Loading...
Agenda 01/12/2021 Item #16A31 (Change Order 3R3 to #18-7322)01/12/2021 EXECUTIVE SUMMARY Recommendation to approve unilateral Change Order 3R.3 to Agreement No. 18-7322, “West Goodlette Frank Road Area Joint Stormwater-Sewer Project” with WPM-Southern, LLC in the amount of $374,149.77 utilizing the project’s available contingencies funding. (Project 60142) OBJECTIVE: To allow the Contractor to invoice for County authorized necessary modifications to the material quantities involved in completing construction of the stormwater and roadway components of the West Goodlette-Frank Road Area Joint Stormwater-Sewer Project. CONSIDERATIONS: On July 10, 2018, (agenda item 11.G) the Board approved a tri-party agreement with the City of Naples and WPM-Southern, LLC for construction of the West Goodlette-Frank Road Area Joint Stormwater-Sewer Project. On July 20, 2020, staff administratively approved Change Order #1 to utilize existing funding with the agreement’s Contingencies for necessary additional work and material quantity changes to address differences between the construction plans and conditions encountered during construction. There was no dollar amount change in the contract as the funding for these changes was available in the existing Contingencies in an amount of $69,790.13. On October 29, 2020, staff administratively approved Change Order #2 to add seventy-six (76) days to the contract to address work interruptions or expansions encountered by the Contractor over the course of the work due to unexpected utilities conflicts, rework due to correction of discrepancies in th e design plans, weather delays and pandemic related quarantines of work crews. There was no dollar amount change in the contract with Change Order #2. In August 2020 the Project’s engineering design consultant began providing information to staff to show the extent of a discrepancy in the Project’s bidding quantities for road building materials necessary to complete the reconstruction of the streets within the Project area. The quantities for stabilized subgrade, limerock base material and asphalt had been underestimated in the original bid. In order to keep the project advancing towards completion a change order would be necessary to increase the material quantities. As a part of the change order the design consultant also identified needed quantities changes in stormwater components that overall had a cost reduction impact by several line item reductions. Discussions with the Contractor extended into October so that by late October 2020 a proposed Change Order #3 was ready for the Contractor’s signature. The Contractor refused to sign the change order and insists that they should be allowed to renegotiate an increased unit pricing for three road construction items (stabilized subgrade, limerock base, and asphalt). Staff did previously extend to the Contractor the courtesy of discussing Section 11.1 of the General Bid information’s discretionary opportunity to re-negotiate unit prices where the actual quantities exceed more than 25% from the estimate at the time of bid. There is no right or duty to re-negotiate such unit prices, and when the Contractor did not offer any support to justify an increase in unit prices (generally an increase in volume of materials results in a greater profit for the Contractor) staff notified the Contractor that it was withdrawing its interest in exercising the discretion to re-negotiate. Staff’s position is also supported by an analysis of recent bids on FDOT and County projects suggesting that the original bid unit prices were still appropriate. Since this is a tri-party agreement with the City, any change in unit prices would likewise need to be agreed upon by the City. Change Order #3R.3 includes twenty -two (22) additional days to be added into the contract due to unexpected utilities conflicts, rework due to correction of discrepancies in the design plans, and weather delays 16.A.31 Packet Pg. 1152 01/12/2021 With current in-place road building materials at or exceeding the original bid quantities, the Contractor halted further road reconstruction work where new road building materials had to be purchased. On November 13, 2020, the County’s project manager issued Work Directive #13R for the Contractor to resume road reconstruction work in accordance with the contract documents and bid plans. Exhibit H: General Terms and Conditions Paragraph 10.3 of the Agreement states the following: “If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner.” Accordingly, staff is seeking Board approval of this unilateral Change Order #3R.3 to allow the Contractor to invoice for the changes specified in Change Order #3R.3, which is co nsistent with staff’s Work Directive directing the Contractor to continue to provide work and materials, so as to avoid additional construction delays and negate the Contractor from contending that its delay in performing is a result of the County not paying for materials/work that the County directed be provided, and which is accompanied by the proper substantiating documentation of work completed and materials installed. FISCAL IMPACT: This change will not result in a cost increase to Agreement No. 18 -7322. The funding amount of $374,149.77, as identified in Change Order #3R.3, is available within Project 60142 existing contingencies funding. Sources of funding for this project include General Fund transfers, Unincorporated General Fund transfers and a South Florida Water Management District grant. GROWTH MANAGEMENT IMPACT: There is no growth impact associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve unilateral Change Order #3R.3 to Agreement No. 18-7322 with WPM-Southern, LLC utilizing available contingencies funding within the Project to adjust quantities of materials needed to complete construction of the Project, which is consistent with Staff’s Work Directive to the Contractor, and authorize the Chair to sign the attached Change Order #3R.3 in the amount of $374,149.77. Prepared By: Robert Wiley, Principal Project Manager, Stormwater Management Section, Capital Project Planning, Impact Fees and Program Management Division ATTACHMENT(S) 1. Change Order 3R3 (PDF) 2. CO#3R.3 - QGM Spreadsheet for Quantity Adjustments (20201215) (PDF) 16.A.31 Packet Pg. 1153 01/12/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.31 Doc ID: 14560 Item Summary: Recommendation to approve unilateral Change Order 3R.3 to Agreement No. 18- 7322, “West Goodlette Frank Road Area Joint Stormwater-Sewer Project” with WPM-Southern, LLC in the amount of $374,149.77 utilizing the project’s available contingencies funding. (Project 60142.3) Meeting Date: 01/12/2021 Prepared by: Title: Project Manager, Principal – Capital Project Planning, Impact Fees, and Program Management Name: Robert Wiley 12/29/2020 1:53 PM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 12/29/2020 1:53 PM Approved By: Review: Growth Management Department Lisa Abatemarco Additional Reviewer Completed 12/29/2020 2:00 PM Growth Management Department Lisa Taylor Additional Reviewer Completed 12/29/2020 2:00 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 12/29/2020 2:26 PM Procurement Services Ana Reynoso Level 1 Purchasing Gatekeeper Completed 12/29/2020 4:37 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 12/30/2020 7:41 AM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 12/30/2020 8:46 AM Growth Management Department Jeanne Marcella Level 1 Reviewer Completed 12/30/2020 9:49 AM Growth Management Department Jeanne Marcella Department Head Review Completed 12/30/2020 9:52 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 12/30/2020 11:29 AM Grants Valerie Fleming Level 2 Grants Review Completed 12/30/2020 2:10 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 12/31/2020 8:16 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 12/31/2020 9:04 AM Grants Therese Stanley Additional Reviewer Completed 01/04/2021 9:59 AM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 01/04/2021 11:16 AM County Manager's Office Dan Rodriguez Level 4 County Manager Review Completed 01/04/2021 11:40 AM Board of County Commissioners MaryJo Brock Meeting Pending 01/12/2021 9:00 AM 16.A.31 Packet Pg. 1154 Procurement Services Change Order Form 181 Contract Modification 0 Work Order Modification □Amendment C 7"1 Change #: I / � Project#: I ., ontract #: I .. I Purchase Order#: I ., I 60142.3 18-7322 3R.3 4500192501 C ontractor/Firm Name: I WPM-Southern, LLC , I Contract/Project: West Goodlette-Frank Road Area Joint Stormwater-Sewer Project p roject Manager Name:I Robert Wiley I Division Name: Capital Project Planning, Impact Fees and Program Manaoement Original Contract/Work Order Amount $ 6,715,239.00 ' 7-10-18; 11.G Original BCC Approval Date: Agenda Item # Current BCC Approved Amount $ 6,715,239.00 ...Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 6,715,239.00 SAP Contract Expiration Date {Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total I $ 6,715,239.00 I 0.00% Change from Current BCC Approved Amount Cumulative Changes I $0.00 I 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change and Rationale for the Change . I Notice to Proceed! 11-26-18 ,,,-I Original 111-25-20 'I Last Approved I 02-09-21 ...... , Revised Date I 3-3-21Date ::· ======::::==::· Completion Date .... ____ _._ Date .... ____ _._ (Includes this change) . 1 # of Days Added I 22 7 I Select Tasks O Add new task(s) 0 Delete task(s) 0 Change task(s) 181 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.This Change Order #3R.3 addresses changes incurred during construction for: [see the attached spreadsheet from the engineering design firm, Q. Grady Minor] •increases the quantity of concrete, asphalt, and brick paver driveway restorations, •decreases the quantity of decorative concrete driveway restorations, •increases the quantity of road restoration stabilized subgrade, limerock base, and asphalt, •increases the quantity of 15" perforated high density polyethylene pipe {HOPE), •returns the quantity of 24" perforated HOPE back to the original amount, •increases the quantity of 18" HOPE pipe, •decreases the quantity of 24" and 36" HOPE pipe, •decreases the quantity of 18", 24", 30" and 36" reinforced concrete pipe {RCP), •decreases the quantity of Type C and Type E ditch bottom inlets, •increases the quantity of lnline Yard Drains and Type X Yard Drains, •decreases the quantity of J-Bottom inlet structures, •decreases the number of connections to existing stormwater structures, and •decreases the number of connections of existing storm pipe to new stormwater structures. •Adds twenty-two (22) days to the contract time / This Change Order #3R.3 is to authorize the use of existing Contingencies funding in the amount of $374,149.77 that is available within the contract for this work. Change Order #3R.3 also adds 22 days to the contract time to account for weather delays and additional unanticipated conditions and infrastructure conflicts discovered during construction. 2.This Change Order #3R.3 is necessitated by changed conditions encountered by the Contractor that were not reflected in the construction plans available at the time of the original contract, and by discrepancies discovered between the plans and the bid form. 3.If this Change Order #3R.3 is not processed the increases to quantities will not be available for the contractor to bill against as construction work progresses, and the work will not be completed within the allotted contract time. Prepared by: -�����.L:'j���:_------=----------------­Robert Wiley, Principal oject Manager, Stormwater Mgmt. Section Capital Project Plan · g, Impact Fees and Program Management Division Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) Date: 12-15-20 PROCUREMENT USE ONLY Admin BCC BCC ES Rpt 16.A.31.a Packet Pg. 1155 Attachment: Change Order 3R3 (14560 : Change Order #3R.3 with WPM-Southern, LLC for West Goodlette Frank Joint Project) Approved by: ____ (} __ IJ/J_II.....,..," A-�.__ _____________________ _Amy P�onoirector Capital Project Planning, Impact Fees nd Program Management Division Thaddeus Cohen, Department Head Growth Management Department Date: Id /18 /4oo2 o Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract/ work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor I Vendor/ Consultant/ Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by:-------------------------------­William Leoni, WPM-Sou Just' Frederiksen, Vice President Q.ady Minor and Associates, P.A. Approved by: Schneebe r ge r S a ra (Procurement Professional) ATTEST CRYSTAL K. KINZEL, CLERK BY: ______ _ Approved as to form and legality Scott R. Teach, D�ruty County Attorney Digitally signed by SchneebergerSara Date: 2020.12.23 12:02:31 -05'00' Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) Date: ______ _ Date: ______ _ Date: ______ _ PROCUREMENT USE ONLY Admin ace Rpt BCC ES Board of County Commissioners Collier County, Florida By: _______________________ , Chairman 16.A.31.a Packet Pg. 1156 Attachment: Change Order 3R3 (14560 : Change Order #3R.3 with WPM-Southern, LLC for West Goodlette Frank Joint Project) West Goodlette-Frank Road / Gulf Acres and Rosemary Heights Area Joint Stormwater Sewer Improvements Project CC Project No.: 60142.2 Change Order No. 3R.3 Q. Grady Minor & Associates, P.A. 3800 Via Del Ray Bonita Springs, FL 34134 ITEM NO.DESCRIPTION ORIGINAL BID QUANTITY UPDATED BID QUANTITY (CO#1) UNIT UNIT PRICE CURRENT CONTRACT AMOUNT (thru CO#1) REVISED BID QUANTITY (CO#3) REVISED AMOUNT DEVIATION FROM BID or UPDATED QTY. ADJUSTMENT AMOUNT for CO#3 REASON FOR QUANTITY INCREASE/DECREASE Percent Difference from Original to CO#3R.3 Red Text Identifies Updated Quantities in CO#1 Section 1 Unit Prices Reflect the 50/50 Cost Split Red Cells are Increases and Blue Cells are Reductions 1.5 Remove, Dispose, and Replace Driveway a.Concrete 6,600 SY $26.00 $171,600.00 8,000 $208,000.00 1,400 $36,400.00 Quantity adjustment by design consultant 21% b.Decorative Concrete 1,000 SY $49.50 $49,500.00 350 $17,325.00 (650)($32,175.00)Quantity adjustment by design consultant -65% c.Asphalt 1,200 1,666.67 SY $39.00 $65,000.13 5,820 $226,980.00 4,153.33 $161,979.87 Quantity adjustment by design consultant 385% d.Brick Pavers 1,600 SY $46.50 $74,400.00 1,610 $74,865.00 10 $465.00 Quantity adjustment by design consultant 1% 1.7 Road Restoration - Stabilized Subgrade 35,000 SY $3.50 $122,500.00 53,583 $187,540.50 18,583 $65,040.50 Quantity adjustment by design consultant 53% 1.8 Road Restoration - Limerock Base (6-inch Limerock Base)30,000 SY $5.775 $173,250.00 45,096 $260,429.40 15,096 $87,179.40 Quantity adjustment by design consultant 50% 1.9 Road Restoration - 2-1/2" Asphalt (Two Lifts)29,000 SY $7.00 $203,000.00 41,380 $289,660.00 12,380 $86,660.00 Quantity adjustment by design consultant 43% Section 1 Cost Adjustments for CO#3 $405,549.77 4.1 15-inch Perforated HDPE Pipe 2,750 4,900 LF $61.00 $298,900.00 5,950 362,950.00 1,050 $64,050.00 Quantity adjustment by design consultant 116% 4.3 24-inch Perforated HDPE Pipe 3,500 3,200 LF $78.00 $249,600.00 3,500 273,000.00 300 $23,400.00 Quantity adjustment by design consultant 0% 4.4 HDPE Pipe b.18-inch 1,000 750 LF $68.00 $51,000.00 780 53,040.00 30 $2,040.00 -22% c.24-inch 3,000 LF $80.00 $240,000.00 2,550 204,000.00 (450)($36,000.00)Quantity adjustment by design consultant -15% e.36-inch 800 1,050 LF $102.00 $107,100.00 980 99,960.00 (70)($7,140.00)Quantity adjustment by design consultant 23% 4.5 RCP b.18-inch 400 250 LF $75.00 $18,750.00 200 15,000.00 (50)($3,750.00)Quantity adjustment by design consultant -50% c.24-inch 750 LF $88.00 $66,000.00 600 52,800.00 (150)($13,200.00)Quantity adjustment by design consultant -20% d.30-inch 450 LF $105.00 $47,250.00 200 21,000.00 (250)($26,250.00)Quantity adjustment by design consultant -56% e.36-inch 500 400 LF $125.00 $50,000.00 350 43,750.00 (50)($6,250.00)Quantity adjustment by design consultant -30% 4.7 Catch Basins a.Ditch Bottom Inlet Type C 146 EA $2,100.00 $306,600.00 131 275,100.00 (15)($31,500.00)Quantity adjustment by design consultant -10% b.Ditch Bottom Inlet Type E 32 EA $3,500.00 $112,000.00 28 98,000.00 (4)($14,000.00)Quantity adjustment by design consultant -13% 4.10 Inline Yard Drain (LD)196 EA $1,200.00 $235,200.00 198 237,600.00 2 $2,400.00 Quantity adjustment by design consultant 1% 4.11 Type X Yard Drain (YD)72 EA $1,600.00 $115,200.00 95 152,000.00 23 $36,800.00 Quantity adjustment by design consultant 32% 4.13 J-Bottom a.5'x 5' Modified Top 12 EA $3,800.00 $45,600.00 9 34,200.00 (3)($11,400.00)Quantity adjustment by design consultant -25% 4.14 Connection to Existing Storm Structure 4 EA $2,800.00 $11,200.00 2 5,600.00 (2)($5,600.00)Quantity adjustment by design consultant -50% 4.15 Connection of Existing Storm Pipe to New Storm Structure 4 EA $2,500.00 $10,000.00 2 5,000.00 (2)($5,000.00)Quantity adjustment by design consultant -50% Section 4 Cost Adjustments for CO#3 ($31,400.00) Amount Needed from Collier County Contingencies $374,149.77 $374,149.77 Collier County Stormwater Contingencies Calculations CO#1 CO#2 CO#3 Available Contract Contingencies $519,562.00 $449,771.87 $449,771.87 CO Draw $69,790.13 $0.00 $374,149.77 Remaining Contingencies $449,771.87 $449,771.87 $75,622.10 SECTION 1: GENERAL (CITY OF NAPLES/COLLIER COUNTY) SECTION 4: STORMWATER SYSTEM (COLLIER COUNTY) Total CO#3 Draw from Contingencies Due to Adjustments to Quantities 16.A.31.b Packet Pg. 1157 Attachment: CO#3R.3 - QGM Spreadsheet for Quantity Adjustments (20201215) (14560 : Change Order