Loading...
Agenda 02/09/2016 Item #16E 6 2/9/2016 16.E.6. EXECUTIVE SUMMARY (u-\ Recommendation to approve the administrative reports prepared by the Procurement Services Division for modifications to work orders, change orders, surplus property and other items as identified. OBJECTIVE: To promote accountability and provide transparency to the public and gain the Board's approval/ratification for various procurement-related transactions. CONSIDERATIONS: In accordance with the Board's Procurement Ordinance 2013-69 as amended by 2015-37 and the Procurement Manual(Section 19 Procedures),the Procurement Services Division produces a regular Administrative Report which provides for Board approval of the following transactions: • Administratively approved work order modifications and/or contract change orders/Amendments that do not exceed ten(10%)of the current Board approved aggregate amount; • Modifications to the current Board approved performance schedule(number of days); • Surplus disposal and revenue disbursement;and, • Other items as determined by the County Manager or designee. The attached reports cover the period of December 16,2015—January 20,2016. FISCAL IMPACT: The net total for 9 changes to contracts is $15,232.00. The total number of days added to contracts is 593. No revenue was received for the disposal of surplus items. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney,is approved as to form and legality,and requires majority vote for approval. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: That the Board of County Commissioners ratifies/approves work order modifications, change orders and/or Contract Amendments ; surplus disposal and revenue disbursement;and other items as determined by the County Manager or designee in accordance with Procurement Ordinance 2013-69 as amended by 2015-37. PREPARED BY: Diana De Leon,CPPB,Contracts Technician,Procurement Services Division ATTACHMENTS: Change Order Report Change Orders(backup) Surplus Disposal and Revenue Report Packet Page-650- 2/9/2016 16.E.6. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.6. Item Summary: Recommendation to approve the administrative reports prepared by the Procurement Services Division for modifications to work orders, change orders, surplus property and other items as identified. Meeting Date: 2/9/2016 Prepared By Name: DeLeonDiana Title: Contracts Technician,Procurement Services 1/26/2016 1:45:46 PM Submitted by Title: Contracts Technician,Procurement Services Name: DeLeonDiana 1/26/2016 1:45:47 PM Approved By Name: pochopinpat Title: Operations Coordinator,Administrative Services Department Date: 1/26/2016 2:23:34 PM Name: MarkiewiczJoanne Title: Division Director-Procurement Services,Procurement Services Date: 1/27/2016 6:55:38 AM Name: PriceLen Title: Department Head-Administrative Svc,Administrative Services Department Date: 1/27/2016 12:37:31 PM Name: WellsLaura Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 1/27/2016 1:48:20 PM Packet Page-651- 2/9/2016 16.E.6. Name:KlatzkowJeff Title: County Attorney, Date: 1/28/2016 4:22:18 PM Name: CasalanguidaNick Title:Deputy County Manager, County Managers Office Date: 1/31/2016 12:25:45 PM Packet Page -652- 2/9/2016 16.E.6. a CO w 0 d ;(0 0) d p = N C 0 0 0 0 0 0 R 0 Q O r U a o o _ o m 0 R E o 0 o N of o • U E Q O O - O j N Cl) O N 2 ,1420 '4 E 0 N y 0 ai " m a a) - O O U d w 0 R a) O c 6 m a L a)a m a( R C) y Cl)'0 m I- a C ill 2 O c U O >. N w o E o o N C c w oc C R a f o R o O C L O O O N a O 1p a o O 'B a) U O O T O E `a N O 0 c 2 o r R a 0 0 U Y U a) L N N 7 N O N m w U U W a _ N L N_ O c o 3 `- c T Co N (a o r-. a u C O R O a) 0) co R (D FLU o N i O (0 O E 3 - N O 0)) U c O� C C E O R Q) 2 r N a) C) R C2 O Q .9.. m- a) d u) o) > 9 N E csi o Q" C U EA (H N 2 O R CO (6 C N N LL (0 > m R V* 'D C a) a 'U o- _O a) 0 "- 0) N R p N (°A U Z O w C N a +0 o ON N a U C R V C U .` O (a a Oa C O O O O R Q C O O o fl L es;M U T O O L O E O O O N N 0 Q 6-, a 69 EA t° U N 63 5)0 O) E O N 49. 08 (A .S 5S O rn C R p O .. N ') .R RE a) _ c O n O N O L o CO c l0 a= ,C co F. N O o w o CO 2 'c r -o )n o• c u o as 0 N N ° N N co N.. 0 M .• iL. E v O) c N 7 Q Q N 0) N ._. •a: _c :_71 c4 CS o N N V l 0 0 C to H R 0) D 0 (A N a_ -°- a (9 E• H fA 0 0 L o o c F-2 a ] C a 0 R o 0 C a O E w ro E C c 'm a)O W R) C 3 U C_ o O O C O O a te N w ` 2 O c00 V ""' N p°) E (oD .2 • ) O F Q E (o 'N N 0) O In C N M p 0 O Q N 0 0) EO () N 72 V U a V W U i» 2 3 (» 3 c` o 4 6-, O c R (n a) ° N(» °3 w r\ D E rn a) 0 % o c °a) ()) R O U C 0 O j a G 0 01 O 2 ...- M C r co L LL7 .0 C O V) I- _ (O C O M E O O E U V R Q• rn 0 p` 0 co P T! N no- y CD N O C m a E E of m e w o 3 v- 0 w N al m O 0 a Q N a) 0) J D••� N U a 0 0)0 V o so Z Q a p a ° C C Ea C C a) R 3 m 3 0 7 p O -- a) U O E -° U c E Q N E N , a ;� c T d• a C y C L (a N R N L N R M R U 0X E E ▪ U 0) :2 0 = al 0 sEis ° 2 m w `g ° n ( as N a U .2 a s a> u o o a g E 3 N m N a o 0 c o )o C °an r O o a E a)0 o m o . y 0 2 co C co d F -p a F- C N N C 0 j O U C R p O C O N .0 Q A -0 U ha 0 o U• 3 ° 3 j• W c _ En a O U) _ ) E ° V 0 U1 c E T 0 Y L w 0 .2. m N C _ -0 C N U to O T 0.0 R ' 0) C E "00 N O co N N tM U U LR N N C>> U ca rn O O` N m▪ N O N m E O N ° N (a> O E E ° V E C 8 3 Q R O a. W• E C C C a) m V C (a 9 a0 R Y co ° Y R a) w N o() U j 0 I .T. >,.0 0 U In la (n a N T C I o c C - g - O m m Q rn @ N m 0 o R -0 - `m 0 m 3 c o (n C U D. O 132 N 4 0 'p 'O p 4-, 0 D c p 'c o'a E U 0 .c p_ o o _ a) rn 3 N c Z R O Q U L a 0 0) N Q1 a0 .T C N O c _6 N > N t CD C ai a N N 7 U O N a) U R a) O m o 1 a w ` E E (0 N E T L m N O) L m y6 C N a) > U W a7 U a) N W a R O U' O R N 0 co- a) C () O M C_ 7 V) O a N R U N w U) Y E L C co a R N ZZCZ2 R (D x� a c n R at f U � 3k0 2 T c * 0 8. 0 wao a R `O u o)u UoN a) `mr a m _ u) a) m a" Cl) m m co m -pa arnrn a) -° a -8 wom o c Cl) a al C a) W N a) U O o p- -. 'g mm ° N N M M a) H O U) N U O a) = 00- ca U c ' C R ' a') (O R T R R a) c Or U) R (n R R (° 0 R- L R O L O a0 R o a) 0 R 6 0 R p) ',-a- ._ y O L E m V L (n m O E 0) ,-L O aj E O M In L 0 (0 0 O)(D V t -C O C O o co L > 110 (-) 12. U ,- .- U � F- � Q (D �U � H o 0elE- 0) V H S (DE- UU H .3 C1 •- - U � f 0 _c a) ay ai ` ai E ai 0 ai rn ai u (D Cl 0 0) O O to 0) a) so C) C lD 0) T. c0 N <- 0 p- <- C 0 0 `'- C D _ C R c P- R a 8 Z r R \ 0 t 'N 0 \ U L Y 8 0 L U ` Z L O �\ Q O Q U �. N W U C U N W U 0 N w U R N ¢ U U U 0 o a) 3 o ,- - 0L.. O O 0 O U N O c a 3 .o a3i ` 3 N 2 m o m 0 a) Z a Z o a Z m L m NZ > 0 N ; U C M > Cl V > N 0 j D- 0 H O m O E O w O Packet Page -653- 2/9/2016 16.E.6. cow m C > N,0 C 7 G. o ° O ° CO ° .0 ' 0 4 U O m E o '� O 'm o a coo .L.. ��. E E Q o c o c o 0 o w Z o O V j ',- 7 'E N -00 O E w m 0 a) a a% Q ra N« U 0 V c m 0 O a) 0 o Wm "C a 'O F N 0 M m m C fC 0 o 0 a) o U a) o .T. o c m t -O O > O > O a) •c O 0 N r V O °• a) O a a) O N O o (op i O N Q O fn L d 03 -C O 7 U O c 0 .t.. m O a p N a) LE _T L N 00 W C W C E a) �o m E L p a C 2 0 a) U H c E Q ' 0 Q ' 0 m Q ' Q 0 0 ° Q z L0 n z w n 2 2 z V m cE m tl9 O C -° O c°0 0c o a) m 7 m N N ° C a) C a) > 0 C w C w co U a) C N N a> N O C E ci L Q Q �0,. T ° O >. CO O .O a) o -Op N U a p 69 a o 69 C a co ° ui o 462 o N f6a a) N 0 N O a 0 C w-° 0 -O as y L 2 L C a a) C O a C a> N 0 N N N. 2c 2 7 E U E U a) L-42-. E a 0 Q a) E Q E o m o Q Z ] L ] L 9) a -° 7 Q N Z N H pj m a Z - 0 r C ° . UUy� E ac 'v ) a) 0- E E» c I ro E ° E n° m a, w fn a N °" O O 0 0 w 3 0 O O O f0 CO. >O a> 2' C U C C N "O N M a,a- _ U w ` P. O Q co O Q a> -° N. 2 :-= C a 0 = E N Z N .0 to °- a Z E O Q Z N a) N a) csi ca C w U VsA w• E v o $ %1-8 ca U 7,5R E9 c Q Q U Z E 'a E . Q � o °os p 7 N y C I W N N O Ea> c C C O E > E O o o m m m c Q N-: N Q m E Z Z c ! 6 N E 3 z (f) O °-Q a N -a m cr ° p z Q i9 a; CO `, E 2 m w c as a o Q &73 a-Ep ° c C UO as as c a) j > .° a c•a m E r ° 0 C C Y m c E 0.— a n EL L rn aE`7 2 _ aEi 2 s E O 10 L o (.2m La o m L0 E ° m c Z p V p -O W 00 .6 O N c 'lE ~ U E T. "O m c c w L a ai ° E a) o o am cn m E am `0 E it -El o N a b a C C n ° C c 2 Y N O y -p C a) O .9. .N. U C U C ° N O c`6 2 w a N a) a 0 O C 0 C -° N > C -O 2 a> 82.. c°) >` N > U as y p) o To w Y w E C a) .0 C C a) C o m c > o w 0 o m E C .Q .p E ." 'p) ) 'f0 2 'O- o a) N U C X E m a o f a o w a a' a Y 0 a, # 0 C o E F >a O 0 c C a 0 U) C '° w O w C N C -° f0 -o a 0 _rn C C (C 2 C N U N 0 N N a ,U Z co E L a) C O E « 0 U O Y j T 2 a) ° . d c d E m >>-.6 2. E ° @. c ° a y ° K a .5 E , • E m Q 6 .o m Q m d .� 6 N m i CO 5 0 0 R d C7 ° co C - a O - w 'v m - c U c 0 0) _ c0i W ,. ZZ .�. ZZ .E � -0 m % c 0 u) a) ° • 0 lL O a) co O - L O a) 0) O N T M a) O) a) c0 i s p) # C C i 0 C C N 0 (N ° N C N �'U N C >i M C ° O C O V C) N a'CO 5E8 .2 o m ? 4 L ac) o rn in Q .r ac) o v rn Q � = m 0 m a) Q cO ° o � ° > a O O o O Z O u F- m z caw F- = z O - a, H � Z - O a r° 0 o 0 T:27 a o ci a ui a ci o fo mm co c� Co Cg co mw co rno 0 o w 2 rnU iv �3 rnU caoC rnU � L.. 02 c 0 cc O Y vo o )• O m 3 > O ; c m 3 U ; -0 a., t 0 U 0 0 O a) E c U U 0 0 a 'CD N E o y c U ) o m d Z CO > a'o . co a o)> 0.o L >O w c O w c O O 2 k- Packet Page -654- 2/9/2016 16.E.6. ftle, Capital Project Planning,Impact Fees Growth Management Department and Program Management Division December 16,2015 CB&I Coastal Planning&Engineering,Inc. 2481 NW Boca Raton Blvd. Boca Raton,FL,33431 RE: Zero Dollar Contract Change Notification# 14-6228 15-Year Per t Application(Beach Analysis) Project#195-80165 V Work Order/Purchase Order#45-151711 V Dear Thomas Pierro,P.E.: By copy of this letter,the above referenced work order is being issued a zero dollar($0.00)change as indicated below: ✓ The above referenced work order time is hereby extended by 107 calendar days. The previously approved number of project completion days was 535. The new final completion date shall be on or before April 16, 2016.Note:Time extensions cannot exceed 20% By extending this work order, the County is not relieving your firm of its obligations to perform work in a timely and satisfactory manner or any consequences resulting from failing to do so. Collier County hereby reserves all legal rights, including, but not limited to, rights to terminate, suspend or elect any other appropriate course(s)of action should circumstances warrant with regard to the referenced work order. EAdditional Staffing Categories Professional Position(s) Hourly Rate(s) []Draw against Allowance(specify allowance item and identify specific items and quantities) QOther:Specify(minor adjustments/clarifications to scope,existing task allocation and quantity adjustments,re-allocation of dollar amounts between existing tasks andlor clarification of existing tasks) Sincerely, (See Attached Signature Page) Packet Page -655- 2/9/2016 16.E.6. 9 Prepared by: ,.��.■�' �� Date: lZ,/'6. } Clint L.Perryman,CC's,Project Manager Coastal Zone Management,GMD Accepted by: 8 ,11,/t ( Ti Date: J?/I77Voij" Thomas Pietro,P.E.,Director CB&I Coastal Planting,&Engineering,Inc. Approved by: 1; ' I,j t /5,-44, • .F,� onager Coastal Zone Management,GMD W se 3ate: 1,i l ij.1� I A PPro ved by: # Amy<Patters ,Director {,, lit,- ,I tal P David Wiikison,Department Head C Managernerit De cn=a da m no rth ru p @collie r /17). gov.net t_..m . �., Date.b 3` 00'05-14:16:48 2015.12.18 i �A pFO Yed •Adam Northrup,Procur,em,.e-n�t Strategi_ st Purchasing Department i -.---] i i i i Packet Page-656- 2/9/2016 16.E.6. County Co vr Management D Capital Project Plannirng, Impact Fees& Program Management MEMORANDUM December 17,2015 To: Whom it may Concern From: Clint Perryman, Project Manager,CZM Re Justification for Zero Dollar Change Letter(P.O.45-151711) This professional engineering services contract is currently in the final permitting review processing stage with the governmental regulatory agencies for permits to be issued. The final review process has been slightly delayed due to the consultation and review processing with FWS (Fish & Wildlife Services) regarding the "Biological Opinion." More time is required to complete the review process to finalize the permitting requirements. { ky§ � cowl Za Weragarnent" ;O North HomtvxDrnre.1,1cve PP'i-c 1 :5- "mon/collier nom net Packet Page -657- #� 2/9/2016 16.E.6. Per manClinton From: Lauren Floyd[Lauren.Floyd©cbi-comj Sent: Wednesday, December 16,2015 1:33 PM To: McAlpinGary;,CastilloTara Cc: PerrymanClinton;Thomas Pierro; Tara D Brenner Subject: PO 45-151711 -Change Order Request for Joint Coastal 15-Yr Permit App Hi Gary, We are requesting a Change Order to Pa 45-151711 for a 20%time extension.This time is needed in order to obtain the 15 year federal permit for your county-wide beach nourishment project. Thank you, Lauren Lauren Floyd Senior Marine Biologist l Coastal&Maritime Services Environmental&Sustainability (561)391-8102 office (561)361-3184 direct (954)551-2594 cell (561)391-9116 fax lauren.flavrlCa�CBl.corn C6&I 2481 NW Boca Raton Blvd, Boca Raton,FL 33431 United States www CBI corn Grew) Grose zois , This e-mail and any attached files may contain CB&I(or its affiliates)confidential and privileged information This information is protected by law and/or agreements between.CBd1(or its affiliates)and either you,your employer or any contract provider with which you or your employer are associated If you are not intended recipient,please contact the sender by reply e-mail and delete all copies of this e-mail;further.you are notified,that disclosing,copying,distributing or taking any action in reliance on the contents of this information is strictly prohibited. , ,.r , • �•r Packet Page-658- - 2/9/2016 16.E.6. �a J 'VI APPROVED BY: ° '4'" • 74 1 2 1 4 -/ -. Gerald N Kurtz PE,Principal Project Manager Date Capital Project Planning,Impact Fees&Program Mgmt Division 'FV PaC4I - APPROVED BY: E✓ rm Amy Pattersob/Division Director Date Capital Project Planning,Impact Fees&Program Mgmt Division ti ° +N` / s / ?"--, i /*/ / APPROVE '" `i11/'7 t` David S.Wiikisoon Date Department Head Growth Management Department x • I C APPROVED BY s l (-4' t 72 ft; Evei�+n Colon,Procurement Strategist Date Purchasing Division Revised:10/2812014 (Divisions who may require additional signatures may include on separate sheet) . PROCUREMENT usr:ONLY j Adman 1 RUT arx 6S Packet Page -659- 2/9/2016 16.E.6. d Work Order Justification Project 51101 — LASIP/CountyBarn, WingSouth, Closeout — Design Services Consultant — ABB Request: With this change order #3 we are requesting to add 450 days to the contract (specifically to the "Closeout" Task of the contract work) to allow Closeout work to be the last task performed. Wing South, County Barn, and Permit closeout design were all contracted together under contract #11-5751 . Each has a separate NTP. The start of construction of Wingsouth was delayed so that it could qualify for a grant from the SFWMD during fiscal year 2016. The grant was approved. The change associated with this document is for "Closeout" of the entire LASIP program & associated permits, which cannot take place until after all construction is completed. Therefore the time extension for Closeout must go sufficiently beyond the final construction project, which is Wingsouth. Shane Cox, P.E. Sr Project Manager f Packet Page -660- 2/9/2016 16.E.6. 1 cp %% r Count GROWTH MANAGEMENT DEPARTMENT TRANSPORTATION ENGINEERING DIVISION • 12/10/2015 Mr. David Torres Coastal Concrete Products LLC,a.b.a.Coastal Site Development 7742 Alico Road,Fort Myers,FL 33912 RE: Zero Dollar Contract Change Notification,Change#2 LAP 15-6383 GGC Sidewalks along 20th CT SW,46th Terr.SW and 480 Street SW Project#33363,LAP#429900-1-58-01 Purchase Order#4500161202 Dear Mr.Torres By copy of this letter,the above referenced contract is being issued a zero dollar($0.00)change as indicated below: The above referenced contract time is hereby extended by 12 calendar days The previo total number of project completion days was 128. The previous final compietion date was 02/0512016 The newibstantlal completion date shall be 0111812016. The new final completion date shall be on or before 02117/2016. Note. lime extensions are subiect to the Board's P *Cur.4 e t Ordinan e Section 19.C 1 --S. For s p ecific .rejects,time extensions require administrative Board approvals for fixed term or blanket commodity and service contracts, time extensions do not require administrative Board approval. By extending this contract, the County is not relieving your firm of its obligations to perform work in a timely and satisfactory manner or any consequences resulting from failing to do so.Collier County hereby reserves all legal rights, including, but not limited to, rights to terminate, suspend or elect any other appropriate course(s) of action should circumstances warrant with regard to the referenced contract. [Additional Staffing Categories. Name Professional Position(s) Associated Hourly Rate(s):Hourly Rate(s) ©Draw against Allowance(specify allowance item and identify specific items and quantities) (Other: Specify(minor adjustment lantiicatiops to scope,existing task allocation and quantity adjustments,re- , allocation of dollar amounts between e ' firs s` nd/or larlfication of existing tasks) Accepted by: _ Date. 1 1 } w , *anager;Coastal Concrete Produc Approved by 4`•„ ° - / „^.,.v--c.--`...-,_— Date. t.rte' 1 � ,1 J; es Zuvi r, enior Field Inspector/PM,T. E. Divisi*n Approved by `f M -- r -1---' Date: /2 /57/5-- Ste.^'e Ritter.Rr _Censtructic,-Mgr,T,E. Division Approved by: ,,.,e- .r.,�-�..__., Date ^' // `~,/°:- ./ Jay Ahmaa P. F.,Division Director,T E Division t • Packet Page -661- �. 1 � , 2/9/2016 16.E.6. wr 1. f"‘,./ . At Approwec` . A Date: iv. David S.Wilkison, Department Head,Growth Management Dept. Evelyn Col -rocur went, trategist, Procurement Services D.vision Approval: �! Date: C: Robin Sheley, Clerk of Courts Finance Barbara LaPierre, Management/Budget Analyst 1 Karen Obernath, Grants Coordinator Charles Reed II,E. I. Lap Project Manager,FDOT I li Il i 4 Packet Page -662-_ ..._ 2/9/2016 16.E.6. I From: Reed,Charles R.[Charles.Reed @dot.state.fl.us] Sent: Monday,December 14,2015 8:03 AM To: Zuverlames Cc: Lofton,James;Martin,Jim;Rumberger,Wilson;CastilloTara;BastienPamela Subject: RE:429900-1 Collier County/Golden Gate Sidewalks-Proposed Contract Change Notification#2(APPROVED) Attachments: 429900-1 Contract Change Notification#2(draft) .pdf Good Morning James, Change Notification#2 is APPROVED. Please keep this email approval on file and upload the executed change order in LAPIT once you have it. Thanks, Charles R. Reedll, Ti. LAP Project Manager Asset Engineering—FDOT 801 N.Broadway Ave.,MS 1-50,Bartow,FL,338301 Tel:(863)519-29071 Fax:(863)519-27751 Cell:(813)340-20661 Email:chiliesseedAdot.state.flus 1 LAP Website:FDOT Local Agency Program- This electronic mall communication may contain privileged,confidential,and/or proprietary information which is the property of either The Asset Engineering Corporation or one of its affiliates. If you am not the intended recipient or an authorized agent of the intended recipient please delete this communication and notify the sender that you have received it in error. IL. From:Zuverlames[mailtoJamesZuver @colliergov.net) Sent:Monday, December 14,2015 7:22 AM To:Reed,Charles R. Cc:Lofton,James;Martin,Jim;Rumberger,Wilson Subject:RE:429900-1 Collier County/Golden Gate Sidewalks-Proposed Contract Change Notification#2 Charles, Attached is the draft Zero Dollar Change: lames Zuver Field Inspector,Senior Transportation Engineering Department Growth Management Division 239-252-5794 239 253-1999 cell From: Reed, Charles R. [mailto:Charles.Reed( dot.stateM.us] Sent:Thursday, December 10, 2015 10:11 AM To: Zuver3ames �-. Cc: Lofton,James; Martin,Jim; Rumberger,Wilson Subject: RE:429900-1 Collier County/Golden Gate Sidewalks- Proposed Contract Change Notification #2 Packet Page -663- 2/9/2016 16.E.6. ZuverJames From: Maritza Aguiar[maguiar @coastalconcreteprod.comj Sent: Wednesday, December 09, 2015 7:38 AM To: Vee Lofton Cc: ZuverJames; RitterSteve; Greg A. Trokey; Jennifer Chrovian; Joshua Hildebrand Subject: Re: Golden Gate City Sidewalk Projects Proposed Holiday Time Extension Good Morning We agree to the following statement of the proposed dates. Thank you for your assistance. Maritza Aguiar Coastal Concrete Products, LLC dba Coastal Site Development 7742 Alico Road Fort Myers, FL 33912 Office 239.208.4079 Cell 239.404.8705 From:Vee Lofton Sent:Thursday, December 03, 2015 4:56 PM To: David E.Torres; 'David Machado`; Maritza Aguiar Cc:ZuverJames ; RitterSteve; Greg A.Trokey;Jennifer Chrovian; Joshua Hildebrand Subject:Golden Gate City Sidewalk Projects Proposed Holiday Time Extension David T.,David M., After further discussions with Johnson Engingerng,Collier County and Coastal we have agreed to grant Holiday time in conformance with FDOT procedures. p/ As you are aware there a several issues out of Coastal's control due to Holiday impacts directly affecting controlling work items,material suppliers,industry shut down due to Holidays and home owners being off during this time needing to access their turnouts. I have recommended granting one day for Veteran's day 11/11/2015, two days for Thanks Giving 11/26&27/2015,six days for Christmas break 12/24,25,28,29,30,31,2015,and one day New Years'01/01/2016.Your company is currently working a five day work schedule,so no weekend time would be granted.Proposed days would be 10 total Holidays as described above.These Holidays days were listed in the pre-construction meeting as days Collier County observes time off and the contractor was asked not to work during those Holidays. Please review the proposed days as,I feel this is fair to all parties.Please note if you accept the days proposed no work can be performed at any time,should Coastal work or complaints be called in and found working Coastal will be charged a contract day. Please note Johnson Engineering would not be onsite during this time frame as well if accepted by your office. Please advise Collier County and Johnson Engineering if this agreement will be accepted,if so please begin putting together the applicable back up request and information. eF {{ Packet Page -664- w � .,. Noloommil 2/9/2016 16.E.6. Thanks in advance,please continue to pursue the project schedule as time is becoming critical. Thank You, James Vee Lofton Jr. Director of C.E.1. Services JOHNSON ENGINEERING,INC. 2122 Johnson Street PO Box 1550 Fort Myers, FL 33902-1550 Main:(239)-334-0046 Direct:239-461-2406 Cell:239-633-0419 Fax:239-334-3661 JVL@johnsoneng.com www.johnsonengineering.com 2 Packet Page-665 ------- 2/9/2016 16.E.6. 5 t, ZuverJames From: Vee Lofton[JVL @johnsoneng.comj Sent: Monday, December 07, 2015 10:52 AM To: Maritza Aguiar Cc: David Machado; Greg A. Trokey;ZuverJames; Jennifer Chrovian Subject: Re: Rain Day Golden Gate Sidewalk Project Monday 12/07/2015 Attachments: imagel.png Maritza, I am in agreement with issuing a rain day for today per your request. • Any questions please do not hesitate to contact me any time. Sent from my iPad > On Dec 7, 2015, at 10:29, Maritza Aguiar <maguiar(acoastalconcreteprod.com> wrote: > Good Morning > Please accept this as a formal request for a rain day for today, just received word from David Machado that he had to send the guys home due to the weather. > If this is not an acceptable format, please let me know. > Thank you, > > Maritza Aguiar • Original Message From: David Machado > Sent: Monday, December 07, 2015 10:12 AM > To: Mari Work > Cc: David Torres > Subject: Rain Day golden gate > it > ( ; > > Packet Page-666- _ 2/9/2016 16.E.6. ,i ZuverJames From: Vee Lofton[JVL©johnsoneng.com] Sent: Thursday, December 03,2015 2:59 PM To: Maritza Aguiar Cc: David E. Torres; 'David Machado;Greg A.Trokey; ZuverJames; Jennifer Chrovian; RitterSteve Subject: RE: Rain Day Golden Gate City Sidewalk Project Thursday 12/03/2015 Attachments: IMG_3484.png; IMG_1601.png Maritza, I spoke with Greg Trokey today in regards to the proposed rain day requested by your office. Greg, advised with the threat of rain today, has affected your work schedule to remove concrete driveways and place back concrete driveways today. The rain has also affected the concrete plants production schedule for service and deliveries as well and that Coastal suspended work due to rain on controlling work items. I agree with your recommendation for one rain day to be granted for today Thursday December 03, 2015 due to inclement weather affecting a controlling item of work. Greg, please include the attached pictures in your daily report of construction and a note to the affect. Any questions please do not hesitate to contact me any time. Thank You, James Vee Lofton Jr. Director of C.E.I. Services JOHNSON ENGINEERING, INC. 2122 Johnson Street PO Box 1550 Fort Myers, FL 33902-1550 Main: (239)-334-0046 Direct: 239-461-2406 Cell: 239-633-0419 Fax: 239-334-3661 JVLRiohnsoneng.com www.iohnsonengineering.com Original Message From: Maritza Aguiar [mailto:maguiar Ocoastalconcreteprod.com] Sent: Thursday, December 03, 2015 2:10 PM To: Vee Lofton Subject: Fw: Rain day Golden Gate Good Afternoon I was just notified by David Machado that due to weather we had to send our guys home, please note that this a formal request for (1) rain day. If this email is not sufficient please let me know. Please see picture attached in regards to the weather. 1 Packet Page -667 2/9/2016 16.E.6. Please do not hesitate to contact me if you have any questions. Thank you, Maritza Aguiar Coastal Concrete products, LLC dba Coastal Site Development 7742 Alico Road Fort Myers, FL 33912 Office 239.208.4079 Cell 239.404.8705 Original Message From: David Machado Sent: Thursday, December 03, 2015 1:29 PM To: Mari Work Cc: David Torres Subject: Rain day Golden Gate Please request a rain day use this for reference if needed Sent from my iPhone 2 Packet Page -668- i 2/9/2016 16.E.6. h COM, County GROWTH MANAGEMENT DEPARTMENT TRANSPORTATION ENGINEERING DIVISION INTEROFFICE MEMORANDUM DATE: December 10,2015 TO: David S.Wilkison, Department Head,Growth Management Dept. FROM: James Zuver, Senior Field Inspector,T.E.Division RE: Zero Dollar Chan ge Order Time Only) 15-6383 GGC Sidewalks along 201 CT,46th Terr. SW and 48th ST. SW Project#33363,LAP#429900-1-58-01 Purchase Order#4500161202 Coastal Concrete Products (the prime contractor) is requesting one day for Veteran's Day (11/11/2015), two days for Thanksgiving (11/26 & 27/2015), six days for Christmas break (12/24,25, 28, 29, 30, 31,2015), and one day for New Years Day (01/01/2016). The contractor was given a list of those holidays in the pre-construction meeting as days Collier County observes time off and was asked not to work during those days. Two additional days are being requested due to rain on 12/3 & 7, 2015, for a total of twelve days. Coastal is currently working a five day work schedule,so no weekend time has been requested. The original final completion date was 01/20/2016. With eight days granted by change order#1, and twelve days now proposed,the new final completion date would be 02/17/2016.1 1 Packet Page -669- . . .-.,.. 2/9/2016 16.E.6. i 1 Cot[7er,County Procurement Services Change Order Form ®Contract Modification 0 Work Order Modification 0 Amendment i _ I Contract#:` 14-6296 Change#: Purchase Order#: 45-00163414 Project#: t36Q68.9 . . i Contractor/Firm Name: HighSpans Engineering,Inc. Contract/Project: Chokoloskee Bridge Replacement•CEI Project Manager Name: Andrew Miller,PE Division Name: Transportation Engineering Original Contract/Work Order Amount $ 594,560.58 9/9/14 16A30 Original BCC Approval Date:Agenda Item# Current BCC Approved Amount $ 594,560.0 9/9/14 16A30 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 594,560.58 9 ,ITT SAP Contract Expiration Date(Master) Dollar Amount of this Change $ 15,232.00 2.56% Total Change from Original Amount Revised Contract/Work Order Total $ 609,792.58 2.56% Change from Current BCC Approved Amount Cumulative Changes $ 15,232.00 2.56% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed j 1 i(f} Original [JJ Last Approved ( jr (3 Revised Date { S Date -- Completion Date Date - ,( (Includes this change) #of Days Added 0 Select Tasks ®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 i 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 will allow the Construction Engineering and Inspection(CEI)consultant,who specializes in bridge engineering to provide additional support during the pre-construction phase of this project. These services are needed because of several issues brought up during the bidding of the construction contract that will result in Cost Savings Initiatives(CSI's)and re-design proposals. Each potential change will need to be reviewed by the CEI and design engineer(TY-LIN),to ensure that they are safe and beneficial to the County.The following additional services will be added to task 1 at a proposed time and materials cost of$15,232.00: . Review pre-construction submittals from the Contractor such as Cost Savings Initiatives and re-design proposals. • Review and respond to requests for information,and requests for clarifications.Review pre-construction submittals made by the Contractor. • Attend meetings related to the pre-construction activities. 2. The change being requested was not included in the original contract because we did not know that the CEI's services would be needed this far in advance of the construction. The 30 day set-up time in the existing contract does not allow for the in-depth and specialized reviews necessary for the adequate analysis of pre-construction submittals such as CSIs and redesign proposals. 3. If this modification is not processed,the CEI firm will not be available during the several months prior to construction to assist the County with decisions related to pre-construction submittals/CSIs,possibly resulting in complications to construction,cost over-runs,delays,or other detriments to the successful completion of the project. Prepared by: ,� , -- Date: /z- 2,g -i s Andrew Mil er P.E.,..,enior Project Manager,Transportation Engineering Division Acceptance of this Change Order shall constitute a modification to contract 1 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/Vendor/Consultant/ Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin I BCC ES i i Packet Page -670- 2/9/2016 16.E.6.- 1 ' Vincent A Zaliauskas Accepted by: 2015.12.28 12:13:10-05'00' Date: 12/28/2015 Vinc- iauska P.E.,HighSp,,�sEngineering,Inc. gri AGM / 1 SD/ AlApproved by: t.1.. ..� /, ./sE Evelyn Colon,Pro urement Specialist,Procurement Services Division Approved by: ' Date: .2 1 y mad,P.E ►ivision Di .• or,Transportation Engineering Division Approve lam` -.. Date: /-4 2 ,/ / 5 David S.Wilkison,Department Head,Growth Management Dept. { (Divisions who may require additional signatures may include on separate sheet.) putziuctel use ONLV { Ackedn BCC E3 Packet Page -671- 2/9/2016 16.E.6. _ _ _ _ ,_ - , e„...._ HihS sans ......------- - --------, , ENGINEERING, INC. December 2, 2015 1500 JACKSON STREET—SUITE 201 Fr. MYERS, FL 33901 OFFICE: 239.433.3000 FAX: 239.735.7335 Andy Miller, PE Senior Project Manager Collier County Growth Management Division Transportation Engineering 2885 S. Horseshoe Drive Naples, FL 34104 Re: Contract 14-6296—CE&I and Related Services for i Chokoloskee Bridge (030161) Replacement—COl Dear Mr. Miller: Since the contractor for the above-referenced project has now been selected, it follows that requests for information and pre-construction submittals will be forthcoming. Based on previously received pre-bid questions, the number and nature of these pre-construction requests and submittals is anticipated to be greater than normal and more complex than originally expected, induding Cost Savings Initiatives and re-design proposals. Because the scope of our current contract does not include the provision of these services to the County,a Contract Modification is requested. Accordingly, HighSpans Engineering Inc. (CONSULTANT) proposes to provide the following additional services in accordance with Contract 14-6296 ARTICLE TWO: 1. Review pre-construction submittals from the Contractor such as Cost Savings Initiatives and re-design proposals(estimated 60 hours); j 2. Review and respond to requests for information, and requests for clarifications. Review pre-construction submittals made by the Contractor (estimated 32 hours); 3. Attend meetings related to the pre-construction activities (estimated six(6) meetings/20 hours) CONSULTANT proposes to provide the above services for an additional Hourly/Not to Exceed fee amount of$15,232.00 in accordance with the fees and conditions of Contract 14-6296. Please see the attached manhour sheet for the breakdown of this proposal. Please let me know if you have any questions or need anything further. Thank you, OP „ _',& A1, Michell • helle"Buchholz, V• ' /Attachment www.HighSpanscom Packet Page -672- ___._ r---- 2/9/2016 16.E.6. L , i , 0 c ttoo vN1 N tN C .-r M h N t I . .4 00' d' N �N-i c m W H tn In U m to c) a al ev N Q z +n th in 41 E .n (*1 m z° E c z .} Y ti w u -kr) H M rs. N ft0 Q c c co Z uu -J $ M d W O Z 0 m m O s . N N, O 2 C C re a w {a. vs vti• Q c ui ez no 0 O c '+s 0 u (C co c W v) k- y7 L W CY E f0 O 8 t� L tD • CD 10 4. U Q '2 U to al }" Vi O a Q W - O y ;i 2/9/2016 16.E. . Ct ier County -� GROWTH MANAGEMENT DEPARTMENT MEMORANDUM DATE: December 2, 2015 TO: File—Chokoloskee Bridge Replacement, Project# 66066.9 FROM: Andrew Miller, P.E., Senior Project Manager Collier County Transportation Division SUBJECT: Back-up Memo for Change Order#1 —HighSpans Engineering, Inc. Questions raised during the bidding process of the Chokoloskee Bridge Replacement Project indicate a high likelihood that the contractor will be seeking to modify the construction methods in order to simplify construction. The Construction Engineering and Inspection (CEI) contract for HighSpans is being modified to include assistance in reviewing Cost Savings Initiatives (CSIs)to ensure that unforeseen consequences related to any proposed changes in methods of construction do not negatively affect the project budget and schedule. This change order will provide for additional time, tasks, and money for HighSpans to provide support in advance of their previously scheduled start date of 30 days prior to construction. The typical timeframe from contract award to notice to begin construction is 3-4 months. We anticipate that dialog between the contractor and the County regarding CSIs will begin very shortly following the BCC approval on January 12, 2016. Packet Page -674- 2/9/2016 16.E.6. C O 'r �.UIi11Lt` Coastal Zone Management Growth Management Department Capital Project Planning.Impact Fees and Program Management Divs4an December 8,2015 Lou Gaudio,Vice President Quality Enterprises USA, inc. 3894 Mannix Drive Suite 216 Naples,Fl.34114 RE: Zero Dollar Contract Change Notification,Change 154416 Wiggins Pass Channel interim Dredging Project*195-80288 "' Purchase Order#45-158875 0' Dear Lou Gaudio: By copy of thie letter.the above referenced contract is being issued a zero dollar(50 00)change as indicated below: ❑The above referenced contract time is hereby extended by 0 calendar days. The original number of project completion days was 0. By extending this contract, the County is not relieving your firm of its sbligations to perform work in a timely and satisfactory manner or any consequences resulting from failing tai do so. Collier County hereby reserves all legal rights, including, hut. not limited to. rights to terminate, suspend or elect any ether appropriate course(s)of action should circumstances warrant with regard to the referenced contract. ❑Additional Staffing Categories, Name Professional Position(") Associated Hourly R.atc(s): Hourly Rate(s) Qllraw against Allowance(specify allowance item and identify specific items and qu-antities) 01 Other: Increase Dredge Area#1 from 4,200 C.Y.to 7,100 C.K,Increase Dredge Area#2 from V 1,500 C.Y.to 2,300 C.Y.,and decrease Dredge Area#3 from 3,700 C.Y.to 0 C.Y. (SEE ATTACHED SIGNATURE PAGE) Packet Page -675- 2/9/2016 16.E.6. J{A Ply Pared by: .� --""- ~ Date: /2- tan: L 1 : nnat:,t (,rr t*,tvt,' . li.tt:tlr2t' t Approved by: - Date: 14fu G4t,01t! %"rti. "tc.,14ene Quality E rt xw=rise USA, Inc. v . .` .+ f)ase ' ',s , I 6att"• .`•tc,('.Ipiic, I` (JAI ``t;:ctiot: 1t.$t?.:t;i'r a .- / — Approved by:_. . ). ' ' , Date: t 5 Amy fife r.4jtt I t i r.tnn I l'YE tti)s I t 0 (t f) Approved by. `° w �-, Date: 2 t t t_ I; id S tk.1i,r , ', en ---.r4 ..--._ i Srm d G I Approved by ::- , --"-`�a Date. I2 ` . 'r Adam* 'orthrup,Prontatarrter t Strategi ,,, Purchasing Department Packet Page -676- 2/9/2016 16.E.6. b I'I Quality Enterprises USA,Inc. 3894 Mannix Drive,Suite 216 Naples,Florida 34114 Tel.(239)435-7200 December 8,2015 Attn:Clint L.Perryman,CGC Project Manager Collier County-Coastal Zone Management/Growth Management Department 2800 N Horseshoe Drive Naples,Florida 34104 RE: Collier County-Wiggins Pass Maintenance Dredging Change Order 41/14 Mr.Perryman, Quality Enterprises USA,Inc.(QE)is requesting a zero dollar change order for the subject project. The revised bid tabulation should reflect the changes below: Dredge Area 41-Increase bid quantity from 4,200 CY to 7,100 CY. Dredge Area U2-Increase bid quantity from 1,500 CY to 2,300 CY. ✓ Dredge Area 43-Decrease bid quantity from 3,700 CY to 0 CY. Please let us know if there are any questions. Sincerely yours, A.Kevin Smith,Project Manager Quality Enterprises USA,Inc. Packet Page -677- 2/9/2016 16.E6. MEMORANDUM December 9,2015 Justification for Zero Dollar Letter Change(Wiggins Channel Dredging Project) To whom it may concern: The original quantity of dredging for the Wiggins Channel Dredging Project as outlined on the bid tabulation included dredging in three different locations; however, subsequent to the bidding phase process and the execution of the contract,the design engineer of record performed an analysis to update the dredge and disposal areas based on the contractor's pre-construction surveys. The conclusion of the analysis resulted in an increase of dredge area 1 and 2 respectively, and the elimination of dredge area 3 from the original scope of work. The overall total quantity of materials to be dredged remained the same,whereas,the justification for the"Zero Dollar Change Letter"has no cost impacts to the contract. Clint Perryman, Project Manager Packet Page -678- IP Prop 2/9/2016 16.E.6.z Co r ✓CJ► Change Order Form ❑ Contract Modification ❑Work Order Modification ®Amendment ntract#: 14-6280 Change#: 1,Amend 1 Purchase Order#: N/A Project#: N/A Contractor/Firm Name: Carter Fence Company, Inc. Contract/Project: Fencing Installation and Repair Project Manager Name: Sandra Herrera Division Name: Facilities Management Original Contract/Work Order Amount #N/A 7/8/14; 16E10 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount #NIA' /104 (10�10 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount #NIA pJtt SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0,00 #N/A Total Change from Original Amount Revised Contract/Work Order Total #N/A #N/A Change from Current BCC Approved Amount Cumulative Changes #N/A #N/A Change from Current Amount Completion Date, Description,of the Task(s)Change,and Rationale for the Change Notice to Proceed N/A Original N/A Last Approved N/A Revised Date N/A Date Completion Date Date (Includes this change) #of Days Added 0 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. This amendment is a result of Board direction on 1/12/16,item 11.E: ,,i, 1. This change is to retroactively amend the original contract to clarify the language regarding time and materials and use of lump sum method of payment, including the use of Exhibit B Price Schedule specifically for T&M projects. In addition,the amendment fully defines lump sum,time and materials, and unit price method of payments. 2. This change was not included in the original contract because the business practice of time and material and lump sum for projects were not an issue in verifying invoices. 3. If the amendment is not processed invoices completed in compliance with the specifications of the contract will not be paid to the Contractor. The Board further accepts the Vendor's Notice to Terminate the contract. Prepared by roui.- Date: 1 Sa:"':""°'"" , •rocurement Manager-Contract Administration 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/Vendor/Consultant/ Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. Accepted by: Signature on amendment Date: (Contractor/Vendor/Consulta t,/Des gn Professional and Name of Firm,if project applicable) /Approved by: N/A4 /f s` / Date: (De '• " ofessinal and .-°eipf rm,if project applicable) Approved by. t r ,,-, --�-._ _ Date: I P� Matt Catoe, Procurement Strategist Revised:10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) _ PROCUREMENT USE ONLY Packet Page-679- BCC Rpr ecc es 2/9/2016 16.E.6. EXHIBIT A-i Contract Amendment#14-6280 "Fencing Installation and Repair" This Amendment, dated _ , 2016 to the referenced Agreement shall be by and between the parties to the original Agreement, Carter Fence Company, Inc. (to be referred to as "Contractor") and Collier County,Florida,a political subdivision of the State of Florida(to be referred to as"County"). Statement of Understanding RE:Contract#14-6280"Fencing Instal ation and Repair" In order to continue the services provided for in the original Agreement document referenced above,the Contractor agrees to amend the Agreement as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement. Note:Words underlined are added;Words sttitele4lifettgh are deleted. Change#1: Agreement,Paragraph 3 is hereby amended as follows: *** 3. THE CONTRACT SUM: The County shall pay the Contractor for time and materials the Faroe-eft Work performed pursuant to the prices offered by the Contractor in his response to ITB# 14-6280 - Fencing Installation and Repair per Exhibit B Price Schedule, attached herein and incorporated by reference or subsequent quotes.The County shall pay the Contractor for lump sum or unit price Work as defined in Exhibit B Price Schedule. Any County Agency may utilize the services offered under this contract,provided sufficient funds are included in the budget(s). This contract will be purchase order driven. *** Change#2: Exhibit B"Price Schedule"is hereby amended as follows: Exhibit B Price Schedule The above hourly rates and markup are only applicable to Time and Materialsprojects. *** Lump Sum(Fixed Price): a firm fixed total price offering for a project the risks are transferred from the County to the contractor, and, as a business practice there are no hourly or material invoices presented, rather,the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Page 1 of 3 Packet Page -680- 2/9/2016 16.E.6. Time and Materials:the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work(number of hours times hourly rate),and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice,these contracts include back-up documentation of costs,invoices would include number of hours worked and billing rate by position(and not company for subcontractor)timekeeping or payroll records),material or equipment invoices,and other reimbursable documentation for the project. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc,) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received(no contractor inventory or cost verification required). (Signature page to follow) Page 2 of 3 0 Packet Page -681- 2/9/2016 16.E.6. IN WITNESS WHEREOF,the Contractor and the County have each, respectively, by an authorized person or agent,hereunder set their hands and seals on the date(s)indicated below. Accepted: _„2016 BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA By: Joanne Markiewicz Director of Procurement Services Division Carter Fence Company,Inc" Con. . •r First ailt ess * store .e/Print Fitness r ., e Typed Signature OF it . ._ t " r Second Witn-;s Title Type/Print Witness Name Approved as to Form and Legality: Assistant County Attorney Page of 3 Packet Page -682- ift* Pro. 2/9/2016 16.E.6. CO ler U4i3'!ty Change Order Form ❑ Contract Modification ❑Work Order Modification ®Amendment '�`Nntract#: 14-6280 Change#: 1,Amend 1 Purchase Order#: N/A Project#: N/A Contractor/Firm Name: BUE d/b/a Gatekeepers/Gateswork Contract/Project: Fencing Installation and Repair Project Manager Name: Sandra Herrera Division Name: Facilities Management Original Contract/Work Order Amount #N/A 7/8/14; 16E10 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount #N/A'' ?NH; pato Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount #N/A ivA SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 #N/A Total Change from Original Amount Revised Contract/Work Order Total #N/A #N/A Change from Current BCC Approved Amount Cumulative Changes #N/A #N/A Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed N/A Original N/A Last Approved N/A Revised Date N/A Date Completion Date Date •(Includes this change) #of Days Added 0 Select Tasks ❑Add new task(s) ❑ Delete task(s) ❑ s Change task below) 9 ( ) ® Other(see 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. This amendment is a result of Board direction on 1/12/16,item 11.E: 1. This change is to retroactively amend the original contract to clarify the language regarding time and materials and use of lump sum method of payment,including the use of Exhibit B Price Schedule specifically for T&M projects. In addition,the amendment fully defines lump sum,time and materials,and unit price method of payments. 2. This change was not included in the original contract because the business practice of time and material and lump sum for projects were not an issue in verifying invoices. 3. If the amendment is not processed invoices completed in compliance with the specifications of the contract will not be paid to the Contractor. The Board further accepts the Vendor's Notice to Terminate the contract. } Prepared by: -..,,.r Date: / / / Sandra Herrera, Procurement Manager-Contract Administration Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be s ject 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/Vendor/Consultant/ Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Signature on amendment Date: (Contractor/Vendor/Consul Tit/Design Professional and Name of Firm,if project applicable) proved by N/A // Date: (Desis '' essional a d 6/of Firm, if project applicable) Approved by C cifir, . w .L Date: I f fzc r'(, Matt Catoe, Procurement Strategist Revised: 10/28/2014 (Divisions who may require additinnaI cirmattirpc mat include on separate sheet.) PROCUREMENT USE ONLY Packet Page -683- Admin Rp�BCC BCC ES 2/9/2016 16.E.6. EXHIBIT A-1 Contract Amendment#14-6280 "Fencing Installation and Repair" This Amendment, dated , 2016 to the referenced Agreement shall be by and between the parties to the original Agreement, BUE, Inc., d/b/a Gatekeepers/Gateswork, (to be referred to as "Contractor")and Collier County,Florida,a political subdivision of the State of Florida(to be referred to as"County"). Statement of Understanding RE:Contract#14-6280"Fencing Installation and Repair" In order to continue the services provided for in the original Agreement document referenced above,the Contractor agrees to amend the Agreement as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement. Note:Words underlined are added;Words stmele-titeugh are deleted. Change#1: Agreement,Paragraph 3 is hereby amended as follows: *** 3. THE CONTRACT SUM: The County shall pay the Contractor for time and materials the performance-of his-Work performed pursuant to the prices offered by the Contractor in his response to TTB # 14-6280 - Fencing Installation and Repair per Exhibit B Price Schedule, attached herein and incorporated by reference or subsequent quotes.The County shall pay the Contractor for lump sum or unit price Work as defined in Exhibit B Price Schedule.Any County Agency may utilize the services offered under this contract,provided sufficient funds are included in the budget(s). This contract will be purchase order driven. Change#2: Exhibit B"Price Schedule"is hereby amended as follows: Exhibit B Price Schedule *** The above hourly rates and markups are only applicable to Time and Materials projects. *** Lump Sum(fixed Price): a firm fixed total price offering for a project the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather,the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Page 1 of 3 Packet Page-684- 2/9/2016 16.E.6. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work(number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractors mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice,these contracts include back-up documentation of costs;invoices would include number of hours worked and billing rate by position(and not company(or subcontractor)timekeeping or payroll records),material or equipment invoices,and other reimbursable documentation for the project. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor. materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received(no contractor inventory or cost verification required). *** (Signature page to follow) Page 2 of 3 Packet Page -685- 2/9/2016 16.E.6.�1 IN WITNESS WHEREOF, the Contractor and the County have each, respectively, by an authorized person or agent,hereunder set their hands and seals on the date(s)indicated below. Accepted: ,2016 BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA By: Joanne Markiewicz Director of Procurement Services Division N UE,Inc.,d/We Gatekeepers/Gateswork C--)i)7A D'' T By: �� First Witness Si:,*�!" cvr tiT (iiv6 -3t Type/Print Witness Name Typed Sigmuure Send Witness Title TypeRrk Witness Name t; n TEAM TER S EVANS MY COMMISSION tiEE ammo K 1�` Approved as to Form and Legality: EXPIRES July 18,toy s (407)are ii, Fl06d11NatrytteMG.GOR1 Assam County Attorney Page3of3 Packet Page -686- 2/9/2016 16.E.6. Growth Management Department Transportation Engineering Division January 7,2016 Jim Smith Area Office Manager Southwest Division Highway Safety Devices,Inc. 16125 Old US 41 Fort Myers,Florida 33912 Subject: Time Extension—Highway Safety Devices,Inc.,Contract No. 15-6393,Purchase Order No.4500158650 Change Order No. 1, Traffic Signal and Roadway Improvements at Golden Gate Parkway and Tropicana Boulevard. Zero Dollar Time Extension Request. Dear Mr.Smith: By copy of this letter,the above referenced contract is being issued a zero dollar($0.00)change as indicated below: ►s1.The above referenced contract time is hereby extended by twenty-four(24) calendar days for the completion of the traffic signal and roadway improvements at Golden Gate Parkway and Tropicana Boulevard.,,The previous number for project completion was 120 days./The previous Substantial Completion date was February 1, 2016. The previous Final Completion date was February 16,2016. The new Substantial Completion date shall be on or before February 25, 2016. The new Final Completion date shall be on or before March 11;2016..// This Change Order extends the completion date for the traffic signal and roadway improvement construction on Golden Gate Parkway and Tropicana Boulevard. This will be a twenty(20%)percent time increase of 24 days to complete the construction and will not impact the bid amount of the construction work order. The twenty(20%)percent time extension is being requested due to the paint additive for the Mast Arms not appropriately bonding the applied paint to the galvanized mast arm assembly surface. It has been recommended by all involved to have the mast arms shipped back to the producer to adequately mitigate the paint adhesion issue. If this modification is not processed the original Contract time of 120 days will be exceeded and this project will go into Liquidated Damages. By extending this contract, the County is not relieving your firm of its obligations to perform work in a timely and satisfactory manner or any consequences resulting from failing to do so. Collier County hereby reserves all legal rights, including, but not limited to, rights to terminate, suspend or elect any other appropriate course(s) of action should circumstances warrant with regard to the referenced contract. DAdditional Staffing Categories: Name Professional Position(s) Associated Hourly Rate(s):Hourly Rate(s) ❑Draw against Allowance(specify allowance item and identify specific items and quantities) ❑Other:Specify(minor adjustments/clarifications to scope,existing task allocation and quantity adjustments,re-allocation of dollar amounts between existing tasks and/or clarification of existing tasks) isd % yob S "c ihrsportatian F ngtn irg 1704. un•2885 South Horseshoe Olive•Maples,Ronda 34144.239-252-8 192•wornto#ieroov.nr t Packet Page-687- 2/9/2016 16.E.6. 750 < `/ 1 Prepared .. .__.. Date: ''` r' +F ° I4hn W.Miller,Project Manager,Traffic Operations Section,Transportation Engineering Division I Approved b g - _. • Date: — C rdo .1 ison;? � t hw Safety Devices,Inc. Date: Anthony N.Kha 'a,P.E.,Chief Engineer of Traffic Operations,Transportation Engineering Division r 1 / i Approved by: .� �— Date `'� ttr y 3d,P. Dc eat Direct r6,Transportation Engineering Divisio�f � a ir� Approve "'"/..'f://' Date: � �. 4}_ David ilkison,Departmen cad,Growth Management Dept. Approved by A(4. iii 41 Date: / �y l� L. Evelyn Colon,Pro rcmcnt Specialist,Procurement Services Division I I I C: Robin Sheley,Clerk of Courts Finance 7 i I 1 1 1 I I I 7 1 Packet Page-688- � ' | NauthRookmin ^=~` From: k8Uledohn Sent: Monday, January 11. 2O1G1:45PM To: NauthRookmin Subject: FW: Golden Gate Parkway @ Tropicana Blvd Traffic Signal Replacement(15-6393) Mast Arm Paint Issue Time Extension for Highway Safety From: Jim Smith rnailto:jim5iiihig zom] Sent: Wednesday January 06, 2016 5:26 PM To: MU/edohn Cc: Weston A. Goldberg; James McCartney; Jason Bell; Job #1680 Subject: Golden Gate Parkway©Tropicana Blvd Traffic Signal Replacement(15-6393) Mast Arm Paint Issue John, It would appear the paint additive,for the subject intersection Mast Arms(MA),did not appropriately bodtheapp|ied paint to the galvanized MA assembly surface. With that said; it has been recommended, by all involved,to have the Mast Arms shipped back to the producer,to adequately mitigate the paint adhesion issue. As Wes may have mentioned to you; it will take approximately one week to have the MA assemblies shipped back, stripped,cleaned, repainted and cured. Per the contract, HSD herein request an additional 20%time extension for conditions unforeseen to the contractor and or its producer. Please allow this email to serve as our official request for a time extension.Should you require a formal request, in a format other than an email, please do not hesitate to let me know. Sincerely, Jim Smith Area Office Manager Southwest Division . / Highway Safety Devices, Inc. 16125 Old US 41 Fort Myers, Florida 33912 Office 239-489-4114 Fax 239-489-0148 Mobile 239-229-0390 Lims@hiKlwa1s2fetYdevkces.com � w,high ay - . _ ___'__-___-_~_ -_~ '_.___-_-_~___~ ~_ ~~_ ~_~ _, un:,.:,p*=a��a^���u.-,-* if you d:,of) m e~ny a�:,,, e+eao i,li,spai;s6. so^ Iummqcaar�oeu uuznsss y��"mmnn��+/�rw/ .00ea .u*a��au�suv�ew`�eu,mwnwu / �...N 1 COLaer County Pr 2/9/2016 16_E_6_ _ Change Order Form / ��Contra�Mod�cm� ^ Modification []VKmrhOrderMwdUDcebon 0 Amendment Contract#:' Change#: 1 Purchase Order#: 4600003978 N/A | Project I ^-`� / l | Name: W.W Grainger, Inc. | / Maintenance, Repair and Operations Parts/Equi P,o��t�anoQerNm�� | Swain Hall Division Name: 4dn�n�ba8veGemk�m Current NA `^'' '~ '""^ Original --- --- Current Contract/Work Onier Amount NA 7/6/2016 SAP Contract Expiration Date(Master) Dollar _ _this Change $ 0.00 *VALUE! Total Change from Original Amount Select Revised ContractANork Order Total. - $ 0.00 *VALUE I Change from Current I3CC Approved Amount Cumulatite Changes #VALUEI *VALUE! Chan from Current Amount Completion Date,Description of the Task(s).Change,and Rationale for the Change Notice to Proceed! NA I Original NA 1 Last Approved NA . Revised Date NA Date Completion Date , . Date dudes this change) NA #of Days Added Tasks 0 Add new task(s) 0 Delete task(s) 0 Change task(s)below) 0 Other Provide detailed and specific eplanationirationale of the requested change(s)to the task(s)and/ or the addWonal days added (if requested);2.)why this chang*. 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 is to update special order product language as follows; MRO Special Order Product Pricing Methodology.a markup and freight charges)for items not in the MR0 Core Product Item and not in the awarded suPplier's Updated Language: , � ..~. " . delivery price � contractor inventory or cost verification- . � 2. This spec�|u�eruo�p,�ebnQuagewa oor��u�� original hardware After ordering number of�pex�io/�,^�ems The - "� Grainger). items, ,�ec�manvmue,c��vo�e wbh�*pr�ery�up��r(WW mnge�. |nsvbaquentmeeu�pw�hVVvVGm|nge��became o�aventthat their sv '|ie,d|�nbuUoni�nvtam�«mma, mepeare a number o{"nnn-di/c|usune,pridngcondiUons within contracts. ," available 3. This change reflects the Board's direction on 1/12/16,Item 11E,which allows for unit pricing,and unit price invoices ' identifying the number of units and the per unit price,and does not compromise WW Grainger's"non-disclosure"contract with distribution channel. This change wiUaUowthe County mconnnuetupmcure maintenance repai,Kem�nmmrent|y avni|aWekltbeVVGmm��o�u�u i| -___- _-_____ _ � Prepared by (Swain-Halt rodarement Strategist Procurement Services) . Acceptance of this Change Order shall constitute a modification to contract/work erdstidentified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above,as fultyai If the Same werestated in this acceptance. The adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of ihe Contractor/Vendor/Consultant/ Design Professional arising out of or re ated to the change set forth herein,including-claims for impact and delay costs, (Con rector/Ven■4 r COnSUltant i Design P fessional and Name of Firm,if project appliCable) Approved by: ,'~~y'' if project -^' - . . ` Approved by: ��^_ 4n��n~ ' ^ � '��~"`^—~`- L- �� - |�~ (-mc6remem+ozm�man�) --- ` Date: '--` - Revised: �o�mzm* "="�=" (Division who ma require 1�~J ~ �= � sec Refrain Rot, ecc ES_ - ' � . Packet Page '69O' ` Collier County Surplus Disposal and Revenue Report December 16, 2015-January 20,2016 x �:'5;5., e fez :,. - ,-$�'rw �% • 's 1 i s, wx. .F .. r � 4 " Mr 5 ,* Scrap replaced. pp B. LIZABETH JOHNSSEN 233312 30009390 20050462 OPERATIONS BALANCE FOR PRESS Scrap Obsolete and faulty STEVE MESSNER 253212 30014182 CC20000011 OPERATIONS S _ - Moisture Meter stopped working; p I HEAVY DUTY DUMP TRAILER 43ZDN24666000: $ Scrap ,Obsolete and faulty LIZABETH JOHNSSEN 233351 30009567 20000806 16'L/W CHECK VALVE EPDXY $ 2,030.52 Scrap Obsolete and faulty LIZABETH JOHNSSEN 233351 30009564 20000809 16"L/W CHECK VALVE EPDXY $ 2,030.52 Scrap Obsolete and faulty_ LIZABETH JOHNSSEN 233351 30009565 20000808 16"L/W CHECK VALVE EPDXY $ 2,030.52 Scrap Obsolete and faulty LIZABETH JOHNSSEN 233351 30009566 20000807 16"L/W CHECK VALVE EPDXY $ 2,030.52 ap No Power or Video COHU 39251-DOME DSP Communications _ JAYAHMAD 163630 3000654_1_,CT24810 COLOR/MONO CAMERA $ 275.60 /a-4o, No Power or Video 1 COHU 3925 I-DOME DSP Communications JAY AHMAD 163630 30006542':CT24811 COLOR/MONO CAMERA $ 275.60 No Power or Video COHU 3925 I-DOME DSP Cr, Communications JAY 163630 30006543' CT24812 ,COLOR/MONO CAMERA $ 275.60 N ap No Power or Video ! COHU 3925 I-DOME DSP Communications JAY AHMAD 163630 30006544 CT24813 COLOR/MONO CAMERA $ 275.60 Scrap No Power or Video COHU 3925 I-DOME DSP ,Communications JAYAHMAD 163630 300065451CT24814 COLOR/MONO CAMERA $ 275.60 Scrap I No Power or Video COHU 3925 1-DOME DSP Communications JAY AHMAD 163630 30006546 CT24815 COLOR/MONO CAMERA $ 275.60 Scrap , Power or Video COHU 3925-5100 I-DOME DSP Communications JAY AHMAD 1163673 30024347,CC10004620,COLOR/MONO CAMERA A2154F $ 1,301.07 Scrap No Power or Video 1 COHU 9905-4500 1-LINX II VIDEO Communications JAYAHMAD 163673 30024356ICC10004629'CODECW/POWER SUPP #022520120056 $ 933.80 Recycled Opener is no longer functioning JENNIFER EDWARDS 522010 30017307 20060393 AUTO MAIL OPENER PITNEY BOWES 1250 25624 $ 61.00 N CD N) O 0) ) inm