as ft y as if the same vwere stated in this acceptance. The adjustment,If any,to the Contract shad constitute stNtde a IA and final settlerntwit of any and ap claims of the Contractor I Vendor/Consultant I Design arising out of to the change set forth herein,Including claims for Impact and delay costs. APPro„��►: /r �'�`S� Daae: "X (Design ' '; and Name drtirm,if project ) saraschneeberge Approved by: r@colliergov.net o:.AI... Date: (Procurement • Division who may maim addit onal signatures nay Include on wands sheet.) a osra Revised:10128IT014 l j sex ( ..,... I 1 16018 ATTEST: BOARD 0• 0 • Y CO , 'h• RS Crystal,I4:Kiel; Clerk COLLIE' CO i 'TY,FLO / ,,,, By:, „,,, " v,t'`i ... �...—.4 I C - By .00. )-: s' ,;4 cv I Andy Solis,Chairman Dated: it a " DI Ates ►UChairman's e C'1 Agnoli Barber& Brundage atti By:Z1-7,-...7--p-.1)1(),h-e«.,-- First Signature it(/r) CreCt-7&Y1 Dominick J.Amico, President tType/print signature and titlet 1`Type/print witness namet -1--- . � 2-. Second Witness —�� v i Ise tType/print"witness namet • •prov-•, . to Form an. Legality: / • /ill / ' 'Id I / 'olleen w. Greene Assistant County Attorney Item# Lot v Agenda ity.-�2,1$ Date �� Date 11„��a Reed eputy Cler s ` .+` Change Order 1 Agnoli Barber&Brundage 111118 oacocA SSESPAGNOLI LICICICIOLT1 SIESLIDARBER & , annu004-, SIESSINDRUNDAGE, INC Professional Engineers,Planners&Surveyors .74ott Trail 91rd..Suitt ZOO.Ninies,FL 34102 Ph.(2391 59'3111 Fan.4219/566-1203 August 31,2018 Via email to David.Berra@colliercoantyll.gov David Berra,RLA, ISA Project Manager Collier County Parks&Recreation 15000 Livingston Road Naples,FL 34109 Re: North Collier Regional Park Artificial Field Turf Design Additional Work Collier County Contract 17-7182 ABB PN 17-0159 Dear Mr. Berra: At your request, Agnoli, Barber & Brundage, Inc. is pleased to submit this proposal to render professional services for engineering consulting services on the above-referenced project. Agnoli, Barber & Brundage, Inc., hereinafter referred to as ABB, proposes to provide Collier County the professional services outlined in Exhibit "A" attached. This proposal is under the Terms and Conditions of Collier County Contract 17-7182,North Collier Regional Park Artificial Turf Design. Since the basis of the contract is time and materials,a copy of our current Schedule B Rate Schedule is also included. Work shall be complete within three hundred sixty-five(365) days from the date of the Notice to Proceed. We hope that this proposal satisfactorily responds to your request. Should you have any questions, please feel free to contact me by telephone or email(amico@abbinc.com). Sincerely, AGNOLI,BARBER&BRUNDAGE, INC. ritentiAtith A',liar' Dominick Amico,Jr.,P.E. President DJA/drr Attachments 1,2 1017\17-0159 North Collar%pianos!Park Artificial Tarr Denan,Correspondcancs Proposal3Additioaal WorkuPtaposal for Additional Work REV$31 16 docz Page I of 3 1 6 D 1 8 Exhibit"A" AGNOLI,BARBER& BRUNDAGE,INC. North Collier Regional Park Artificial Turf Design Additional Work FEE PROPOSAL-Time and Materials Tasks COLLIER COUNTY CONTRACT 17-7182 August 31,2018 The scope of services for this additional work request is driven by a construction scope change requested by Client and a change in construction contract time necessitating additional Construction Administration services. Client's initial direction was to design all four fields to FIFA standards. This work was completed,bid and recommended for award. Upon consideration of the project's budget,it was determined by Client that two of the four fields would be redesigned to a standard more in keeping with a park play field,reducing the professional field characteristics of a FIFA certified design. Additional work items 6.0 and 7.0 in the attached matrix are requested to account for this additional effort. The original construction contract time for this work was two months. During the bid process for this construction contract,it was determined by Client that the construction time could be extended by one month. Scope item 8.0 represents efforts to extend the Construction Administration by one-third from that originally proposed. Activities to Include: 6.00 Project Management 7.00 Re-Design Fields 7 and 8: 7.01 Subconsultant Design Fee 7.02 Review meetings/progress meetings 8.00 Construction Administration: 8.01 Additional Shop Drawing Review 8.02 Field Review of Work 8.03 Weekly Progress Reports 8.04 Pay Request Review Estimated Man Hours: Cateeory noun Bak Tidal Principal 82 $ 206 S 16,892 T/M Engineer 33 $ 123 $ 4,059 T/M Senior Inspector 5.6 $ 96 S 5,376 T/M 171 $26,327 Subconsultant Design Fee $ 9,180 Sub-Consultant Markup(5%) $ 459 Total Estimated Budget: $35,966 T/M T/M= Time and Materials. Billings will be based on actual time and materials expended in accordance with our rate schedule. Budgets given are an approximate amount and will not exceed without prior authorization. Billings will be made on a percent of budget basis. Estimating Note: The boars and rates given above are provided for estimating purposes only. Actual time and materials may vary based on conditions encountered and the qualified personnel available at the time services need to be rendered. Page 2 of 3 U11.1.11 SCHEDULE B—ATTACHMENT1 CONSULTANT'S NOISILY RATESCHEDULE PancOli $206.00 Sado*Paten $172.00 Reject Vetere $14700 a.dar tragrear $1$7A0 Enonear SWAG Seger hopiater IMO Mr•oror Ikon*Plw $130.00 Rolm 1110.00 defier 0 ar $11400 posiow $54.50 MAO Sado agoitmorastelt/ediest $13400 adiesisfiereaVe $$3Oo Sorter tiolsmesictedoltit 1115.00 Matlne illokoillittodomilieloplat $110.00 brier Min lisketrifitalse $135.00 Sues $13050 Owitailimets $72.00 5arorT.dalfrol,a $!$00 T $72.50 end Nipper $12000 GADO T5dr4daa $01,00 Strew Craw•3awn $130.00 Sumer Cow-310.5 1151.00 &aay Ow.4 w $115.00 Boras MOW* $114.00 Stirel x SIVA J The above hourly rates are applicable to Time and Mask task(s)only. The above list may not be all inclusive. hourly ratesfor The apersonnel may be added v s an A11'he*Ment upon mutual agreement In advance and ki*Mktg l by the [J Fund`d: hove hoary n are for purposes of providing as mala(a).as required by the r agency hie 13032 PM ft*t coos$AsposevatAmt 9517010 Vw-1 K:1017117-0154 North Collier Ragiozrel Paris Artificial Turf TroposeAdditional Worl4Proposal For Additional Work REV 8.31-I8.docx Page 3 of 3 5 •: