Loading...
Agenda 12/13/2016 Item #16E9 16.E.9 12/13/2016 EXECUTIVE SUMMARY Recommendation to approve the administrative reports prepared by the Procurement Services Division for 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: • 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 Change Orders report covers the period of October 18, 2016 - October 21, 2016; the Surplus Report covers the period of October 25, 2016 -November 21, 2016. FISCAL IMPACT: The net total for 14 changes to contracts is $343,122.40. The total number of days added to contracts is 894. No revenue was received for the disposal of surplus items. LEGAL CONSIDERATIONS: This item is approved for form and legality and requires a majority vote for Board action. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: That the Board of County Commissioners ratifies/approves 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: Adam Northrup,Procurement Strategist,Procurement Services ATTACHMENT(S) 1.Dec 13 FY17 Change Order Report (PDF) 2. Dec 13 FY17 Change Order Forms only(CO#'s 1 - 15) (PDF) 3.December 13 FY17 Change Order Backup (PDF) 4. Surplus Spreadsheet October 25-November 21 2016 (PDF) Packet Pg.2089 16.E.9 12/13/2016 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.9 Item Summary: Recommendation to approve the administrative reports prepared by the Procurement Services Division for change orders, surplus property and other items as identified. Meeting Date: 12/13/2016 Prepared by: Title: Procurement Specialist—Procurement Services Name: Adam Northrup 11/23/2016 10:45 AM Submitted by: Title:—Procurement Services Name: Ted Coyman 11/23/2016 10:45 AM Approved By: Review: Procurement Services Ted Coyman Level 1 Purchasing Gatekeeper Completed 11/23/2016 12:42 PM Administrative Services Department Pat Pochopin Level 1 Division Reviewer Completed 11/28/2016 10:20 AM Procurement Services Ted Coyman Additional Reviewer Completed 11/28/2016 5:16 PM Administrative Services Department Pat Pochopin Level 2 Division Administrator Review Skipped 12/01/2016 4:27 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 12/01/2016 4:41 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 12/01/2016 4:43 PM County Attorney's Office Scott Teach Level 3 County Attorney's Office Review Completed 12/01/2016 4:45 PM Office of Management and Budget Laura Wells Additional Reviewer Completed 12/02/2016 9:23 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 12/07/2016 12:37 PM Board of County Commissioners MaryJo Brock Meeting Pending 12/13/2016 9:00 AM /*--\ Packet Pg. 2090 pode ani}ea;siuiwpy se3inaaS}uewaanooad : oZiZ) pode Jap.io a6uey0 L Ad £l. oa4 :4uawgoe;ly C) 0 Mo e . e o o ES 0 0 0 0 o co LU 00 m M < O O ( O O O o o O M O O Z N m Z o co. I , o o O o 0 o m o 0 t o I o 0 0 0 0 o ca o o Ch' r up �' Ci- -17 L c A ic •00D N < ( 0 •& >1. R ..Y t z O O . O O O O O O N O O M O C 0 O U r.- 2 .6 I HLQ Ii C . ,C RI m N Q O 0 I I O N O M O N O C C n N N C M OO tD O N N N O a1- Z C a I N CO M M M M <l N U !AnC oa > C C C o 0 0 o C C o .8e- a, U,O (DO O O ' I N OO N O CO OONO O O CO V O O O O O CD O O O O O N O O O O O O 60 Q I N u r CO O O N N I O a ND. O O 0 CO cco o O o C C 6 'V d' , N .- N r• N O 0) n O O p N N I N CO O CDN O M Cp O (J C co? O N N N 0) •. O M M M D) n. O O O CM M N C )-- Q) V a !D NI- a) o a) E 0 n. n. N co N M tT N C < u"' N N I p Oco- N N N N N N N C 69' 69 69 I to d) Vi f9 (9 NK 69 09 (9 `w rnm co 0 O _N O (D O a O _ 0) C 0 o co O O (D O O O• O O O O O) N a) O N (V O O CO O O (\j O O O O O Q C r 00.E N O O O N O N O v O O O 0 0 c.j (CO Q co U) M 49 (r) N- U9 _• (9 f9 ub t DO 69 69 +. 1- 0 Q (V`0 co I O O CO N O O O V O Q N-• O N N N N W O O O C0 O O O IN O to •• CO OQ1 C C co N ONO M 0 0 o U 0 N N N 0) to 0 N M CO M 0) 0 a) C O M - I co- O co 0 N N N '- CO N -6 d Q N N N to I V O co 0 N N CO N N 0) co M M ,- co- e- EA •e ,- $._ 3 y) u3 G9 I E9 t9 69 4N9 469 6 fA U ICD ` 0 O O CO N O O O O OO to 0 N CO NOOOO O O OQ . 0NV < O N C` N M M n O O c C N N V ,- O N O) N N M C OL p o V N N CO CD O 4 M N CO O) CO U UE OM M Mm O C N N N N O O N C Q C to N CO ! co O O N NN N N N M O ,�� QJ X00 C M co '- N N N 69 fA U O to 69- 69 Vi 69 69 tl) 69 (9 L C 0 r) > 0 in 0) > 03 (Lj (Lj p� Ti Y 1 V) 0) 0 O O O .n .n g m m m II m m m (0 (`p L 0 o) (LS Imo 0 Y t u > C L C aa)) a a0) 0 N 00) 00) , C C C 00 CO co 0 c C C C C c c a >. 0 0 C ) - Q in 2 I > 'C C C C C .. C C ' > E E d 0 C C u W 0 W W W C W W 0 ar rn C 0) O G O O Z OO I I O 0 O O O C C O 0 E N "6 a E ..1;) � I : m m` m m C m rn .0 m m Cm > m m m m = E c co E Q C 0 < O N 0 N 1 I 0 00 0 O >. a 0 2 co U) co al 0 C 3 0 - c C '2.C C o I m e w y d c a d d 0 a 2 C ca C Ta = C= C "o ac•_5 N = 2 N 03 (0 0 I E L 0 - Flu 0 C 03 0 03 c � 0 y a0 b 1-0 W 1--,I--i I I`U) i'-:--CE F- 2 CO a u_u_ u_u_ a CO CO O F- 1 I o) 0 0 CO CT E1 1 N y N C (C C) N o) o) C L a C C C co c C C U) O) E o O) a_°1) `0 N OO1) N 00_) E. E n c N C Y 111 S S I C L S J = C E C m 0 N N I W O woo CC O O O W U c (0) m m 1 1 >. m 5 o a3 0 0 o) `o c C x m 0 m m (0 Q =' coI C m U U = o) N a) 0 (n C O O I I O(n 0 O co O W W Z `O 03 J > Q Z a O 0 d m Y 0 I in 0 0 0 a E-J 1 y) .0 .0 C N y C N(0 Cn O 0 0) 0) O) I N 0 0 >. 0 0 0) 0 W L coco 0) -om .cE .cE . >. -o a) .a co r m92 0 (nc 3 m O C C C co C 0) N 0 > o) L 1- 1- o)O Q 0) O 0 C_10 (0 o > o > . i r92 m 'O w a 0 0) _ ,p C V7 N E s. � o ° rn° . >. - E- do oc= o °cEO m ate° CO E c Z m a C E E E E . E 1 Y Y m E E E>� m o 5 m 0 U E d cm m dYa... I :I 2 0 o v m > m 0 (0)0 co ca a=ic Y m i, m °' a°-.' m (n a u) 0."13 I i 3U) '81. o `m_.c m m O o 0O o y o o C m a`. 00 w __i < I �', Zin 0a ECL UCZCUin0in2oa` Eco 5 co co I (D co co cocD o m (D o o co O o m a;ea N Ni I C O O O O N N N N N 35 N- co m . N N N N N ^ ,_ N` F1' 0 N N N ' I N m Si _ _ O _ O O O O 1 ,- ,- ^ ,- ,- --- .- #a2ue10 N N N M I I M/ ^� N N N M M W (n F- .oN;ue.1g m m m rn I Z c r• M 0 In M M o CO CD 4 OO N /;3eJ;uop.; N N 0 N R i) N cUD a t, U, N 0 CO CD N N N (D (9 (O (O N (D (D COOO lb v co to uito v) .a (o u) co CO v M Wa)� N V 0 N M V �I N N- O to 0 N r a- ,- 16.E.9.b Procurement Services Cottr County Change Order Fora: & Contract Modification ❑Work Order Modification ❑Amendment ontract#: 14-6289 Change#: 2 Purchase Order#: 4500157662 Project#: 60040 0 ce Contractor/Firm Name: Ajax Paving Industries of Florida, LLC Contract/Project: Design-Build Golden Gate Bvd.4-Lane T N_ Kevin H.Dugan Transportation Engineering --_ _._.-__.-.--- = _. 1 ProjectManager Name: __-__- ___..-- -..._._.-Division-Name:__....- _-_-_ o • a a) Original Contract/Work Order Amount $ 19,430,000.00 2/24/15; 11A Original BCC Approval Date; Agenda Item# ce Current BCC Approved Amount $ 19,505,085.781_ 7/415 1.Gr,0 Last BCC Approval Date; Agenda Item# Current Contract/Work Oder Amount $ 19,505,085.78 5/15/2017 SAP Contract Expiration Date(Master) 5 Dollar Amount of this Change $ 285,566.29 1.86% Total Change from Original Amount N Revised Contract/Work Order Total $ 19,790,652.07 1.46% Change from Current BCC Approved Amount Cumulative Changes $ 360,652.07_ 1.46% Change from Current Amount N Completion Date,Description of the Task(s)Change,and Rationale for the Change ai c) Notice to Proceed 4/1/15 Original 5/15/17 Last Approved 5/15/17 Revised Date 10/4/17 N Date Completion Date Date (includes this change) c ar #of Days Added 142 Select Tasks 0 Add new task(s) 0 Delete task(s) 0 Change task(s) 0 Other(see E below) m Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and I o or the additional days added (if requested); 2.)why this change was not included in the original contract; and, 3.) describe the a impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 0 N Change Order#2 consists of six changes for a total of$285,566.29,and an additional 142 calendar days to be added to the contract. The N apmary below lists the reasons for these changes: fii Add 142 days. 1. In the original Agreement, right-of-way acquisition was to be completed by April 1, 2015. The final was August 20, 2015, a ~- total of 142 days. 'n 2. Unexpected delays in ROW acquisition were not anticipated. p 3. The contractor could not begin clearing the project site until all of the ROW was secured. 0 Il.) Construct a bus shelter for$41,404.19. • o 1. The original plan was to relocate the existing bus shelter at 16th Street Because of the poor condition of the existing shelter, rn the county requested that the contractor build a new standard bus shelter. E 2. The condition of the existing structure and the way it was constructed make it nearly impossible to move It without destroyingt'6 It.The existing shelter does not meet code, At a public meeting during design some of the residents of 18th St insisted that the shelter `m be saved. Because of the condition of the shelter and the way It was constructed it could not be moved, The decision was made to 0 replace it with a structure that would meet code. m 3. If this change is not made we would otherwise deprive the residents of an amenity they currently have,and would be lose if not c replaced. z U Ill.) Redesign of boat ramp and installation of safety fence and gate for a savings of$2,743.26 i` 1. This change will add a fence and gate to the boat ramp,and redesign of the vehicle turn around area from a rectangular concrete slab to a circular concrete slab. The redesign will allow vehicles to turn around easier and cover the costs the addition of a fence and gate. u- 2. This change was not included in the contract because SFWMD approached the County after creation of the contract,and requested this change. 3. If this change is not processed,there is a potential safety hazard if a member of the general public without permission from the County or SFWMD. c) a) 0 IV.) Buried tree removal for$18,515.11 .. 1. A pocket of buried trees under the proposed roadway was discovered during muck excavation along the right side of work site. C 2. The removal of muck was built into the contract,but the discovery of buried trees were an unforeseen circumstance. 3. If these trees are not removed,in the future the buried trees will rot causing portions of the road to sink,necessitating future repairs that can be _c prevented now. ca — Q Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENTU55 ONLY Admin l )1 8Cc Es Packet Pg. 2092 16.E.9.b: V.) Sidewalk for$223,840.25. 1. This project was let as a Design/Build project using the 60% plans developed by Stanley Consultants in 2010, Those plans „--, meet today's FDOT design standard of 4"sidewalks. 2. When the project went to bid the plans were not revised to meet Collier County LDC's requirement for 6" sidewalks that was T adopted after the Stanley plans were designed. This change makes.up the difference in the quantity of concrete to be used in N constructing 6"sidewalks. 3. If these changes are made the 4"sidewalks would not meet Collier County's LDC requirement for 6"sidewalks,and would be more susceptible to M cracking. The cracking would result in future maintenance at greater additional cost. N VI..) $4,550-.00- 1. While excavating the site,machines hit an unknown 2"well head,which caused water to free flow on the site. This change will properly abandon a O.well as prescribed by County Code. w 2. This existence of this well was not known until workers were on site and the ground was opened. CD 3. If this change Is not performed,an open well with the water free flowing on the work site will prevent the construction of the road in this area. .11 _,,,/ 7/ .,.., Prepared by:,,,,,,r- ''.�t Date: 7(S32-7,/4) _ Kevin H. Dugan. recl Mir ager,Transportation Engineering Division) E Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same u) terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated in this acceptance. The v adjustment,if any, to the Contract shall constitutea f I and final settlement of any and all claims of the Contractor/Vendor/Consultant/ .E. Design Professional arisin'out of or related t ch nge set forth herein,including claims for impact and delay costs. N Accepted by: r.""_..------r--7-- ------:--tv—,'" ., � '� , ... - Date: A2 Arr,/� C Andy DeCraene,Area Manager, fax Paving Industries of Florida LLC °) E a) , Date:, / Cii4/,/f c Approved by: Steve 'fitter, Road Construction Manager,Transportation Engineering Eivision / a. Approved by: r ��% ' 1--�__� ...---74-' Date://f ; /i o j, . , N % slay'Ahr)� I;'P ,parestol;fi ansportation=f=ngineering Division / ' t Date: 10 3 I� T David S.Wilkison, Department Head, Growth Management Department ( r %7/rn^ / u) Approved by: Y,Q.e_ (,4 �L�L'i Date: ' / OEvelyn Colon, Procurent Strategist, Procurement Services Division / / >, C 0 m E L 0 LL L G) L 0 a) DI C co 0 N- T- . • r >- u. cn T U w cii C 0 E U Revised: 10128/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin 4 BCC ES Rpt) k Packet Pg. 2093 Procurement Se Co ler County Change Order 16.E.9.b ❑ Contract Modification ❑Work Order Modification ®Amendment Contract#: 16-6559 Change#: 2 Purchase Order#: 4600004121 Project#: C....,ractor/Firm Name: US Bank Equipment Finance Contract/Project: EMS Bank Loan c N M Project Manager Name: Adam Northrup Division Name: EMS N r Original-Contract/Work Order Amount $ 656845.20 4/26716;T6E10 Original BCC--Approval-Date Agenda Item# _ a Current BCC Approved Amount $ 656,845.20 4/26/16;16E10 Last BCC Approval Date; Agenda Item# ce Current Contract/Work Order Amount $ 656,845.20 4/26/2021 SAP Contract Expiration Date (Master) m Dollar Amount of this Change $ 562.80 0.09% Total Change from Original Amount Revised Contract/Work Order Total $ 657,408.00 0.09% Change.from Current BCC Approved Amount `E° Cumulative Changes $ 562.80 0.09% Change from Current AmountCh C Completion Date, Description of the Task(s)Change, and Rationale for the Change Q Notice to Proceed NA Original NA Last Approved NA Revised Date NA u) Date Completion Date Date (Includes this change) o d #of Days Added NA Select Tasks ❑ Add new task(s) ❑ Delete task(s) 10 Change task(s) ® Other(see below) c a) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and/ E or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the z impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. O 1.This 60 month lease agreement for Lucas-2 chest compression units is for$472,158.00 with the agreement that EMS will purchase n $185,250 of supplies spread out over months number 48-60. Total orignal agreement amount with the supply purchases are N $656,845.20. This change is to correct an error in the monthly amount charged for supplies. The original agreement has the monthly N i-ayment for supplies at$3,847.65. If$185,250 is divided up over 48 months,the actual monthly payment should be$3,859.38. This is -- .tal contract increase of$562.80. The attached amendment corrects this math error. ,I, 2. This change was not included in the original contract because of a math error made by US Bank. r w 3. If this change is not processed, the monthly amount for supplies will be short$11.73 per month. 4t O U_ c O N E O L a) p f 1 J Prepared by: • 4.......->-z --��, .� Date: (G' 2- % V (Project Manager Name and Division)1' r� Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same E terms and conditions as contained in the contract/work order indicated above, as fully as if the same were stated in this acceptance. The r•, 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. 0 Accepted by: ' " 4 Date: 2 (Contractor/Vendor/Consultant/Design Professional and Name of Firm, if project applicable) Approved by: 'o✓ !% ( , ,Z Date: co (Design Profes.ionat.and N/ me of 'r , ify ol- ,;applicable) Q Ap,.„ved by: �? , Date: ('-5/2-7//,' '"/2-7 fll (ProcuremeritProfessional) Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREME T`USE ONLY \ Admin ' c `J BCC ES Packet Pg. 2094 1, I I_)1 Ii a 16.E.9.b k-..." ' IC .4 ! ieT - • o Growth Management ©epartmen " .,. t co) Transportation Engineering division 0 a a) Ct a) October 17, 2018 a Mr. Brandy Bartolone,VP •� Douglas N. Higgins, Inc. - 4485 Enterprise Ave. E Naples, FL 34104 239-774-3130 a) brandyb@dnhiggins,com2 RE: Zero Dollar Contract Change Notification,Change#2 in Contract#15-6519 LASIP Wingsouth Airpark Improvements/Sandy Lane Stormwater c Project#51101,Wingsouth/Sandy Lane,PO#4500165879 a) E a2 a Dear Mr. Bartoione: 0 By copy of this letter,the above referenced contract is being issued a zero dollar($0.00)change as a Indicated below: N Draw against Earthworks Allowance to pay for extra embankment and turf.Total cost of$3,998.90. .7s—. See Exhibit"A" , c r N Accepted y .) ._w,._. y Date:/4)//d.,1 ' d O Bran,qy Bartolone,VP,O.N.Higgins,Inc. - Prepared by: e",•, . ,..,--,.-�d----- 41 5( _,..----- Date: l0 James Iver,S+ F i t ector,Transportation Engineering Division / ,. o A rov b''; .i"�� - "'f's Date: lU .'t 0 PP Y .•--- -r-�' Steve r,Road C �i ion Transportation Engineering Division b Approved by;,,.---' ✓1. - Date:• 4 } / Jay P •1, r, `on cto,T ansportation Engineering Division / ` Approver b a/ec!, ' 1 Date: /4)lr 6he, a David S.Wilkison,Department Head,Growth Management Department 0 a) a _ Evelyn Q iio•Approve t ,�(4,°f- /9"✓ Date: ) I v i N.T u. M C: Robin Sheley, Clerk of Courts Finance r U of O _ 1 V Trac atatan Braineeairg DMs,n'2:.c 5 South Horseshoe Drive•Naples,Florida 34104.239-252-8192•www.solliergoviia( Packet Pg. 2095 16.E.9.b ` I Co er County GROWTH MANAGEMENT DEPARTMENT Q ce INTEROFFICE MEMORANDUM . N 0 DATE: October 17,2016 TO: Evelyn Colon n Procurement Professional E m FROM: Jim Zuver,Sr.Field Inspector-Road Construction 0 L SUBJECT: Summary of Change Order#2 a. LASIP Wingsouth/Sandy Lane Stormwater Improvements d' N The project is intended to improve the drainage in the LASIP basin around Wingsouth. r 1. This change order will draw against, Item CC950-EW, Earthworks Allowance, to add quantities to Item 120-6, Embankment and Item 570-1-2,Performance Turf. O U_ 2. The change being requested was not included in the original contract because it was found that,due to the actual site conditions, the plan grades do not match existing private co property elevations and these added quantities correct those elevations. u_ 3. If this modification is not processed it would leave a sharp drop off between the a) constructed swale and the existing homes. This would create a safety and maintenance o concern. a, C ca U LL. ti C) C, r C C, L U — w Packet Pg. 2096 r 16.E.9.b I Exhibit E:Construction Change Order Form Contract#: 15-6519 Change#: IIME urchase Order#: 4500165879 Project#: 51101 0 N M Contractor/Firm Name: D.N.Higgins,Inc. Project Name: LAW Wingsouth/Sandy Lane Stom water N improvements Project Manager Name: James Zuver Division: Transportation Engineering o a m Original Contract/Work Order Amount $ 3,513,224.50 12-8-15 11B` Original BCC Approval Date;Agenda Item# d Current BCC Approved Amount t/ $ 3,513,224.50 12-6-15 116 Last BCC Approval Date;Agenda !loam# > Current Contract/Work Order Amount $ 3,513,224.50 1124/2017 SAP Contract Expiration Date(Master) co Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount c Revised Contract/Work Order Total $ 3,513,224.50 0,00% Change from Current BCC Approved Amount '_ Cumulative Changes $ 0.00 0,00% Change from Current Amount _ Q Completion Date,Description of the Task(s)Change,and Rationale for the Change en cp Notice to Proceed 2/29/2016 Original 1/24/2017 Last Approved 5/.2.47 Revised DateAM- •E Date Completion Date Date ,, dudes this change) r.t) r #of Days Added Ai4 Select Tasks 21 Add new task(s) 0 Delete task(s) ID Change task(s) 0 Other(see below) m E 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 o this change Is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 2 d- o 1. This change order will draw against the Roadway Allowance to add quantities to Item 110-4, Removal of Concrete Pavement, et and add a new item 400-1-15,(DRIVEWAY)(REINFORCED)(SPECIAL). -� 2. The change being requested was not included in the original contract because a driveway was constructed last summer alter the final project plans were completed.This driveway has to be removed to allow for large pipes to be installed as part of this project,and the driveway must be replaced with one of equal specifications. ✓ r N 3. If this modification is not processed this driveway will not be replaced'in-kind'. V O 0 >, Prepared by:-? e'3-,-r.. ..- / o= r Date: in James Zuver, SJ for Field Inspector, Transportation Enginering Division c Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same LL termsand conditions as contained in the contract/work order indicated above,as fully as If the same were stated in this acceptance. The a`) adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ -2 Design Professional arisin er-related-to-the_ctlanc a set forth herein,including claims for impact and delay costs. 0 Accepted by,y.. t- ° Date: JO/01- / ///c ar its T3ranclyBartolone;VicyPiesident, . N Nig�gins, Inc, = U l' Approvfid by. ,t.'„,,-,_.,,,./7._ ,./(4,.//� es,e-----,,e-----, - Date: Ji)( /A r` #cvSieve Ritter, Road Cnstruction Mgr., Transportation Engineering Division Date:-/� 167 Approved by: - J.y Alit ``:d, 6 :F Di ec or, T.ansportation Engineering Division Cu 6% Approved by: .. r r ` ter Date: /6/274D vi S. Wil son, D a meet ead, Growth Management Department a ,;(1 E Approved by: �� /�f Date: 7 e'' 1 '7 cI Eve yn Colon`Procurement Specialist, Procurement Services Division `g'~ (Divisions who may require additional signatures may include on separate sheet) Revised:10/28/2014 Packet Pg. 2097 ..__ 16E.9.b Ut Procurement Services Cofer County Change Order Form >«rte,:. , - . ..r•.. . . Contract Modification ❑Work Order Modification ❑Amendment / ontract#: 15-6484 Change#: 001 Purchase Order#: 4500169828 Project#: 4 988$1'5861 co l M Contractor/Firm Name: Quality Enterprises USA, Inc. Contract/Project: Sidewalk Improvements—New Market Rd. N Shannon BassettCollier County Growth Management Department-Division Name: Transportation Engineering-Division Project Manager Name: p Q. - - - l Original Contract/Work Order Amount $ 1,468,940.26 ,04-26-16 11A Original BCC Approval Date; Agenda Item # Ce Current BCC Approved Amount $ 1,468,940.26`/ 04-28-16 11A Last BCC Approval Date; Agenda Item # > Current Contract/Work Order Amount $ 1,468,940.26 3/(3/2017 SAP Contract Expiration Date (Master) 'a Dollar Amount of this Change $ 3,286.81 0.22% Total Change from Original Amount N Revised Contract/Work Order Total $ 1,472,227.07 0.22% Change from Current BCC Approved Amount 'E Cumulative Changes $ 3,286.81 0.22% Change from Current Amount E I Completion Date, Description of the Task(s)Change,and Rationale for the Change Q i // rn m Notice to Proceed eij / Original 03/06/17 Last Approved 03/06/17 Revised Date 03/06/2017 Date .--_- 41 Completion Date Date (Includes this change) a) N #of Days Added r 0 Select Tasks ❑Add new task(s) ❑ Delete task(s) ❑Change task(s) X Other(see below) c a) Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/ E or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the E impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. C • 0. c, N Change Order#1 is necessary because of quantity changes to existing pay items. An additional $3,286.81 will be added Trrsi to the contract,Jrom Pr lac, 60118. iii 1. It was determined during construction that due to field conditions, a conflict would result between the top of a pipe r run,and the designed location for a bus boarding pad. To alleviate the conflict, the use of a different type and r rn quantity of pipe is proposed. It will also be necessary to relocate a sign, and to provide positive drainage, a o driveway will need to be reconstructed. Please see exhibit A for quantity modifications. The total of these U changes will increase the contract by$3,286.81 aryl no additional time is required. >,, 2. These changes were not included in the original contract because the elevation of the pipe was incorrect in o County records,and the true elevation was not known until ground was broken. to E 3. If these changes are not processed,the pipe that is installed will conflict with the proper construction of the 8 proposed bus boarding pad,and possibly require repairs in the future at a greater cost. d L o Prepared by: C / --- _ Date: 1 t--01— \(0 a) Shannon Bassett,Transportation Engineering cis Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same U terms and conditions as contained in the contract/work order indicated above, as fully as if the same were stated in this acceptance. The ti adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ 7- Design Professional arising out of or related to thecha{age set forth herein, including claims for impact and delay costs. // (( I l r Accepted by: ( `..l , .;i., ,' ., /1' d. �. ' L l' t 1i,! ,i,i 's 1`t_1i.w�r i t 1 i';.' v l i .\ 1\\ciy[t.�s. i Date: 1 kj l ;I•._l (,� Quality Enterprisesrp -- r C) Approved by: ..,*7).f --�. —' h'ik ... Date: /1- 2-1(x' c Steve Ritter, Road Construction Mgr.,Transportation Engineering Division a' E ^kAproved by: Date: il 3/1(1 ..= a y A mad, i vision Direr or,Transportation Engineering Division 'Z 't 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCURE NT Sg ONLY-7 C 1 Admin i RC es Packet Pg. 2098 1 6.E,9.b `I Jar / • y Date;( 1/7 . !/4 Approved 4: David S. 'son, Department Head,Growth Management Dept. Date: 0NApproved by; 6),,torT /��7/�,(� Evelyn Colon, Proc /ement Specialist, Procurement Services Division a a) a) .175 »r E N d t) d *C'C a) E a, 0 O d 0 cv N rn O U_ C 0 rn E 0 LL at 0 a: C C.;U U- M V C) d C • a) E U ra Revised:10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC BCC ES Packet Pg; 2099 16.E.9.b rpJ Lk Collieryo M Growth Management Department N.,- Transportation Engineering Division o. October 24,2018a) ce Dane Kelly,Vice President a) Kelly Brothers,Inc, w 16775 Pine Ridge Road Fort Myers,FL 33908 ..tri E RE: Zero Dollar Contract Change Notitkatlon,Change#03 .E Contract#15-8447 Chokoloskee Bridge Replacement E la Project#88088.9 and Purchase Order#4300166889 Q ce ( a) Dear Mr.Kelly: 4 0 By copy of this letter,the above referenced contract is being Issued a zero dollar($0.00)change as a) Cr) indicated below; c a) e Draw against Bridge Allowance to pay for bulkhead repairs to the seawall.Total cost of$124,298.30, aa)) See Exhibit'A'. o Sincerely, t.E •o or NI—... k Steve Ritter,Manager-Road Construction U7 T Wilt/1p Prepared by: \ ) C el Dale: N Vince Zalleuakes,P,E.,Senior ► t Engineer,HighSpans Engineering,Inc. O ---- Date: \c4i.`> Ii ' , Accepted by: - >' de ally,Vice President,K' Brothers,Inc, c /0-3/_/6 Approved by: 4?;,43-- Date: L Steve Ritter,Road Construction Manager,Transportation Engineering Division r° Approved by: Date; /14" o Ahm ,P.-. r ctor Trans at on Engineering Division 1 a� r cc +'' Dale: � '/A- ( c Approved by: David S.Wilkison. 'Department Head,Growth Management Department U (OCQ Approved by: iCltDate: ► i I s u- Eve Colon,P ement Strategist,Procurement Services Divie ...- 0 U ta1 A ft` ) 1 CI { r+ £k4 bee f. a) 7rtsportate t Frgiioairp OMan'2685 South Honodwo Mao•Naples,Elora 34104$235.252-6192'ow col marmot E co \ Q � t31 Packet Pg. 2100 16.E.9.b Co -r County y GROWTH MANAGEMENT DEPARTMENT 0 0_ INTEROFFICE MEMORANDUM ._ E U) DATE: October 31, 2016 TO: Evelyn Colon m cn Procurement Professional •- c a) FROM: Steve Ritter,Manager, Road Construction E SUBJECT: Summary of Zero Dollar Letter Mod#3 Chokoloskee Bridge Replacement 0a 0 d' 1. This change order is requested in order to move allowance funds into specific pay items to avoid overrunning those pay items.The breakdown of funds is outlined on Exhibit A(attached). 2. For pay item 0401_70_3, RESTORE SPALLED AREA, LATEX MODIFIED MORTAR-ACRYLIC, the change was not included in the original contract because the quantity increased due to existing damage uncovered after required repairs began for the existing seawall and bulkhead. It was 0 discovered that none of the existing seawall shear keys had been grouted during the original -- construction of the bridge In 1955.The amount covered in this change letter covers work on the NE corner of north bulkhead as well as anticipated repairs on the NW and SW corners. N 3. If the changes involving pay item 040120 3, RESTORE SPALLED AREA, LATEX MODIFIED MORTAR-ACRYLIC are not processed, the repairs needed will not be completed properly and may ,° result In decreased service life for the seawall. The existing sea wall is falling apart, it was built in 1955, only after exposing the wall to replace the cap can the extent of O needed repairs be evaluated. The contract has the pay item for the repair material but only had a minimal amount of 10 E cubic feet,. Since the damage could not be seen. The shear keys ( actual joints where the wall panels are connected to 2 each other) and other bad areas we found have been allowing the material behind the walls to erode into the river with ti each fluctuating tide. Maintenance was continually adding material to try to fill the voids. 7- M V a1 a) U Packet Pg.2101 Procurement Se 16.E.9.b C® Y Comity Procurement Order • 0 Contract Modification 0 Work Order Modification ❑ Amendment I I ContractPurchase Order#: 4500149999/4500167227 Project#: 60182,5 #: 14-6203 Change#: 1 is Contractor/Firm Name: Douglas N. Higgins,lnc. Contract/Project: J&C Boulevard Roadway Improvements N M Mark McClearyGrowth Management -iv' Project Manager Name: Division Name: r o Original Contract/Work Order Amount $ 1,624,005.80 02/11/14 11.A Original BCC Approval Date; Agenda Item # a Current BCC Approved Amount $ 1,624,005.80' 02/11/14 11.A Last BCC Approval Date; Agenda Item # IX a) Current Contract/Work Order Amount $ 1,624,005.80 2/12/2015 SAP Contract Expiration Date (Master) d Dollar Amount of this Change $ 43,486.66 2.68% Total Change from Original Amount Revised Contract/Work Order Total $ 1,667,492.46 2.68% Change from Current BCC Approved Amount N Cumulative Changes $ 43,486.66 2.68% Change from Current Amount 'E E ma Completion Date, Description of the Task(s)Change,and Rationale for the Change Q N o Notice to Proceed 5/05/2014 Original 3/31/2015 Last Approved 3/31/2015 Revised Date NA0 Date Completion Date Date (Includes this change) cu #of Days Added NA Select Tasks 0 Add new task(s) 0 Delete task(s) 0 Change task(s) ® Other(see S. m below) E m Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and/ L or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the o impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. a The following change order is a result of warranty work necessary on J&C Boulevard Roadway Improvements(project 60182.5, N 4500149999). 44- This after the fact change order will fund an additional$43,486.66 to add a'/2 inch of superpave asphalt originally approved under Purchase Order 4500167227 ($48,593.16). r 2. The change being requested was not included in the original contract because defective work was found during the warranty r period by County staff.The material testing report indicated a tack coat failure where the overlay and underlying pavement join. N The suggested repair was to replace the overlay with 1 Y2 inches of superpave asphalt after milling 1 Y2 inches to remove any it bonding deficiences with the underlying pavement. The original design plans called for a 1 inch overlay which is a common design 0 for roadways in the Pine Ridge Industrial Park which have been performing acceptably.The contractor is willing to repair the a defective work up to 1"of superpave asphalt as specified in the design plans. The County,working with the designer determined that the overall life of the road will be increased if an additional Y2 inch of superpave asphalt was laid. Purchase Order o 4500167227 was issued for the additional Y2 inch of superpave asphalt. The work was completed and the contractor issued a new u warranty letter which expires on June13, 2017. o L.L. 3. If this modification was not processed the warranty work would have been completed with 1 inch asphalt as when the original work L was completed. The excessively heavy traffic that J&C Boulevard potentially has on a daily basis could cause the same warranty work to be necessary in the near future. By adding the additional Y2 inch now,we are improving the structural integrity and p improving the service life of the pavement potentially preempting future maintenance work and saving the mobilization and a� maintenance costs if this%inch would be added in the future. pp�� ca �� �(/2� Date: P!/ yo/6 U Prepared by: o Mar ' lea , PE, P. , rincipal P ect Manager,Transportation Engineeering Div., GMD , Approved by:,,. i,---; (' Date: I u_ 7 Ja v, P E. P c r,ra sortation Engineering Division,GMD 1v.) y�, Date: (, f 7 //(da v Approved ; . III.vid . 'ilki in, 3epartment bead, Growth Management Dept. a) CI Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same c terms and conditions as contained in the contract/work order indicated above, as fully as if the same were stated in this acceptance. The a) adjustment, if any he-Gantfaet-stall-constitut@ a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ ,c Design Profs nal-atlsing out of or related to the cha`nge-setforthherein, including claims for impact and delay costs. U Date: /7/ 2 ! / ca A -ted by: r.--c _-. � . " __- , Q Bra tly9 rtolone Douglas N igg/ins VP/Regional Manager / ( (l""Inc,' Date: ///7//e0 Approved by: Evelyn Colon, Procu ment Specialist, Procurement Services REMEN`f�USE ONLY Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUI ^^ ,i Admin I Packet Pg. 2102 I id. II.'IIV —__. 116.E.9.b I ��, Procurement Services °"' (my Change Order Form • i ®Contract Modification 0 Work Order Modification 1-.1 Amendment o N Contract#: 16-6607 Change#: 1 Purchase Order#: 4b00170(0Project#:I 60149 I cl Contractor/Firm Name: annuls Landscaping and Irrigation Contract/Project:f Collier Blvd.Highway Beautification = 0 0. ProMana er flame: Pamela Lulich GMD Road&Bridge Division Landscape Section Ce 1 g Division Name: > Original Contract/Work Order Amount $ 152,247.78 7/12/16 16A5 Original BCC Approval Date; Agenda Item# to Current BCC Approved Amount $ 152,247.78' 7/12/16 16A5 Last BCC Approval Date; Agenda item# a. Current Contract/Work Order Amount $ 152,247.78 3/7/2017 SAP Contract Expiration Date (Master) E Dollar Amount of this ChangeC $ 752.00 0.49%� Total Change from Original Amount •- E Revised Contract/Work Order Total $ 152,999.78 0.40% Change from Current BCC Approved Amount -a Cumulative Changes $ 752.00 0.49% Change from Current Amount Q Completion Date, Description of the Task(s)Change,and Rationale for the Change J cu c.) Notice to Proceed 9/7/2016 Original 3/7/2017 Last Approved[/7/2017 Revised Date I taiA to Date —_ Completion Date Date (Includes this change) •C #of Days Added 0 Select Tasks 0 Add new task(s) 0 Delete task(s) Ei Change task(s) 0 Other(see E 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 theca impact If this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed, a`C This change order is required to revise the bid specifications.The recommended changes are as follows: o N 1) The requested changes Include the removal of the cost of the water meter that the County paid for directly;increasing the main casing N size that was incorrectly specified;including additional linear feet of casing to meet field conditions;upgrading valves from plastic to brass;and increasing the number of bubblers to enhance the irrigation system to meet the plant material requirements. , a- 2) Once mobilizing on the site,these Issues were discovered and Contractor proposed corrective actions. ' Further explanations of the specific changes are included on the attached letter,immediately following this form. y t 3) The water meter was paid for directly by the County and will be removed from the contract. The enhancement of the irrigation system 0 I components will provide for a more efficient system which requires less maintenance. j U Please see a liional detail attached. > ___ p G Prepared by: AO Date2 2 % �j(�C E Pamela Lulich,GMD/Road Maintenance Landscape Operations Mgr. , 0 Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same to terns and conditions as contained in the contract/work order Indicated above,as fully as if the same were stated in this acceptance, The i a� adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ 7 Design Professional arising out o or related to the change set forth herein,including claims for impact and delay costs. O t d Accepted by: il' . __,;..., _ Dale: V&»4V,1s a^' 016 C Dare Hanniti. sident,Hannula Landscaping&Irrigation,Inc. to 0 Approved by: • ( ( >. Dale: 11/2/16 S Win..ham, Landscape Architect, W/i Jham Studios, Inc. T _ Y / 1 U- Approved by: .._ _. � '`°- j � 1 .- r `'fravt scar* t'1D/Ro Mai "nance Director �� d) Approved by,j,.- .`4 I. <:. - • C1.1r .,m._�_._..----- aa) David S:Vkisor, GMD -ad �� E t ct - Ito Approved by: ` Date. v __ rends Brilhart, Proc wiled!Strategist— Revised' —_ - P.---.Revised'10(20/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCURStA TT SE ONLY • Admin 9CC i BCC ES Bpi i 1-a 1 (. Packet Pg.2103 116.E.9.b I \.0 o icy County Public Utilities Department - o November 3, 2016Planning & Project Management Division r Mr. Brandy Bartolone, Regional Manager N Douglas N. Higgins, Inc. t 0 4485 Enterprise Avenue o. a> Naples, FL 34104cc m RE: Zero Dollar Contract Change Notification# 5 ca Naples Manor WM Replacement Phase 2/MPS 306 FM Phase III �: E Contract No..15-6457 E Purchase Order No. 4500160939 Q Collier County Project No. 71010.25/70044.6.3.3 to a) cs Dear Mr. Bartolone: m U) By copy of this letter, the above referenced work order is being issued a zero dollar ($0.00) change as m indicated below: E m m ®Other:Adjust quantities and reallocate dollar amounts between tasks as described in the 0 attached table. a 0 1. Explanation/Rationale: During construction of the project additional quantities of concrete cv �` drive way, pavement reconstruction, pedestrian tactile strip, and temporary and permanent N roadway striping were required to complete the project. The quantities required in the bid schedule were not sufficient. For other items, the quantity in the bid schedule exceeded the quantity required for the project. The funds associated with the excess quantities are being y reallocated to provide additional quantity of required items. p 2. Why was this change not included in the original contract? An error occurred in the 0 measurement or calculation of the required quantities of pavement reconstruction, concrete 2' c driveway replacement, pedestrian tactile strip, and temporary and permanent roadway o striping. E 3. What will the impact be if this change is not processed? During construction the County will not be able to adequately direct vehicle and t0 pedestrian traffic without the additional temporary constrictions items and markings,which would be a safety hazard, After construction, L citizen driveways would not be reconstructed to pre-construction state,which would be a nuisance and hazard to citizens. 'jai Sincerely, Oas a) L4,--,-- /I//rdhP,:(4c asU Wayne M. Karlovich, P.E. r` Senior Project Manager r M T Swainson Hall Aer.cure• s. t Strategist, Purchasing Department liJ / Date: if/7 I Approv.� Ci C: Robin Sheley, Clerk's Finance Division U r Zi urt Planning&Project Mat e eentDivision•3339 Tamiami Trail East,Suite 303 •Naples,Florida 34112.5361.239-252-4285•FAX 239-252-5378 Packet Pg.2104 16.E.9.b; t' CO7 i'' C014�g,)✓�1 Procurement Services • Change Order Form ❑ Contract Modification 0 Work Order Modification 0 Amendment I '�` Contract#:116-6573 I Change#:I 5 I Purchase Order#:I 4500166910 I Project#:1 52011 I N ` t M_ Contractor/Firm Name: DEC Contracting Group, Inc. I Contract/Project:I CCSO Orange Tree Sub=StationN I r o Project Manager Name: Robert Fuentes Facilities Management Ia. I Division Name: Original Contract/Work Order Amount $ 2,512,853.00 3/08/2016 11 A Original BCC Approval Date; Agenda Item #' Current BCC Approved Amount $ 2,512,853.00 3/08/2016 11 A Last: BCC A m Current Contract/Work Order Amount pproval Date; Agenda Item # $ 2,512,853.00 2/8/2017 ':SAP Contract Expiration Date (Master) N Dollar Amount of this Change $ 1,467.84 0.06% Total Change from Original Amount c Revised Contract/Work 'Change Order Total $ 2,514,320.84 0.06% Change from Current BCC A E Cumulative Changes pproved Amount -a $ 1,467.84 0.06% Change from Current Amount Q in Completion Date, Description of the Task(s)Change,and Rationale for the ChangeI 01 Notice to Proceed' 4/14/2016 I Original 12/08/2017 I Last Approved 12/08/2017 I Revised Date2/08/2017 o Date Completion Date Date (Includes this change) I I a' #of Days Added I 0 °' Y Select Tasks ®Add new task(s) 0Delete task(s) E below) 0Change task(s) 0Other(see m 3 c., Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s) to the task(s)and/ ti 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, e N 1.The BCC approved the Construction of the new CCSO Sub-Station on 3/08/2016, this building has a total of 9,680 sq.ft., during the construction it was brought up to the attention of the Architects BSSW and owner that two(2)roof down spots will discharge water into the equipment yard, During a heavy downpour the yard will be inundated and water will not drain fast enough causing possible slime ;— build up and damage to stored equipment. It was determined that the best solution is to install an underground rain leader with additional floor drain and tie in the down spots to the rain leader and water will go directly to the site drainage system. This change `— adds$t4(,7:64 to the total cost of the contract. See attached recommendation from BSSW Architects on this issue. 2.This item was overlooked during the drawing review process and was not included in the original contract to the contractor.At the 0 U time of design, it was thought that the downspouts would be sufficient,and upon construction it was determined that this assumption is >+ incorrect. c 0 3. If this change is,nt a roved the build') will function normally, but the equipment that is stored on site could have it's life span E reduced,and in tufn cans additional ex-ens to the County, if a large amount of rain water is not channeled out of the slab quickly to o avoid slime an /algae bu)d up. I) Cj O Prepared b : 6 44/ /6) /5' ,6 i� Robert Fuentes Project anagen, Facilities Management Division Date: / c fli Acceptance of this Change Order sh.II constitute a modification to contract/work order identified above and will be subject to all the same U terms and conditions as contained i 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 o of or related to the change set forth herein,including claims for impact and delay costs. M Accepted by( _ // _ .wor " d DE Contiac ng Gr.u., I r " Date: 1� '/3 `/ a j �'t ` ,f m Approved by :;r r /(,/�'f" '/ E BSA dt L/ (,; _ Date: c j f , Approved by: .Jr / ,� /�., '�- date: / ' . PIrcha ing Procurement pedia f ri 1 \ 3\ \ Revised:10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREE�•USE ONLY I Admin I ( Packet Pg. 2105 16.E.9.b CO ler ua>ty Administrative Services Division c Facilities Management i izir N October 26;2016 Mr, Douglas R. Masch II, President; j o a. DEC Contracting Group,Inc. I Q: 1560 Matthew Dr., Suite Bm > Ft. Myers, F1. 33907 RE: Zero Dollar Contract Change Notification, Change# 6 N Contract#16-6573 CCSO Orange Tree Sub Station. c E PTs roject#52011 Purchase Order#4500166910 Q d c) Dear Mr.Masch: I a) By copy of this letter, the above referenced contract is being:issued a zero dollar ($0.00)change : indicated I E below: a' E ®The above referenced contract time is hereby extended by 22 calendar days. The previous to -1 number m of project completion days was 3K 0. The previous final completion date was 2/08/2017. The new o substantial completion date shall be 1/31/2017. The new final completion date shall be o-R or before I a 3/02/2017. Note: TimeLextensiona cannot exceed 20% • • I N By extending this conti•act, the County is not relieving your firm of its obligations to perfor.. ork in a timely and satisfactory manner or any consequences resulting from failing to do so. Collier Co ty hereby _ reserves all legal rights, including, but not limited to, rights to terminate, suspend or elec' fly other `n appropriate course(s) of action should circumstances warrant with regard to the referenced cont • ct. j co Additional Staffing Categories: Name Professional Position(s)Associated Hourly Rate(s): Ho y Rate(s) O U _ Draw against Contiact Allowances T c o CO# 6 This request i$for additional time due to excessive rain days during the summer mont the i N construction process was delay by 22 days this was verified by a rain gauge install at the site the is o require according to the Storm Water Pollution Prevention Plan and can be verified at the const -ction ti site. This change is valid and under.the Contract documents Section 9.2 contractor as the right '. ask for I m time e -ns..n for incle II-.t weather. -o . 0 a) C Sincer• y f° i i i V4/(V4 0 r-- >-- Robert Robert Fuente. I, et Project Mane: r i v • L 0 Rhonda Burns, Procurement Strategi t} Purchasing Department i r) , :1 ; / c Approval:. / ' 6', /kilt( 1 r /�', as PP Q 1 1:'I 1`3I 1 () i Packet Pg.2106 16.E.9.b j oCT o n y 1ty September 30,2016 .-..., Revised November 16,2016 a, N M Public Utilities Engineering & Project Management Division 3339 Tamiami Trail East; Suite 303 t Naples, Florida 34112 a ct Mr. Dan Higgins, Vice President > D.N. Higgins 4485 Enterprise Ave. N Naples, FL 34104 _ RE: Master Pumping Station 109 Rehabilitation Project U) Bid No. 14-6330, Construction Contract °; • Zero Dollar Change Letter No.3 QEVIseri Public Utilities Planning &Project Mgmt. Dept. Project No. 70050.20 cn Purchase Order No. 4500156159 5 au E E.' Dear Mr. Higgins: c u 2 By copy of this letter, the above referenced work order is being issued a zero dollar($0.00) change as o_ indicated below: o N .1- c.,___ — Add contract time: T DAdditional Staffing Categories Professional Position(s) Hourly Rate(s) N CIDraw against the Allowance(specify allowance item and identify specific items and quantities): O U ® Draw against the Allowance: This ZDCL draws: c 0 1. $10,044.05 (Weather Station) WD 2 u) 2. $10,470.00 (New C900 Piping) WD 1 L 3. $ 2,500.00 (Additional Standby Pumping Costs) WD 4 u° 4. $ 4,193.43 (Bollards) WD 3 5. $31,403.00 (County-Purchased Equipment with No Mark Up &No Sales Tax) WD 7 0 6. $ 1,352.00 (20 inch PVC Pipe Cap) WD 8 Total $59,962.48 Scer-ly, ti l–/ clot,- E Deter Schalt, PMP ,,,, Senior Project Manager o m 0 Swainson Hall, P 7.'ure v Ar ategist, Purchasing Department c i if a) Approval: jti Date: lV f/t,//4 U V/ Cc: Robin Sheley, Clerk's Finance Division Packet Pg. 2107 1u i 16.E,9.b 1 ..01'1'14` E>'ti N i , Memorandum M F.,- „ ,..,,,,-.44,r -0 1110- 't - a) To: Adam Northrup,Procurement Specialist Procurement Services Department w From: Peter Schalt, PMP, Senior Project Manager c Public Utilities Engineering & Project Management Division Q N o Date: September 30, 2016 0 a) Subject: MPS 109 Rehab u) c ZDCL No. 3 WD 1—4, and 7 & 8 E Contract 14-6330 2 PO No. 4500156159 2 D. N. Higgins, Inc. a 0 N --, 1. Detailed and specific explanation/rationale of the requested change(s) to the task(s) and/or the additional days added (if requested): r Item 1: Work Directive No. 2: Add a new standardized Weather Station. The new standardized weather station was added to the project so that all of the pertinent data p can be collected to efficiently and effectively operate the station. v Item 2: Work Directive No. 1: During design and development of the bidding documents, N certain assumptions had to be made regarding the existing piping and existing field conditions. o Record drawings showed the existing pipe line to be tied into to be 20 feet deep. After u. excavation and exposing all existing conditions, it was determined that installing a new PVC force main at a shallower depth would be more cost effective, safer, and easier to construct. p` a) Item 3: Work Directive No. 4: The construction of this master pumping station required a r. complete bypass system around the station in order to perform the work. During the v construction, Pelican Bay held two major golf tournaments. Collier County, as a part of their r "good neighbor policy” decided it would be prudent to prevent the contractor from performing u_ construction during these two events in order to not create noise and disturb the golfing event. r Therefore two additional weeks of bypass pumping was required during the construction shut o down. .� c a) Item 4: Work Directive No. 3: Additional bollards were installed after the new fuel tank, diesel c - , pump, and electrical equipment was installed to further protect them from vehicle and cz maintenance equipment damage. Q Public Utilities Engineering & Project Management Division Packet Pg.2108 16E.9.b 9v Item 5: Work Directive No. 7: Ancillary pumping equipment that was to be Owner-purchased by contract, was inadvertently purchased by the Contractor. This item reimburses the Contractor for this equipment with no contractor mark up and no sales tax. Therefore, the result is no additional costs to the Owner compared to if the equipment was directly purchased by the Owner. °a Item 6: Work Directive No. 8: As a result of excavating for the new piping installations, an existing 20 inch utility line was in conflict with the proposed discharge line from MPS 109. To > proceed with construction,the conflicting line had to be cut,removed, and capped to make room for the new construction. E Why this change was not included in the original contract: Item 1: Weather stations being installed at all master pumping stations have been standardized. At the time of bidding and award, the standardization had not been finalized. The new cn standardized weather station was added to the project so that all of the pertinent data can be collected to efficiently and effectively operate the station. Item 2: It would have been impossible to inspect the condition and locations of the existing c piping arrangements prior to full excavation and assessment of piping alignments and elevations, d Only after construction award, could the contractor be authorized to do the as built investigation. Item 3: There was no way to know that the two golfing events would occur during the construction period. Item 4: Some bollards were included in the original design,however until final positioning of �(A the new equipment was in place, it was not known how many and the final locations of the new O bollards. Item 5: Although the bidding documents and resulting contract were clear that the equipment was to be Owner-purchased,the contractor inadvertently made the purchase. Once realized,the o contractor asked that the Owner reimburse the contractor the direct costs with no mark up and no sales tax. Therefore the costs are the same as it would have been had the Owner purchased the equipment directly. p` Item 6: This item could not be anticipated and was only discovered during excavation for the new construction. 0 r 2. Describe the impact of this change if not processed: u- M Item 1: The station operators rely on accurate data to operate the stations efficiently and effectively. They also use the information to control flows and to evaluate when maintenance is required. If the new weather station is not added and installed, it would make the operation of the station less efficient and would likely result in more unnecessary maintenance. Public Utilities Engineering & Project Management Division Packet Pg. 2109 16.E.9.b / v Item 2: The excavation would be deeper,potentially less safe, and due to the water table, would have required extensive dewatering,potentially at a greater cost. Item 3: Noises emanating from the construction activities could have potentially created N distractions to the golfers, therefore it was more neighborly to cease construction activities r during the two golf events. 0 Item 4: The new additional bollards potentially mitigate safety hazards and damage to the new cc equipment. It is possible that without them, vehicles could back into the new equipment and > cause damage, which would be a greater expense to the County in the future. 73 N Item 5: This change was a mistake by the contractor, but the results were the same as if the County would have performed a direct material purchase. (After negotiation, the County saved money on sales tax) Item 6: The new construction could not proceed due to the 20 inch line being in conflict with the new proposed piping. U O L a. CLis zrt O N LL 0 a) a) ca ti 7- a)d f6 Public Utilities Planning & Project Management Division Packet Pg.2110 16.E.9.b 7Y Cvtivy Procurement Services Change Order Form ❑ Contract Modification ❑Work Order Modification ❑Amendment Contract#: 13-6164TE Change#: 1 • Purchase Order.#: 4500166530 Project#: N/A • T Contractor/Firm Name: Forge Engineering0 Inimokalee Rd.Ashatec concrete Coring&EngtneeringReport . N Contract/Project: V- •• Manager Name: Dave Morgan Road Maintenance Projectr g Division Name: C 0 Original Contract/Work Order Amount $ 13,478.00 2/25/2014 16E5 Original BCC Approval Date; Agenda Item# Q- Current BCC Approved Amount A-/4 1 2Jas/r/ //r;'.5 Last BCC Approval Date; Agenda Item# W Current Contract/Work Order Amount f3,L/76 r' 3/2812019 SAP Contract Expiration Date(Master) Dollar Amount of this Change C.to C , Total Change from Original Amount Revised Contract/VVork Order Total $ 0.00 :Le) -.! Change from Current BCC.Approved Amount N Cumulative Changes $ ().c? 0 Chtian.e from Current Amount E -- Completion Date Description of the Tasks)Change and i2ationale for the Change _ , Q a, Notice to Proceed 3/3/2016 Original 4/14/2016 Last Approved 4/14/16 g PP Revised Date N/A '_ Date Completion Date Date (Includes this change) y co #of Days Added N/A Select Tasks ❑Add new task(s) 0 Delete task(s) ❑Change task(s) Other(see c ® below) Q, F.1.) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s)to the task(s) and/ E or-the additional days added (if requested); 2.)why this change was not included in the original contract; and, 3.) describe the p ,impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. a 1) Additional rates were required to perform the Core testing approved on this work order. These N rates were added and approved at the beginning of the process. N - Coring Equipment$250/day Asphalt Patch $15/bag MOT $1,500/day y • 4t 0 U 2) These additional rates were included and approved as part of the work order as contract 13-6164 ,, allows on Schedule B. In this case additional approval is being required.until then payment has e been withheld from the consultant. to E 3) If these additional rates are not added the County will not be able to pay the Consultant for t° approved work that they have already completed . 0 a, Prepared by._Dave Morgan, Road Maintenance Date: 10/11/2016 a) c (Project Manager Name and Division) '— vs Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same U terms and conditions as contained In the contract/work order Indicated above,as fully as If the same were stated in this acceptance, The ~ adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ u_ Design Professional an g; t .fted e change set forth herein,Including claims for.Impact and delay costs. M Accepted b p y zzlia fir re) I tr °r l is )='�- Date: (C tractor/Ven / t/Desig p seal an Name of Fimf�ff r . i project applicable) �� a Approved by: Date: c (Design Professional and Name of Firm,If project applicable) E c., Revised: 10/28/2014 (Divisions who may require additional signatures may Include on separate sheet) III.-• a r Lwow,' ' Adminlal BCC ES Packet Pg. 2111 16.E.9.b 1 /� /�/ 9 1 APProvad by 6)./ /jJz Date: Prue ment Profe oral) �s` A co Approved by: �'�.."...de....:. .: lle4tlt?► 1)# Sick/` Dater T (01r,wr / N Approved by. - g•< > 1 -.1..._.�cxv`,Q 9- (tel-)r IL'{—$ S(=>''`l Date: /O! f z'%Cn N (Department Head) T 0 0. a) ce to > I- L :re E Q N a) U C a) co 1 C a) E EL U • O L a. 0 N .t N j'1. T T N it0 U_ c 0 N E L O u_ L a) L 0 a) co C ea s 0 I-- , >- LL M T U d CI4d C a) E L U la Q Revised:10P2h/2014 (Divisions sem may require sigivtures may include on aepsrste tbeel.) racipewresa,use O*.Y MCC MliaMt BCC d lot Packet Pg.2112 16.E.9.b` �" Procurement Services CO..7E;r O-r4ng ty Change Order Form --.0-----41.-----N— .„C ---- El Contract Modification ❑Work Order Modification ® Amendment Contract#: 11-5649-NS Change#:13 Purchase Order#:L I 1 Project#: 1 '—, i. i L Contractor/Firm Name: Marsh ClearSight, LLC 1 Contract/Project: Info Systems Software Services N C., Project Manager Name; Jeff Walker Division Name: Risk Management Services J = 0 Original Contract/Work Order Amount $ 107,060.00 0/28/08 16.E.21 Original BCC Approval Date: Agenda Item# I tY Current BCC Approved Amount $ 120,000.001/ 12/13 16.E 12 Last BCC Approval Date: Agenda Item# c, Current Contract/Work Order Amount $ 120,000.00 SAP Contract Expiration Date (Master) I w'—, Dollar Amount of this Change $ 8,000.00 19.56% Total Change from Original Amount •, Revised Contract/Work Order Total $ 128,000.00 6.67% Change from Current BCC Approved Amount ._ Cumulative Changes $ 20,940.00 6.67% Change from Current Amount E Completion Date, Description of the Task(s)Change,and Rationale for the Change i rn m Notice to Proceed /i/2,1(1/O Original !b25/ Last Approved // Revised Date [ii/ I' 7til Date Completion Date Date - ..-..__ (Includes this changes ..__-___ . N #of Days Added 73 0 J Select Tasks ❑Add new task(s) ❑ Delete task(s) (_i Change task(s) fj Other(see y below) d 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 2 impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. n. 0 1. This software supports the Property/Casualty/Workers Compensation components of Collier County Risk Management, which makes Collier County a paperless operation for processing information and claims. This Amendment revises the • effective date of the Risk Management Information System Software Services from November 24,2016 to remain through November 23,2018, unless it is terminated sooner,and increases the annual fee from$120,000 to$128,000 to a quarterly billing payment schedule. T Cl) 2. This is a non-standard Agreement with a period ending for those services. The County intends to continue those services, O therefore an amendment is required to extend the date, increase the price. and revise the payment schedule to a quarterly U billing to continue the service. The price increase represents a 2.445%increase per year to provide the services. >' _ 3. If this change is not processed a manual process would have to be put in place, which could potentially be catastrophic. o 0 subjecting the County to fines and penalties if the paperwork is not processed timely. (4 L 8 U- 1 CV L 0 Cv - -- - -- o) Prepared by: ,. �.,r.-' ' R;'4 is Wie...,,, ,r,,x.;r.,: ();'a','s ,:r.,-1 Date: rr tf�1/ U (PrtSje t Manager Name and Division) ' Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same u_ terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated in this acceptance. The c•) 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. o Accepted by: 004 -`"}� Date: 0 (Contract r/Vendof,/Consult...4'l sign Professional and Name of Firm, if project applicable) E Approved by: 4 ---- �' , � A------- - Date: 13 (Design Profen-onal aKe Name . F'• , i.,0 s ect a plica e) /2 1 �-- Approved by; "` � di� l . c/6� Date: // 6 f Revised: 10/28/2014 (Divisions who ma equire additional signatures may include on separate sheet) rRocua Meer E ONLY tAdmin ' BCC ES t Packet Pg.2113 16.E.9.d z x .r - 0 -`, a et "` t4 1.O. Vf V} i/) V? 4f VT I" iA CO T 0 N M V T C'..;-1 N + l0 00 L a N N a1 .-I 0 rn v m 0 0- ..I N. n N-M 01 M N C) N N (13en0 t11 i4. 0 .-4 01 0 ( 0 Co O O a > r„y t o 00 ‘-1 01 00 L) O Z T. F- miA„,,ns ,r 01 O1 tt Lf1 U. 0 T. a `, J 0 L. a, Co w x Y : a W J fn I— u_ a J E z 0 0 cc O N N - > w v) CO Q U cc U N • 0 aa. a v, w Z a C) r” ,; w 2 w 5 Z 2 w _, a 0 a I.-. aJ—o 0U < 0. = a LLt z x O a U o o z a o m o c to U f0 G 0 K Q 0 u o wvi V1 Co Y - u u a S 00 4,9 Ln a o a Ln E Ln a Z • o a o a I- z 0_ 0 w w w a �O > z J W W 0 0... y ... I- O J Co J w N O Z Z it • G H H m J g f" 00 0 W w C) • ,. m m O zz O 6 0 w a Z 0 1- Q ON `, 'O �1, Y 0 0 .e _ = 0 I U J a d N C 0 s_ :. N CJ ,,,,. 01 01 '0' Lry O• -c H tl • N N 01 0 0 O 000 Ill a1 N. tD 0 NCO � > E nZi.:. t 0 cc > -" „a;�'_•;`: 000 L.0 l00 t00 0 0 0 OO O0 0 N �': 0�3 0 0 0 0 0 0 0 0 0 0 U 0 o O o .- O U U U o o U O Z V;� ;,t '" N N N N U U U N N U •o l0 + > O 0 0 . z+v`; v 00 co 01 to m v o 01 a = ^#- N U1 a a o o LND. LI) CO U Q N z; 01 01 01 01 CO CO w o1 0 m -.,# e m .m-i s m O Co co8 Co 0 0 CO • N 'is O O O O O O O O O O C Lot• N 4 *t„t m 0 m 0 0 00 M m 0 0 N fi T L. • 0 ' `, N N• 0 '? NNNa v a 0 N-- N-ra + .-" Na Nt N . . s . .I O : . ' 0 00 00 00 .-I .-I .-i 0 0 l0 S= t' ,4 N N N N .-i In H N In .-I > > • ;a 0 Z LC) N o- IY m m K VI VS L • i w w w Z Z Z Z O_ _O O w Q QU'l til LC 0 -• 0't W Lel Lel W0 J J V -aGW W > a > > > w w Lu cc' >Z- Z d „ ~ C rt V1 t7N N ccc0I- H ,, — O a Y CO t L t c 3 O + .t•, " ca ,o ao IA 6- • .� 3 3 > > I' O s, 0. .e a, a, d a, a a c -0 -o ,: :5 .a 75 -- a0, N ,L.9 0_ a o aa, C 0 o c''a % c'a — x x c v C c Q. E E E E v a, Y Y > Y > y E $ E o E 3 E m 0 o = t '' s " cn v N a, t'f a, N a, VI �1 L N 0 > ' O O O +-+ __ • ' Co VTI C to Co H C VTI O O YO c 12 f}.., \ U O O O O O O O O y, y i, a0-' .0+ N cn N 0 0 .fl d Z 'a "O '6 '6 c^ L O S 'i. t O x O` O O` 7 E L' Z Z Z U a U a s a 0 -a, a a a. _o .c U '-',...-=`; a CO Q _ 13 v - C C c c a -r a -v a, >. ›..a, -' — — — .1) a a a O O " ":; ) -°a ) a cc': a 0. a. I. ,a 2 m ;; W v Packet Pg. 2114 H-0 <<: I- t- I- H v1 v1 v1 v1 0 0