Loading...
Agenda 04/14/2015 Item #16E7 4/14/2015 16.E.7. EXECUTIVE SUMMARY Recommendation to accept reports and ratify staff-approved change orders and changes to work orders. OBJECTIVE: To provide the Board with visibility of administrative change orders and changes to work orders and promote accountability in the use of staff authority. CONSIDERATIONS: In accordance with the Purchasing Ordinance 2013-69, approved by the Board on December 10, 2013 as agenda item 17.J, staff reports administrative changes to Board-approved contracts of not greater than 10 percent of the current Board approved amount, changes to Work Orders issued under CCNA Contracts that are less than or equal to $200,000, and changes to work orders for all other contracts that are not greater than 10 percent of the current Board approved amount. The attached monthly reports of Administrative Change Orders and Administrative Changes to Work Orders cover the period of February 23, 2015 to March 26, 2015. FISCAL IMPACT: The net total for 19 changes to contracts is $132,516.09. The net total for 2 changes to work orders is $0.00. LEGAL CONSIDERATIONS: This item raises no legal issues 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 accepts the Administrative Change Orders Report and Administrative Changes to Work Orders Report and ratifies the listed change orders and changes to work orders. PREPARED BY: Diana De Leon, CPPB, Contracts Technician, Procurement Services Division • Packet Page-1110- • 4/14/2015 16.E.7. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.7. Item Summary: Recommendation to accept reports and ratify staff-approved change orders and changes to work orders. Meeting Date: 4/14/2015 Prepared By Name: DeLeonDiana Title: Contracts Technician,Purchasing&General Services 4/1/2015 10:45:51 AM Submitted by Title: Contracts Technician,Purchasing&General Services Name: DeLeonDiana 4/1/2015 10:45:52 AM Approved By Name: DeLeonDiana Title: Contracts Technician,Purchasing&General Services Date: 4/1/2015 11:16:43 AM Name: Markiewiczloanne Title: Division Director-Purchasing&Gen Svc,Purchasing&General Services Date:4/2/2015 6:40:56 AM Name: FryeSam Title:Administrative Assistant,Information Technology Date:4/2/2015 8:07:17 AM Name:NorthrupAdam Title:Procurement Specialist,Purchasing&General Services Date: 4/2/2015 8:10:24 AM Name: MarkiewiczJoanne Packet Page-1111- 4/14/2015 16.E.7. Title: Division Director-Purchasing&Gen Svc,Purchasing&General Services Date:4/2/2015 9:33:38 AM Name: KimbleSherry Title:Management/Budget Analyst, Senior, Office of Management&Budget Date: 4/2/2015 9:58:40 AM Name: KlatzkowJeff Title: County Attorney, Date: 4/2/2015 1:20:59 PM Name: DurhamTim Title: Executive Manager of Corp Business Ops, Date: 4/3/2015 10:01:58 AM Packet Page-1112- 4/14/2015 16.E.7. tr)w a a; N c an '.4.-:' e c o 0. 0 o a a .6 o a o La di ,c 0 a E a) c (n o o C o o= U E m Q m m oo d o co 0 a e o U w a U E O .� O a m w m aaai a) °i 2 2 To To m -p a) c o C C - T o m a, a) d ° U o _c c L.. a o U o r. UV 0) O 0 3 O L 0 a) 0 O CO N T o .3 0 0 o a) o E .5 0 c 8 E c n 0 0 a) E o c o o d T •O V c O O -o 0 O) O N O a) 43 O N a) a) O) N O a3 O C E co > O N V a, co .9 N y O N o Q O Q) co C (A h t0 a7 O U w E (('- m v c N 3 5 '° "'i E -c u9 a) a to m $ `o a w a > 2 3 o 0 0 co co U — c O O 2 T - N o 0) a) 7 a) Oa O E N > C 'D O O '� t0 To o N a) O N E 0 m _ 3 0 0 O a N d) a) _ N to -C-5) w 41 C a1 a) 8 2 C a U o O N a O a L 0 — 8 O) > 0 O O y 0 U co C 0 to O C O a) aj 0 O co M O cn a, 0. 0 ^ C co M O O .X o -o C 0 N- a) • N C N Ol N a) 0 O co O N -O co a7 a) 0 Q co- - co o u) u. 0 0 a UUw (0 0 0, .0 rn y N O a) co 5 m to o � a u�9 m o) 0 O O CO 2 N a w 2 a) T a J 0 a s O ; 1. ) V O _ O U N w c U O I/ M al o 2 C O C E (r 0 , '8 N m L M �_ ° J C N N .6 O O- O Q E _� d o °o w U U w aJ N c N C M 0 "O CID -8 L.� U9 N 2 .O to a r o "a N C N U a j ES, T a N V . C N V O N Y o to c rG F J C C 0 a - C) O C U p p N- N C. N � O co C's T 6)V E ~ O C J (O. m Q Q N -o 10 N O C co co 0 C 0�Q w N <f N O (p T v) C to _ U (O u9 .> bo a).- F O O a E o m O N C J N = c U O y 2 aE N C . E N O) N E V N O1 a C a) N_ o -O E W a 'Q N L c 6: m NN o 0 -2 o� > o a w o S oQ c0 ( aj ao a te0 ° o = —U ° o m c m o ° o co c E N p�— ~ o o a.a N N Y II>> O J a)LL O f O t U C E D O. a w a o S u a C O M U g O -a p) N a) .2 N U co la C J a) N p 0 O V a) 0) Op 2 E ~°o d 5 c o E E G o m g o °- a) .5 > o °c) a7 t E E _ LL a) D` c N a) O O O E U 0E >_ 5 a m 0 N 0' a) w C a7 CL. CO > co E U .p C O p a O U C a T 8 N p co E Z 0 co O T V J T a) 'O co co T 7! 5. N W m O N N y O• '(p a 0 0 o a ar U �c a) C E m co c c ` x y m a s o - n re) w m d 0 0 (a . c m a 2 m m Z Z A Z Z y O ?N N c y #o > N # V �V u Q h a) < O co N- ya U a 07 a) C O O)., r M (O N O)a 7, U O) M O> v -o O N O O N 8 _co O C O N a E E•Q a) C C •a — N O cp 2 N C L d ', 6 (o L co N a Q O ( o as • co t l co U O T a a r co o � L m U 0 0 o 0 0 o p _ _QLL O> a U UO_ CoU (N H o a) F- 0 d i 2Z � Uw H CJ(O � U — N Z� U a H �m A T O a) O a) N a d U C a E a) L'A CD a) r O1 )1] CC O (O 'O C O C in C Nw N � t N� r a �U of 8 c J U a U 0 U T N w L U O m L O 0 0 O > O o $ 0 j 0 U 8 0 U 0 N a a 3 3 E 3 0 3 2 2 o��_ '> •p .a) . w o a2 y m a Z > 00 N > a) M > . R > C (!) Cu- N u O 0a, 0 a) 0 >' > 0 Q (0 Packet Page-1113- 4/14/2015 16.E.7. N W O U) N O �- a p a rn ` c ai E go 6 a o ° ° ° o .-cr,o� vO aE °o N- N rn a) E U < o .E ni U ° c N w v rn F e O V w . p >. U c -E m "- m d o 2 o ° m Gn c � U c ` d p O aN O a o d L o] C a d 'a .o 'O o c E c 3 t - o ° o N. v, a) a co o U ° N csi r•-. of O U U y O O 2 y . O d _ ^ O e w 6 O _ ` C d O y > > L N d U L C p E o 9 V C co 5 o N .L.. a7 N C) U O O ai N O CO 11 O) C d C T N a 2 V7 y d O E m E co- ws 0 p C 0 j N ° o U W m d O d y N N II V) N9 (D y9 d C oo v9 C E v. o L_ a) C a d cE) 1'3 o in" ; O C ° o �' ° o d o o E f0 = d o 0 d g 74 9 E oo d a d d o a) rn °0 8 o `o a ° a v L O Q b9 N 0 d CO V) O O ((a U U w coi 69 o x co >, a O 10 a - d O U O y d a) d w 0 O C y O O V O d 2 O O O 9 O N UC 0 c 0) � o 1° _. Go d 6 O CO Q' O t° O 'C E ° a) 0 0 CSI a)i N N O d Q Q) (D in O C) m )U v N O w C) N U W > O O 'O 2 C i- CO > 0. CC G V d Q O C O L W O UC U a W U 0 Oa O aC j, O O CC ; o N N (O W C d 3 0 � A t+)` ° � o ° ' o U 'c) co E N- ° o 0 o O o o) -o c N 7D Lr, 'o i W U U M a, d a v N C y w N .- .5 /\N O Z f a, N 1 > 6, C N d Q l .3 O U _045 0 7 �> E d a) LL it u) a). _ W > 9 V. O'0 O 3 00 ; `p O N II O Q i- d C co C O �O ' d O U C O O'cei C V 0 0 O] ai 0 as - L '- O o v d in a) O -E' 1- rnU E N. y O a C. a E d o o M Q Q m C .0 f0 O O O Q C o O n v v r d 'n c ° co y Q y O o C a cc N _ i. U) y O a3 .O .N a7 2 -to' . . Vl C a a d a .� La a 0 - v u c a N C 5 W ) d 4,-`7, a) l9 d N u! d co -o O 'O I'. d 7 M f6 U N 7) •C . '0 N a7 O E L a E ' a • may- d .- mt� m .D m rn� o a;) O � oa 3 m S N C i� U U C N a, 5 u U F p Z c a as > o c Q a) f6 U J T C a co a s (0 �O d Z O d W X N C C 2 r y f0 T O.'dpi d N d O)x N U p. LL O_ (d/) d ~ , .0, D_O O ' D a ~ YO a Z C O E c d II Q LL' N L d 0 O 7 a d Q E cn co a C U 0 .c y •C a7 2 C H O '- Ld.. F O _C a) C 2 2 E c `m °' o t E _ d o > ° m d o d ? > u m 8 '� L 0 H F- 0 A d Et C .O'- Y m y 0 F..- U _U > OI C d co 01 a 0' O a7 •Up H HIIHU d_ .c TE X d O C E L L - d d N O O huH[7 a O co n co °U d a O N.5 o o .0 'd O d 0'C L m U a- T a U D W N d C d C d m a an d o .o c .c o •- o _ a > > L o j Z Z d Z d tt a) 0) 7t a - RS t O- ; N C O '° d N >. a)N LL c co d m O O ° c m m ` o aN m w E (T R d)U) O N N op LL' m F o G d (O k C a d Y ) () f6 C ; N L l'.-- C W E LL d O )n N U O Q M L@ O O L U O C O'O 4 L 2 O +d O m N L d 0 2Z .- c» H m P ‘N UZi ~ 2CO ,-C.)F- m r U xco U2 �d a o 0 c 8 U Gi o ei d rn O d n me a as co « C -,=, C 7 C U _ U C _ C co d d C m L a U L L 0 a L a in.- L d M U L O c 3 Mm u a m � V U t") cn U ° nw U U o� U .w 2 o C@ o C a o C o `p O O `p m d t0 N up D. m m m - -p a;i ai d m �+ p '` d '` al '` A 5- 'U > d Z co > L ti > d m > C a) p) > Z > d ca L O LL O « 'O ° 0 `o O as U m 2 Packet Page -1114- 4/14/2015 16.E.7. LC)W o 0 N V d C d d ` > C � O C 7 Cl. 0 o e o e e is N L U °' E o p o O a O ° V 0— U f° E < o d o .5 ° o c m ,.m e 2844 U) y O w CO 01 d -, �. d O =�p O L w o d d 2 > a) V U 0 = co p 3 ¢ o o N R c U t -L O C O O d co co N O d O C U O O — O_ et 0 N O O 01 O ° ° v e Y E E o C d U °d N d .a o R 3 r o ° m c o d 3 0 0 Z .2 o L U C O N O d d o L C O O C 441 U �p co fA ..1,'> m Z, O T .V O U O T E E R ai .c R o W o d o Q N _ m a o o et U t- C t0 d f0 m t9 _ d co- n- y O N c tp d O p` (AL N O U O 0 4.3 C C to 44 C E a O W°— ° a) a) N 3 C a C °O d O 3 O U )n p O L p O R C O d r O Q C 3 O 2 44 O C R a Oo m V p (V 44 To' -o 44 N f9 on R Ci _d co 44X' co E > > te a co c o c y o ? NI y w o a a E .X C •-• V°'. N p D c ° O o - O d C N d ` C o rn d °O co' 1 U p O d 01 2 E = C co d m m o `m T U U Q 1� c co -R co m C N .� O .6 N E. U p ri 0 O -0 . (- 'C v - E fr L 00 H 0 m V ' R t9 °U 44 d U 44 N U a. co o f C U L.. W d O-O U O W O O cc O '0 O C o O r) O U O d U y W C V c V ) E O d 0 Ni d O N 0 C ? IO c E, ` 2 m 5 d O CO a a CO a)II p c C. E Q = a L o co ° ° ° o co d C O U U U w � .5 m 3 0, m = v a c rn C d co `p C C N 44 N f9 R R O o y L a T 3 ° c a O d p E 9a--), y C >_ L O N Q - p 5 o > O° d H R d 7 V' 'd 'd ° 5 O '5 O O C N rnV 'oo m >a °o Er o r° t▪ d o $ v H - CD O. E c o C 3 o o o C R 0 p-Q N O (00- « C N vrWi cc; o d O d 0 CO- - R N _ E '- U .- 'O CO p C O CO to b N9 -0 t9 0• > = R L 'O d N d a) 5 ° C W L 2) R d d d co W 0 O C C 3 C ,L-, °U U C c 0 L L -O c)Ol 'X Ob WJ O c .5 W R R d N d 1p L ; 0 U N❑ C co R O'0 d R cn ° R O C 21 U a) 8 E 4- o` c `2 R c C 0 ' a � a � co a � a �� d`o ° C u a s R m m> a=' 'S. . p-c d rn >` G>i .5 Y E CXi a s —° as 0 ° E S m N.C) Z m d C - a Q -o Q. -o c LL O_ 0_ O d y C 0 al ) d d N O- E T c) L c O Of d O -2 L 3 R .� 3 k N C ) d c d G 171 — N E C W L a m d 0» > W m o '0 aN E 3 c W E �'t R U LL 0_ C L c O 0 T O L a) (n d 0 2 d d R o LL U .> ... O ° O U C y L ,O O) to p) 2 .0 -0 N -2 . '- d d C N U Y C co L a W T O a) E R O a s 'O .d..LI LL L ' E .- co 0 a W '4' )n .� U N 0E o 0 N N st W` C O C a 0 O N N d U =(n c U O O C N d a'Q U o C > N .U � a d N C C Q�W co o .0 m ° d U m 0-Y E pW m O LL a o °U a Z F O L L O W (nc L W .V d U m +- a d '2 d 0 C '2 c -c d R d c 0)Y 'O N JH 'N N d E Z R (p O d R O C7 O R U N d d U N T C O d O)N co Q ° a R : U R Z Z A Z Z N It y E c Y ° - c m d Z pNi c a d R > O C V E ° C d W r) a) 6 :U C OC U Ti . C 7t Q 'a C w cci 0 0 C R o E N (O Old O` 0 m E O ,_ N O> J c ° a d ° N O Ol c LL E O O NO .(s(sLLyy O > O co m LL N O co d 6 O L 0 O ° L Q a C E �0 W C In C a d U `O c' M N .y W ?> g? co c > U a -0 d O) m e Ts 17 a > U U D_ O M T- O O H �p O (O O O W' F- N O U n O U O '0 I- t- ti M U Z W �°- OW 2 ° N U Z W I- W E O A (n F. O $ C W O 4 L d d O CO O CO T C O y ' O CO Y N r C C CO 69 O) )O CO N L a d in m co in U R y c Z C ° R N m L N L 'X in (O d R iO = CO d 7 = R O O ° M ° E M W U d 'K M U) V N U) {Lj N t O` ° O W O O d d O M a r) ° d )n d 3 0 3 U a 2 O 2 0 O ° d d d 0 'O d 3 U 3 0 E, b 1. d -� d H d .o 0 " > -(p > 0i > d d 'O d L O E p O> > 2 > m O m O Packet Page -1115- 4/14/2015 16.E.7. Le)W N • I J 0 ` > C 7 0 0 a E L U a E 0 0 C]- (") U 16 Q o C o 0 0 F e a G S U m o CO « Y C .r.. .r... 2 E 5 O O O o y m t a T 0 e m c o o o m 0 m m o U y 0 o c a o m , p `m o m e w O y >. >. >. UO .0 d .0 d a N C ,8-s N f C O c H e C O E N O O 0 a 0 a pp .ffi a a O C U O° C O e U 69 y U w /H ii ; r U 3 m a 0 o o O p m o o O 0 m H O ea C c ' c ' w 3 E 4 a 4 ma °- c To r.. . U A U N U -0 .r_. > ' '5 fa •> a > Y C C C C C C G 3 3 y O O o ( o d a o ¢ y ¢ ¢ ¢ b cE z z .E ^ Z f r z Er-4 m ° . � `U U w o > CO CO CO 0 O o 1- c m 2 E 2 E 2 E o o - N a) w a) N N w W C N C O O m C 0 Y E W cc C 0 7 o o N N N 2 2 N O a) E O ¢ y O ¢ j O < V O < V O E E z C o Z m V Z CU 0 Z CO 0 p o y w D o o 2 w N ` 0 O O 2 m 6 O C _ C O C O y ; E o E o E Z N N N O O o 7 Z F- F- L F- N 17 a C N ''-'' a) V QC U O O < C aC ¢ I' a) - ¢ w y ¢ r H .2)m o f z y z c"C O Z C Z c Q W U C N O CE - N E° E EC o o a o ¢ .E. N C C C C 7 C . O C a a 0 m C U E Y a) C E Y co C y E Y as C c m 9 1 O E. E a, '5 o y u r vc m m os m y uy 2m o-L Om ar of a) a 2m °-r C o f a Y a) Y u > a " 3 a) .9. 3 ^ 3 as a) m T. E LL f E. LL 8 LL f o C w E 15 0 O C L C I'm Fu $2 9 x am O N w S 'iO O O y U a) U O U a .0 m C (I)C a E C N c > U E TO 0 O o > O 0 oC .o E ) E ai E )d 3 m O g, E =y o o a o o) o o a N C N Ca N c C C N E N U a) L U ai L L U f O J d O > U N U _ y Z O - a) a N U N C 0 N y x O > O > > O 4 ¢N W a) T C o N E N N 5 (n N N a) 'O >• p d 5 E E m j N E Z N Y O a a) 0 an d C o co a o 5 LL 3 Er E Z Z Z m m 4 Q N _ o c y cc v o c)o 8 -2 -0 co m co n a) o ai a)m c a) m F2 - o m o O1 N E E o ° N E E C9 n° c1 `� E E- y o .0 O . (O .c C �o c 'C d o c - t CQ � L m D .4 > a U 0 a Uz 02(o !- o 0z - OL E MZ ,-O u_ 1- E U] z .-OiL 12 R 0. n m m C a � j I; N N N o N u') O) f° co C)- u'� m H u-) O)H U a0-� C c C •- c w m io0 A C mU a) . co0 m . co C.) nt O N W C E a) N d' C N N X r m N Q' .0 N y m o f M -o �n o a c 0 -o a ° ° " m ° 0 0 ° o O ° 0 0 c a. m ° d y m h y)n � 'o m ` r m a 0 "o r r r E O m > L ` r co u m U w ,- - Cl. > > L O o Oa Oa. Oa F- U m Packet Page -1116- _ 4/14/2015 16.E.7. & k / 0 a § J � 2{ o0 d E-2 &/k § 7 a ■ o � 0 ) § 2 o 0 ) 0 2Ek X22 » < - 7 £ _ _ _ ) CU o � _ k\ )■ a a a§ J _ $ • a) 227 k 6 lo , 2E 7 k2 < '0 § / CC o / %� \ � ; � & ^ \ \ . _ S$ § ¥ _ § J=:±4 ;f § » «a d ; \ ) _og \cc\ CC E ! — k2 f x k _ % ct » o 69 k o 1 k < I ) / ) ) ! < ± E •CE 0_ ` k Dr£ ) E� > as o_ � k 0 0a \ > k .c o u co 12 0Z0 E \ $ � ' in ) \ E ( \ \ a � \ - { r � � ) § iii 2 \ } co co a m \ f \ 22Z C ' § Z k / / } ov &� }\ AE ] m \ )\ § a - C= wow )/ k / 0 k ) \ /) / 0 -.11 i i ) # o 2 Lo k. ~Lo §a \\ \\§ S o � $ .] .E a z z k k Packet Page-1117- • 4/14/2015 16.E.7. I [.nor Procurement Services ` " Change Order Form g Contact Modification / ❑Work 0..•r Modification ❑Amendment / Contract#: 14-6258 Change#: 1 Purchase Order#: 4500155317 project#: 60123 l Contractor/Firm Name: Quality Enterprises 28°7 Avenue SE Bridge R i Project Name: Replacement Project Manager Name: Steve Ritter Growth Managemnt Department Original Contract/Work Order Amount e' Ori Original BCC g Approval Date;Agenda Item# Current BCC Approved Amount - Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount SAP Contract Expiration Date(Mastery Amount of this Change '8 8.90% Total Change from Original Amount Revised Contract/Work Order Total $ 728,2E1500 8.90% Change from Current BCC Approved Amount Cumulative Changes $ 59,50'8.00 8.90% Change from Current.Amount Notice to Proceed 12-1-14 yr l Original Last Approved, 7-14-15 i" Revised Date 7-28-15 I �J Completion Date Date (includes this change) tR of Daye Added 12 1 select Tasks ❑Add new task(s) ❑Delete tasks) ❑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 tasks)and/or - the additional days added(If requested);2.)why this change was not included in the original contract and,3.) describe the impact If this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1). This CO adds 12 days to the contract,8 days for FPL's delayed relocation and 4 days for new test pile acquisition. . It also adds quantities needed to cover the actual total lengths required for the test piles and production piles for this Bridge (... Original Quantities for 18-test piles was only 46'and we required another additional pile at 55'above the plan quantity 2).After the test piles were completed the new calculated total footage for production piles requires an additional 424'added to original total footage of 449'for a total now of 873'of production pile IIII Test Piles are$180 per LF x 55'=59800 Production piles are$117 per LF x 424'=$49.608 For a total of$59,508 additional cost +,/ 3)-Failure to process this CO..would result in the county not being able to pay the contractor for the needed piling lengths for this bridge Prepared by Steve Ritter Transoortation Date: 2/13/15 •• (Project Manager Name and Department) 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:, _.--------- "� 1,+,.m J.: g„,,..„.. ti..I? Date: ,7-17-r 3` I < (Contractor/Vendor/Consultant/Design Professional and Name of Firm,if project applicable) Approved by:_N/A Date: (Des' Professional and amelof Firm,if project applicable) Approved by: L.L. f fl [J(.(!t! . Date: c:Vc;3//6" (Procurement PrrVessional (Divisions who may require additional signatures may include on separate sheet) Revised:10/28/2014 Packet Page -1118- 4/14/2015 16.E.7.1 '0 Approved By Date 2� / Manager-Road Construction,Steve Ritter Approved By if 6 Date / j J Transport ion Director,Jay Ahmad �Zc3-t tt fl��s. Approved : � .� Date 2. J Transportation Administrator, Nick Casa languida I 1 • i — PacketPage-1119- 4/14/2015 16.E.7. 1 J leGradyMinor Civil Engineers • Land Surveyors • Planners • Landscape Architects January 26,2015 Mr.R.Shrine Cux,P.E. Senior Project Manager Collier County Transportation Engineering Department 2885 S.Horseshoe Drive Naples,FL 34104 RE: 28th Avenue SE Culvert Crossing Over Willer Canal Culvert Replacement Correction Letter Dear Mr.Cox: Some information contained on sheet B4 of the Structure Plans for the 28th Avenue SE Culvert Crossing Over Miller Canal Culvert Replacement was incorrect,specifically the"Nominal Bearing Resistance(Tons)" column which directly affected the Test Pile Length. This occurred due to the structural engineer's misinterpretation of the geotechnical engineer's recommendation in the geotechnical report.Please refer to ' the Original Table and the Revised Table below. I Original Table: •01 eaa - • r mn ua soar 1001• srare j....u....u...., �,. u a0.ELLWors M ••L•S)lt MAO. MOON ∎•a• Q •OTI[D 'COWED FaCtre. CO: Tot. nu ,m-7W"Los nsr'mo so= • .a Reo ncu A>w stC1 eI t�vA mu=wok ends) . maw= ammo am a . ni"Oa I nwv s r, o• u Reap aft f.Id w all . -.6r •I i a a • •I• Y. ••• tur •1 N I M WA -1671 1 to • I-. • • - WA an us nµ' •3 Is I A IIA -tat I to e I •• e W4 N.4 •I5 Ilse O• IP I •• •A -1614 I f se • - Wa N YS t,.]' Corrected Table: Installation Criteria _ Nominal Required Plle Size Scaring Tension Minimum Test Pile Required Preform Pier (IN.) Resistance Resistance Tip Elevation Length Jetting (TONS) (FT.)(NGVD) (FT.) (Fr.) (FT) (TINS) (NGVD) EB 1 18 154 15 -14.74 45 N/A 6.26 1B2 18 230 18 -17.74 50 N/A 6.26 183 18 230 1 18 -17.74 50 N/A 6.26 E84 18 154 1 15 -14.74 45 N/A 6.26 If you have any questions or need additional information please contact our office. Very truly yours, - R Daniel Flynn,P.E. Project Manager Q. Grady Minor&Associates. P.A. Ph. 239-947-1144• Fx:239-947-0375 -- 3800 Via Del Rey EB 0005151 • LB 0005151 • LC 26000266 Bonita Springs,FL 34134 www.gradyminor.com . — Packet Page -1120- 4/14/2015 16.E.7. cotter Cou"ty Procurement Services _. Fdrtn '"s "'�°1"9O Change Order Form Pmagement Senesces ❑ Contract Modification ❑Work Order Modification ❑Amendment Jntract#: 13-6137 Change#: 11 Purchase Order#: 1 4500147834 I Project#: I 51031 i Contractor/Firm Name: DeAngelis Dimond Construction Project Name: ( J-1 HVAC Systems Replacement I Project Manager Name: Robert Fuentes Facilities Management Department: Original Contract/Work Order Amount $ 5,1 82,845.00 9-24-13# 11F Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 5,182,845.00` 9-24-13# 11F Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 4,534,763.00 4/9/2016 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 48,651.00 -11.57% Total Change from Original Amount Revised Contract/Work Order Total $ 4,583,414.00 -11.57% Change from Current BCC Approved Amount Cumulative Changes $ (599,431.00) 1.07% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 10-31-2013 Original i 2-11-2016 1 Last Approved 2-11-2016 Revised Date 2-11-2016 Date Completion Date Date (Includes this change) i i 0 #of Days Added Select Tasks ❑Add new task(s) ❑Delete task(s) ❑Change task(s) ❑Other(see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested);2.)why this change was not included in the original contract;and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. The additional work in WD#10 includes numerous non-compliant electrical issues that were hidden from view due to a secure ceiling in hallways and holding cell areas.Most of the work is needed to comply with new electrical,fire and mechanical codes that are In effect and were not when Building was built in 1984. Various items in this change were requested by Jail Staff and AHJ to comply with safety. range was not anticipated and not included due constraint in the building type(jail)accessibility of areas and other security concerns In an occupied building. If this change is not approved the whole project will stop and It will create a problem when moving inmates from one area affected area to another one. See additional Back up attached on WD#10. Prepared by: Robert Fuentes, Project Manager Facility Management Department Date:2-11-2015 (Project Manager Name and Department) • 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, • •e Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ Design Professio al arisi g out o • related to the change set forth herein,including claims for impact and delay costs, Accepted bye �� /1//C S-Igo. _7"7 -, 67'7W;1"7/-� J/ it •k Date: �'/�/•i S a - . Vendor/Consu ant/a esign Professional and Name of Firm,if projec applicable) Approve by:y: — If ✓ce / r,; i(( GF(t ■nPPri Date: 2-2 -/5 (D-r��,rr�J!rr.ssio afi• : e of Firm, project applicabl-'� r� J '• AI- •ed by: �f1��, o1 II '#j CX r j'f✓ curement Professional Date: (Divisions who may require additional signatures may include on separate sheet.) Revised: 10/28/2014 Packet Page -1121- 4/14/2015 16.E.7. Facilities Management Department WORK DIRECTIVE CHANGE PROJECT NAME: J-1 HVAC System Upgrades CHANGE#10 DATE OF ISSUANCE:2/08/2015 EFFECTIVE DATE:2/08/2015 OWNER: Collier County Board of Commissioners PROJECT#: 51031 PO#4500147834 CONTRACTOR:DeAngelis Diamond Construction ENGINEER: H2 Engineering You are directed to proceed promptly with the following change(s): Description: Provide the following changes on certain non-conforming and code related issues in Phase II. PCO-36 Demolition of(15).existing access hatches in corridor from POD#3 &4 Remove(9)support angles to facilitate new secure ceiling. Demolish(25)existing security toaccommodate new fire damper installation requite in POD 3 &4. $5,013.75 PCO-37 Additional fire stopping require in corri oW3&4 per Fire Inspector to meet Fire Codes.$3,990.00 PCO-38 Additional electrical work require in corridor#5 to tidy up electrical conduits,low voltage cabling, Request by jail staff and numerous code requirements requested by electrical inspectors.$1.0,404.45 PCO-40 Install new type of flex duct system in plumbing chase to facilitate dismantling of flex duct during during plumbing work.$11,012.40 PCO-41 Additional electrical work require in corridor#3 &4,tidy all low voltage cabling per jail staff, remove all expose wiring in LCC#3 per code requirement;remove all expose wiring in LCC#4 per code requirement,relocate high mounted conduits to lower level per electrical inspector. $19,169.85 Purpose of Work Directive: Less disruption in the Jail operations and to ensure proper operations of other infrastructures and in most cases was requiring by newer electrical and fire codes. Attachments:Change request from contractor with back up documents from subcontractor. • If a claim is made that the above change(s)have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract Price: Method of determining change in Contract'limes: ❑ Unit Prices ❑ Contractor's records MI Lump Sum ❑ Engineer's record ❑ Other ❑ Other Total Work Directive#10 $49,590.45 Less remaining allowance amount ($ 938.66) Total WI)# 10 $48.651.79 02/11/15 8:1.1 AM i ct Packet Pare -1122- 4/14/2015 16.E.7. Contract time increase or decrease by(0)calendar days_,\ A ' D: AUTH6RIZED:' , Li// / -roll`•eAngelis Diamond Construction Odyner'sRepresentative/ Al ehivc-R-S . fic16-e-P7 • 02/11/15 8:11 AM Packet Pa:e -1123- 4/14/2015 16.E.7. Co Ter County Change Order Form ®Contract Modification ❑Work Order Modification ❑Amendment Contract#: 14-6327 Change#: 1 Purchase Order#: 4500157424 Project#: I N fik Contractor/Firm Name: Heatherwood Construction Company Project Name: Elevator and Stairs at SCWRF Project Manager Name: Dayne Atkinson Department: Public Utilities Original ContractNVork Order Amount $ 495,623.00 1/13/15, 16C3 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 495,623.00 1/13/15, 16C3 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 495,623.00 1/13/15, 16C3 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 495,623.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed N/A Original N/A Last Approved N/A Revised Date NIA Date Completion Date Date (Includes this change) #of Days Added N/A Select Tasks ❑Add new task(s) ❑Delete task(s)( ) ❑ Change task(s) El 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. IFIC Surety Group/Heatherwood requested that the County issue payments directly to the identified Wells Fargo account for the Elevator and Stairs at SCWRF project solicitation#14-6327(purchase order#4500157424). This action is to comply with the signed request by both firms. See attachment. ^ Prepared by: N/A Date: I. (Project Manager Name and Department) 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 I Consultant/ Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. Accepted by: Vendor Request—See Attached Date: (Contractor/Vendor/Consultant/Design Professional and Name of Firm,if project applicable) Approved by: N/A Date: (Design Professional nd ■ame of Firm,if project applicable) Approved by: 47'—'''''''s Date: GProcureme t Professio I} (i1' (Divisions who may require ac ide on separate sheet.) Packet Page -1124- , Revised: 10/28/2014 '''',"1; , 4/14/2015 16.E.7. L IFIC Surety GROUP January 29,2015 Dayne Atkinson Project Manager Solid &Hazardous Waste Management Department 9950 Goodlette-Frank Road Naples, FL 34109 RE: Heatherwood Construction Company Letter of Direction—Elevator and Stairs at SCWRF-Bid No. 14-6327 Collier County Bond#0637336 Dear Dayne, Enclosed please find 2 letters of direction for you to sign for Heatherwood Construction Company for the SCWRF/Collier County project. Once signed please return both letters to Wyndee Leigh Gray, Senior Underwriter in the pre-paid FedEx envelope we provided. If you have any questions please contract Wyndee-Leigh at 407-661-4076 ex: 21. We thank you in advance for your quick response to this request. Sincet,ly Joel/Duckworth tUnderwriting Assistant Allegheny Casualty Company IFIC Surety Group • Allegheny Casually Company 1060 Maitland Center Commons,Suite 310 •Maitland,FL 32751 •407-661-4076•www.ific.com Packet Page-1125- 4/14/2015 16.E.7. heatherw ; d constrac.tion company 5513 53 January 28, 2015 Via Overnight Delivery Dayne Atkinson Project Manager Solid&Hazardous Waste Management Department 9950 Goodlette-Frank Road Naples, FL 34109 Re: Project: Elevator and Stairs at SCWRF—Bid No. 14-6327 Surety: Allegheny Casualty Company Obligee: Board of County Commissioners of Collier County, FL PrincipaI: Heatherwood Construction Company Bond Amount: $495,623.00 Bond No.: 0637336 Dear Mr. , This is to advise you that the Heatherwood Construction Company hereby directs that all contract funds, balances,claims and retainages now or hereinafter payable in connection with the above-referenced contract and project be made payable to Heatherwood Construction Company and forwarded directly to: Wells Fargo N.A. Moorestown Main Financial Center 91 East Main Street Moorestown,NJ 08057 All checks are to be sent to the above address with instructions that they are for deposit to Account No.: 8877798408. 8880 Terrene Court •Bonita Springs, FL 34135 •p 239-949-6855 • f 239-949-6856 28100 Challenger Boulevard, Unit 102•Punta Gorda, FL 33982-2403 •p 941-505-9780 • f 941-505-9787 Packet Page -1126- 4/14/2015 16.E.7. Any payments made via wire or ach transfer shall be directed to the following account: BanIc: Wells Fargo N.A. Account No.: 8877798408 Incoming Wire ABA No.: 121000248 ACH ABA No.: 021200025 Account Name:Heatherwood Construction Company Please be advised that this letter of direction is irrevocable by Heatherwood Construction Company without the written consent of Allegheny Casualty Company("the Surety"). The Surety agrees to this arrangement and a representative of the Surety has affixed his signature to this letter demonstrating such agreement. Furthermore,there will be no modification or change in these instructions without the written authorization and express consent of the Surety. Please acknowledge and accept this directive by signing below and returning_a copy in the enclosed stamped self-addressed envelope. Very truly yours, //:// / / Walter M.Crawford, President Heatherwood Construction Company n � A�(.f n i�' P.( :� l�t�li1 .r71.1,1 WyndeeeLeigh Gray /Senior Bond Underwriter Manager L/ Allegheny Casualty Company Acknowledged and Accepted: Board of County Commissioners of Collier County, FL Volk Na i -r►sa• Yp,Q,�,,- .+1 T•- Title: i a.e r Date: r 1r�'N C,u[vo-.% -OL G�°> e-c> Y 9p•1 • r1 Pte' E-Mail: J x v Phone No.: Zia — —Sci 7 5 Approve; as to f• an legality Scott R.Teach,DcpUitr . Packet Page -1127- 4/14/2015 16.E.7. Procurement Services Cotter county 3327 Tamiami Trail East Administrative Services Division Naples, Florida 34112 Procurement Services Telephone:(239)252-8940 Email:TraceyPayne@colliergov.net www.colliergov.net .. ITEM NO.: DATE RECEIVED: FILE NO.: ROUTED TO: �1., _ DO NOT WRITE ABOVE THIS LINE Request for Legal Services Date: oaras/ao toet „y A% To: Scott ac tfdi i\ 15 Depu C my Attorney From: Tracey Payne Procurement Services Manager Re: Review of IFIC Surety Group/Heatherwooe!Request BACKGROUND OF REQUEST IFIC Surety Group/Heatherwood is requesting that we issue payments directly to their Wells Fargo account for the Elevator and Stairs at SCWRF—Bid No 14-6327. The letter requests that it be Acknowledged and Accepted by the Board of County Commissioners. This item has not been previously submitted. ACTION REQUESTED Review letter provide and stamp, opine that the Procurement Services Director may sign the letter acknowledging and accepting the authorization. • OTHER COMMENTS If there are any questions concerning the document, please contact me at the telephone number or email address above. Packet Page 1128 4-600 t 5.1P7 244 4/14/2015 16.E.7. Co County Procurement Services RdrrkPV esameswacci Change Order Form ®Contract Modification ❑Work Order Modification ❑Amendment Contract#: 14-6245 Change#: 1 Purchase Order#: 4500150856 Project#: t 60188 Contractor/Firm Name: Quality Enterprises,Inc, Project Name: Mercantile Avenue Roadway improvements Julio F.Ordbfiez,P.E. Transportation Engineering Project Manager Name: Department: Original Contract/Work Order Amount $ 1,235,290.16 "4-22-14, 11.D Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 1,235,290.16 " Last BCC Approval Date;Agenda Item# Current ContractiWork Order Amount $ 1,235,290.16/ SAP Contract Expiration Date(Master) Dollar Amount of this Change $ (31.15) , 0.00% Total Change from Original Amount Revised ContractNVork Order Total $ 1,235,259.01 --". 0.00% Change from Current BCC Approved Amount Cumulative Changes - $ (31.15) ' 0.00%_ Change from Current Amount Completion Date,Description of the Taek(s)Change,and Rationale for the Change /-- , / Notice to Proceed 7-7-2014 Original 5-3-2015 Last Approved 5-3-2015 Revised Date 5-3-2015 Date Completion Date Date (Includes this change) ' #of Days Added 0 Select Tasks ®Add new task(e) ®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. 1) The existing 36"corrugated metal pipe for the Naples Proudction Park located at the corner of Dean Street and Arnold street is corroded.A new 36"reinforced concrete pipe must be constructed to replace the old pipe within an existing drainage easement.Pay items In the contract that have not been used during the construction phase are going to be used for this change(see attached Change Order#1 spreadsheet). 2) The original contract included the desilting(cleaning)of the existing 36"corrugated metal pipe.This pipe was determined to be beyond repair and in need of replacement.Travis Gossard,Road&Bridge Superintendent,supported the recommendation to have Quality Enterprises provide the work under the current contract. 3) The existing 36"corrugated metal .ipe is In very•:•`coridl coul• • -:-: at any time,causing flooding on the northwest • quadrant of the Naples Produc)Ion.Ra '_-w= •g J .t. ' -i .:• •r: :`e next r-'• season is necessary,1111 Prepared by _���� Date: Z -- I 0 1 Julio F,Orddnez,P.E.,P c'•- e ahager-Transpo lion Dope 'rent Reviewed by: Date: Z t9s~ Brian J.Rose,P.E.,Project Manager-Stantec 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 Arder 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: -i/.S ■ Date: -2-/6-/&--- D-/&--- •Reviewed by: _1�M 4 Date: ~''3 Marlene Messam,r P cipa oject Man: :r-Transportation Department Approved by: ` /�� Date: O/&I- / '' J. Ahmed . +ir., t. - ranspo - De..rim:• ∎:: Approved by: r ' ' Date: c� \ \� Nick asala guide, '• I ittrator-Growth Manag: en ''•ision laej Approved by: �.0(1i� �611 1 Date: `- 17/1,--C • Evelyn Colon,Procurement Specialist,Purchasing Department • __ � • Packet Page -1129- i 4/14/2015 16.E.7. • • Mercantile Avenue Roadway Improvements-Contract#14-6245 f \ Collier County Project No.60188,Purchase Order#4500150858 Contractor. Quality Enterprises,inc.. CHANGE ORDER#1 ORIGINAL CONTRACT CHANGE ORDER#1 ITEM* DESCRIPTION UNIT - QUANTITY UNIT PRICE ITEM COST UNIT PRICE INCREASE DECREASE QUANTITY ITEM COST • 101-1 MOBILIZATION LS 1 $199,791.90 *139.731.90 102-1 MAINTENANCE OF TRAFFIC LS 1 5139,731.90 580,68876 580,898.75 980,888.75 102-3 COMMERCIAL MATERIAL FOR DRIVEWAY MAINTENANCE CY 435 $34.50 515607.50 515,007,50 104-10-3 SEDIMENT BARRIER LF 257 52.30 9591.10 3591,10 1 104-16 INLET PROTECTION SYSTEM EA 38 5115.00 54,370.00 $4,370,00 110-1-1 CLEARING&GRUBBING AC 3.2 912,860.00 $40,480.00 f40,480.00 110-7-1 MAILBOX,F&I SINGLE EA 40 5143,75 35,750.00 95,750,00 120-1 REGULAR EXCAVATION CV 1,417 $48.30 988,441,10 588,441.10 120-6 EMBANKMENT CY 492 511.50 65,658.00 35,858,00 121-70 FLOWABLE FILL CV 55 9143.75 57,90625 -40 15 92,15825 265-715 OPTIONAL BASE.BASE GROUP 16rTYPE 012.5 ONLY) SY 2,854 943.13 5114,467.02 130 2,764 - 5120,073,92' 266-1 TURNOUT CONSTRUCTION SY 3,884 51576 *60,696.84 580,896.64 327-70-1 MILLING EXIST ASPH PAVT,1"AVG DEPTH SY 13,239 53.46 545,674.55 945,874,55 334-1-12 SP ASPHALTIC CONCRETE(TRAFFIC 0) TN 1,238.8 5112.70 5138,384.62 12 1,248 $140,71722 425.1.521 INLETS,DT BOT,TYPE C,<10' EA 16 51,183.80 918,620.80 518,620,80_ 425-1-541 INLETS,DT BOT,TYPED<10' EA 3 51,937.75 55,813.25 55,81325 426.1-525 INLETS.DT BOT,TYPE C.PARTIAL,<10' 1:A 3 6989.00 92,987.00 52,967.00 425.1-529 INLETS,DT BOT,TYPE C,MODIFY.<10' BA 2 61,368.50 92,737.00 52,737.00 ' 426-1-643 INLETS,DT BOT,TYPE 0,J-BOTTOM,<10 EA 1 - 54220.60 54,220.50 54,220.50 425-2-41 MANHOLES,P-7,a10 EA 1 51,380.00 $1,360.00 $1,380.00 425-5-1 MANHOLES,ADJUST,UTILITIES EA 18 9402.50 97,245.00 57,246.00 430-94-1 DESILTING PIPE,0-24" LF 1592 511.50 516,308.00 -400 1.192 ' 513,708,00 430-94-2 DESILTING PIPE,25-36" LF 805 517.25 610,436.25 -805 0 90.00 I 430-94-3 DESILTING PIPE,3748" LF 976 523.00 522,494.00 -978 0 $0.00 430-174-115 PIPE CULVERT,OPTIONAL MATERIAL ROUND,15"SD LF 304 551.75 916,732,00 916,732.00 430-174-11B PIPE CULVERT,OPTIONAL MATERIAL,ROUND,18"SD LF 148 557.50 $8,910.00 58,510.00 430-174-215 PIPE CULVERT,OPTIONAL MATERIAL ELLIPTIAL.12"x18"SD(EQUIV.16 LF 648 559.80 636750.40 $38,760.40 430-174218 PIPE CULVERT,OPTIONAL MATERIAL,ELLIPTIAL,14"X23"SD(EQUIV.1i LF 372 585.65 924,384.80 $24,384.50_. 430-175-115 PIPE CULVERT)OPTIONAL MATERIAL,ROUND,15"S/CD LF 904 551.76 945,762.00 948,782,00 430-175-115 PIPE CULVERT,OPTIONAL MATERIAL,ROUND,18"S/CD LF 48 $57.50 52.780.00 52,780,00 _ 430-175-138 PIPE CULVERT,OPTIONAL MATERIAL,ROUND,38"S/CD LF 72 9103,50 57,452.00 224 266 ' $30,836,00 j 430-176-216 PIPE CULVERT,OPTIONAL MATERIAL,ELLIPTICAL,12"x18"S/CD(EQUIV LF 767 959,80 545.868130 546888.80 430-175-218 PIPE CULVERT,OPTIOANL MATERIAL,ELLIPTICAL,14"x23"S/CO(EQUIV LF 946 565.55 522,811.40 522,811,40 430-984123 MITERED END SECTION,OPTIONAL ROUND,15"SD EA _ 17 5575.00 56,775.00 $9,775.00 430.984-125 MITERED END SECTION,OPTIONAL ROUND,18"SD EA - 8 6862,50 55,175.00 35,175,00 430-884.623 MITERED END SECTION,OPTIONAL-ELLIPTICAL,12618"SD(EQUIV.16 EA 31 5576.00 317,825.00 817,825.00 430.984-625 MITERED END SECTION,OPTIONAL-ELLIPTICAL,14"x23"SD(EQUIV.18 EA 20 5862.50 917,250.00 517,250.00 520-1-10 'CONCRETE CURB AND GUTTER,TYPE F,DROP CURB LF 168 517.54 52.911.64 120 286 35,019,44 522-2 SIDEWALK CONCRETE,6"THICK SY 244 943.01 610,494.44 510,494.44 570-1-2 PERFORMANCE TURF,SOD SY 11,358.1 52.88 $32,705.57 800 11,956 934,433.57 880-2-108 LOOP ASSEMBLY,F&I,TYPE F EA 2 61,495.00 52,990.00 -2 0 50.00 700-20-11 SINGLE POST SIGN.FM.LESS THAN 12 SF AS 2 9402.50 1805.00 9805.00 700-20-40 SINGLE POST SIGN,RELOCATE AS 17 5201.25 93,421,25 $3,421.25 70048-68 SIGN PANELS,REPLACE,16 OR LESS EA 4 5287.60 51,19000 51 16000 706-3 RETRO-REFLECTIVE PAVEMENT MARKERS EA 179 55.75 51,029.25 $1,029.25 711-15.111 THERMOPLASTIC,STANDARD.WHITE,SOLID.6" NM 1.707 $4,715.00 98,048.51 58,048.61 _ 711-11-125 THERMOPLASTIC,STANDARD,WHFTE,SOLID,24" LF 135 $6.33 5854.55 3854.55 711-11-170 THERMOPLASTIC,STANDARD,WHITE,ARROW BA 4 974.75 5289.00 5298.00 711-15.211 THERMOPLASTIC,STANDARD,YELLOW,SOLID,6" NM 0.395 $4,715.00 91,882.43 51,862.43 • 711-15-231 THERMOPLASTIC,STANDARD,YELLOW,SKIP.8" GM 0.895 91,222.45 5849.80 5845,80 899-69-999 UTILITY LOCATE EA 26 5287.50 57,187.50 57,187.50 425-1-528 INLET,DITCH BOTTOM,TYPE C,MODIFY(CONFLICT STRUCTURES) EA 12 52012.60 $24,150.00 -9 3 $8,037.50 101-1 C MOBILIZATION LS - - - 94450.00 1 $4,450.00 110-1-1C CLEARING&GRUBBING LS 1 $18,975.00 1 518,87600 430-984-138 C MITERED END SECTION,OPTIONAL ROUND,36"SD EA • - - 61,450.55 1 91,450,50 99-1 C PLANTINGS - EA - - - 55.500.00 1 $5,600.00 Total: 51,185,290.16 Updated Total: 91,185,255.01 CC-9975 I ROADWAY ALLOWANCE I FIXED 1 550,000.00 550,000.00 I 1 950,000.00 Project Total: 51,235,290,16 Updated Project Total: $1,235,25501 Prepsredby:/.RO. Date:Fer6rwry9,2815 • • • • • Packet Page -1130-.. • 4/14/2015 16.E.7. Copier County Procurement Services At,,;�,�;�ws„rvia6Dvis;o Change Order f=orm Nioc„,e <inservu:as .3 Contract Modification ❑Work Order Modification ® Amendment Contract#: 14-6248 Change#: 1-Al Purchase Order#: N/A Project#; N/A Contractor/Firm Name: Mother's Pharmacy, Inc. Project Name: Pharmacy Services Louise Pelletier Community&Human Services Project Manager Name: Department: Original Contract/Work Order Amount $ 60,000.00 12/28/14; 16D7 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 60,000.0 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 60,000.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 60,000.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 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) (3 Other(see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested);2.)why this change was not Included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1.To amend the contract to delete the requirement to provide the County any manufacturer's discounts during the period of the contract. 2.The vendor cannot provide additional discounts since it already provides discounted prescriptions to customers. 3.If not processed,the center cannot provide the needed prescriptions. Prepared by:it --1 /L{/,✓f //// (1977.1271//11// F+'l/ 1�T J' C2 l/�1��'�.f��� Date: (Project Manager Name andrDement) / 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: Bernard Renner,Owner Date: 2/27/2015 (Contractor/Vendor/Consultant/Design Professional and Name of Firm,if project applicable) Approved by: N/A Date: (Design Professional and Nam of Firm,If project applicable) proved by: 4--C2---\-12— rY Date: 3-y—�J (Procurement Professio I (Divisions who may require additional signatures may include on separate sheet.) • Revised: 10/28/2014 Packet Page -1131- Feb 27 2015 10:06AM Pane 1 4/14/2015 16.E.7. EXHIBIT A-i _ Contract Amendment#1 to Contract# 14-6248 "Pharmacy Services" This amendment, dated .0_1%.i 'J ,2015 to the referenced agreement shall be by and between the parties to the original Agreement, other's Pharmacy, Inc. (to be referred to as "Contractor") and Collier County, Florida,(to be referred to as"County"). Statement of Understanding RE:Contract# 14--6248 -"Pharmacy Services" In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract as provided herein. Note: Language deleted has been std-through. New language has been underlined. Change# 1: Exhibit A `Scope of Work"Contract#14-6248 is hereby amended as follows: *** All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF,the parties have each,respectively, by an authorized person or agent,have Executed this Amendment on the date(s) indicated below. Accepted: a '7" CELr4,a✓ ,2015 COUNTY: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA By: at, k (Joanne Mar • wicz Ditor,Procurement Sgilc Contractor's First Witnes CONTRACTOR: By: � -�- Mother' •h: C. .407 •cw.w+asa By: am, Print Name y r and f2.. 001 C r Print Name and Title Con. : By: -ice - a ti LO • Pnnt Name Amwived as toorknn and Legal,ity: AsCounty Attorney • • 1 i Packet Page -1132- 4/14/2015 16.E.7. C___„er 0014 1Ly Procurement Services Change Order Form 0 Contract Modification 0 Work Order Modification 0 Amendment Contract#:1 13-6146 I Change*: 1 Purchase Order#: 145-153559 I Project#: I WA I Contractor/Firm Name:I Bibliotheca LLC I project Name: ( Radio Frequency ID(RFID)System I Project Manager Name: Tanya Williams I Ubrary Department Original Contract/Work Order Amount $ 939,789.64 16.D.2 Original BCC Current BCC Approved Amount $ 939,789.64 9/9/14-16.D.2 Last BCC Approval Date;Agenda item t# # Current Contract/Work Order Amount $ 939,789.64 9/8/2015 SAP Contract Expiration Date(Master) Dollar Amount of this Change Q.DO _ 0-00% Total Change from Original Amount Revised Contract/Work Order Total $ 939,789,64 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date,Description of the Task(a)Change,and Rationale for the Change 1 Notice to Proceed` 9/9/14 I Original 1 9/8/15 7 Last Approved roved 1 9/8/15 I Revised Date Date 1 Date f Completion Data th I N/A (Includes this change) #of Days Added I N/A I Select Tasks 0 Add new task(s) 0 Delete task(e)( ) 0 Change task(s) Et Other tees 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 Of requested);2.)why this change was not included in the original contract;and,3.) describe the impact If this change Is not processed, Attach additional Information from the Design Professional and/or Contractor if needed. 1) The original tasks are not being modified and there is no change in the contract amount. The Division is requestin changes on the Phase in which the items are to be Installed(on awarded contract line items 20). instead of installing the smartstation 200 Shielded Staff Station over the three years of the contract term,all of these units are to be delivered in Phase I(the result does not change the total number of 52). A reduction on ine item 50: At the Vanderbilt Branch,4 gates will be reduced to 3 In this Phase. The gate may be incorporated back into the project in one of the later phases, 2) During the installation of the RFID project.some value added changes are the most efficient way to proceed and deemed to be in the best interest of the County. 3) If the change order is not executed,the resulting RFID system may not be optimal for the Library system. i Prepared by: Lisseth Wescher (Project Manager Name and Department) Date, 3/10/15 Acceptance of this Change Order shall constitute a modification to contract l work order identified above and will be subject to all the same terms and conditions as contain-. n the contract/work order indicated above,as fully as if the same were stated in this acceptance. The adjustment,if a to = - Cont .e.alibpnstitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ Design Profe io - •„sing o • ret iEd Rs the ch-nge set forth herein,including claims for impact and delay costs. Accepted by • ,.L.,< ,„ I, - 0 (Carl - ' '� . ,..�- .� _rift. Date: 0141:741-'t, �7.•r•'! --- - 'nd Name of Firm,if project applicable) Approved b CEO' i k r O e C o, Date 3/a /4 {Design Proles !' and Name of Fitry�if project appl le) Approved by: . ", ! �/� (Procurement Professional f Date' 3--Z4—) r (Divisions who may require additional signatures may include on separate sheet.) Revised:10/28/2014 Packet Page -1133- 4/14/2015 16.E.7. EXHIBIT B -PRICE SCHEDULE Note: This Phase 111 Price Schedule is based on projected need for the equipment and software listed below. The County shall have the right to modify the type, quantity and distribution of equipment in order to best meet the project needs if business requirements change based on Phase I installation and operation. PHASE 2 ..ii,..istaPlesIA:.=',Brdnchr Vanderbilt =1.1pIden Gate_Citw 47: y'• - Regional Cost : - Cost Quantity ,••€4.1s, Equipment.Quantity. smartadmin'Software 4 $400.00 5 $500.00 6 $600.00 (Per Single Connected Device) smartserve 1000- 1 $17,792.10 1 $17,792.10 2 $35,584.20 Debit/CC/Coin/Bill smartserve 1050 Counter 1 $12,680.00 1 $12,680.00 Top-Debit/CC smartserve 400 1 $3,996.00 1 $3,996.00 smartstationTM 200 5 $3,475.00 5 ilb4,,C€; $3,475.00 5 $3,475.00 Shielded Staff Station smartgatem 400 Single 1 $5,693.00 Aisle Security Gate .; (Hardware) — smartgatem 400 Dual 1 $7,192.00 1 $7,192.00 Aisle Security Gate (Hardware) smartgateT"400 Trippel 1 $9,493.00 Aisle Security Gate (Hardware) smartgate 400 Quad Aisle 2 $19,350.40 Security Gate (Hardware)._ System Fines&Fees Configuration $0.00 $0.00 $0.00 Total Equipment and Product Fee $47,232.10 $42,448.10 $75,685.60 Total Shipping Charge $2,971.33 $2,971.33 $2,971.33 PHASE 2 GRAND TOTAL= $174,279.79 Page 14 of 27 C-0\ Packet Page -1134- 4/14/2015 16.E.7. Send all Invoices to: Collier County Board of County Commissioners �, Collier County Board of County Commissioners Purchasing Department G 9 Attn:Accounts Payable Phone:239-252-8407 f 3299 Tamiami Trl E Ste 700 Fax: 239-732-0844 Naples FL 34112-5749 Tax Exempt:85-8015966531C-1 OR email to:bccapclerk @collierclerk.com Purchase Order number must appear on all related correspondence,shipping papers and invoices: Vendor# 124360 Purchase.order BIBLIOTHECA LLC PO Number 4500153559 Date 10/07/2014 3169 HOLCOMB BRIDGE RD,STE 200 NORCROSS GA 30071 Contact Person Library Telephone 239-593-3511 Please deliver to: COLLIER COUNTY PUBLIC LIBRARY Delivery Date: 09/30/2015 NORTH REGIONAL BRANCH 2385 ORANGE BLOSSOM DR NAPLES FL 34109-8840 Terms of Payment Net 30 Days item Material Descri hon.,. 00010 RFID SYSTEM SOFTWAR 60,000 EA 1.00 60,000.00 *** Item partially delivered `** 00020 RFID OPERATING EQUIPMENT ="` 25,900 EA 1.00 25,900.00 00030 RFID LIBRARY SUPPLIES LABELS 159,000 EA 1.00 159,000.00 *** Item partially delivered *** 00040 RFID CONTRACTUAL SERVICES 155,300 EA 1.00 155,300.00 *** Item partially delivered *** 00050 RFID DATA PROCESSING EQUPMENT S 6 413. " 122,100 EA 1.00 122,100.00 *** Item partially delivered **` 00060 RFID POSTAGE/FREIGHT 6,000 EA 1.00 6,000.00 *** Item partially delivered *** VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Purchasing Internet site: http://www.colliergov.net/Index.aspx?page=762(revision date 01/22/2008),including delivery and payment terms.Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices,terms,delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn:Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to:bccapclerk @collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Joanne Markiewicz,General Services/Purchasing Director Punted 03/11/2015 @ 07:57:42 129-156112-652920-44037.1 Page 1 of 2 • Packet Page -1135- Vendor# 124360 4/14/2015 16.E.7. PO Number 4500153559 BIBLIOTHECA LLC Date 10/07/2014 3169 HOLCOMB BRIDGE RD,STE 200 NORCROSS GA 30071 Total net value excl tax USQ 528,300:00' • • Printed Wed Mar 11 2015 07:57:42 GMT-0500 129-156112-65292044037.1 Page 2 of 2 Packet Page -1136- 4/14/2015 16.E.7. CoLtier Corso ty Procurement Services AdminisbabveSenices Dyson Change Order Form Pre „t s 9 — El El Contract Modification E Work Order Modification E Amendment Contract#: 13-6178 Change#: 1 Purchase Order#: 4500152314 Project#: I N/A I Contractor/Firm Name: Hole Montes Inc. Project Name: Vanderbilt Beach MSTU Utility Conversion PINE (Public Transit&Neighborhood Project Manager Name: Harry Sells Department Enhancement Original Contract/ Vork Order Amount $.1 .:.546,093.00 ;41x8/144 16:D.2 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount i$ x'546;093.00. 4/8/14;TA6.D 2 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 546;093:00 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ -112;400.00 2.27% Total Change from Original Amount Revised Contract/Work Order Total $ 558,493.00 2.27% Change from Current BCC Approved Amount Cumulative Changes $ 12,400.00 2.27% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 8/25/14 Original 8/24116 Last Approved 8/24/16 Revised Date 1 8/24/16 I Date Completion Date Date (Includes this change) #of Days Added 0 Select Tasks ®Add new task(s) E Delete task(s) E Change task(s) E 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 ) pact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. ......... This survey is for the placement of utility infrastructure. It was not included in the original contract because staff thought they would be able to get the work done via the County's continuing services contract (13-6164) . However, because this project is greater than $2M and CCNA law prohibits it, the change order is needed to allow the project to continue. Proposal 8200A/2011059 Dated January 26,2015 Task 1 (Renamed Task 5.1 on Contract)As needed survey services to stake the existing right of way within the project corridor to assist the Contractor in placement of proposed utility infrastructure in the ROW. T&M $4,900 Task 2(Renamed Task 5.2 on Contract) Shall stake out the proposed easement locations as needed based on the legal descriptions and sketches prepared by others. Consultant is assuming a total of five(5)easement locations within four of the being relatively small easements adjacent to existing right of way requiring four points per easement and one easement that consists of a 350 foot by 10 foot easement that extends into Delnor Wiggins State Park. Each Location will have all four corners of the easement limits staked out. Lump sum $3,000 Task 3(Renamed Task 5.3 on Contract)Shall provide a total of three(3)surveyed cross-sections across the Vanderbilt Channel at the location of the subaqueous boring. In addition to the subaqueous sections,the consultant shall located and survey all above ground improvements within the corridor identified for the directional bore under Vanderbilt Channel just North of Bluebill Avenue. This will include any utilities either flagged or painted by the utility providers. Ili Lump sum $4,500 Total $12,400 Prepared by: �5 Date_February 17,2015 Ha// ry Sells, blic Transit&Neighborhood Enhancement 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/ Sign 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.) Revised:10/2812014 Packet Page .1137- / 4/14/2015 16.E.7. Accepted by: %���"'Ny/a1.L "—� ' Date: / W.Terry ColefP Vice President Hole Montes Inc. Approved by: 4 „' i� _Date: .3--Zr-24 — Miche�- ''mold, Director, Public Transit&Neighborhood Enhancement Approved by: ”—/rly / L4 g �� Date: 2----2F—IS. Steve Car•ell,Admini. ator, Pu lic Services Division Approved by: % Date: /'' / (Procurement Professional • • (Divisions who may require adc"'---' -• °----••'—'..de on separate sheet) Packet Page -1138- Revised: 10/28/2014 • _ --------.- 4/14/2015 16.E.7. • Caotrier Cloutlat t � Procurement Services "dmiisrtaxsariiicinDen Change Order Form ®Contract Modification El Work Order Modification El Amendment is ..i ,•!• Contract#7:1 12-5952 fI Change ft: 11 !'Purchase Order 14: 1 4500142952 ti. 1 Project#: 74091 I Contractor/Firm Name:I Mitchell&Stark Construction Co.,inc. 'I-project e: W Nam NCRF ASHTIFET ' I i Peter Schell I '`; Project Manager flame: I Department: PPMD Original Contract7Work Order Amount/ $ 6,307,000.00 2112/13 116= Original BCC Approval Date;Agenda Item# ,. Current BCC Approved Amount $ 6,107,000.00 6/10/14 16E5 'Last BCC Approval Date:Agenda Item ot- Current ContractMlork Order Amount ' $ 6,107,000.00 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ (48,501.76) -3.94% Total Change from Original Amount Revised Contract/Work Order Total V $ 6,058,498.24 -0.79% Change from Current BCC Approved Amount Cumulative Changes $ (248,501.76) -0.79% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 328/13 ✓ Original 9119/14 v� Last Approved 1 1/16/13 I Date I Completion Date I Date I Revised this change) 1/16/15 (Includes this change) #of Days Added 0 , Select Tasks j]Add new task(s) ©Delete task(s)( ) 0 Change task(s) ❑Other(see below) Provide a response to the following:1.)detailed and specific explanationlrationale 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. • The contract required an American Society of Mechanical Engineers(ASME)Reinforced Thermoset Plastic(RTP)-l stamp for two new Fiber-Reinforced Plastic(FRP)chemical storage tanks.This Change Order via Work Directive No.6 removes this requirement,and results in a credit of$21,000.00, Normally the stamp is only required for pressurized >(."1 tanks, This tank is not pressurized and therefore does not require the stamp. See the attached Work Directive No.6 for the details. The contract required hard wire control cable from Filter Sett to Sludge Pump Stations 2 and 3. The County elected to install fiber optic cable in lien of the hard wire via Work Directive No.7. This results in a credit of$25,159,21. See the attached Work Directive No. 7 for the details. The contract required an iFix View Client at the operator workstation, The County decided to provide the necessary iFix WebSpace license for the operator workstation to be consistent with the entire treatment facility and County standards via Work Directive No,9. The results in a credit of$2,342.55. See the attached Work Directive No.9 for the details. The • stamp is not required because the tank is not pressurized. Fiber in lieu of hard wiring is a better choice,is more reliable, and is consistent with County Standards. The iFix WebSpace license is consistent with other installations in the Plant and is also consistent with County Standards. (See accnm pan vine page 2 of 2 for a continuation of this response) /1 Prepared by: I XV,,M1 t:...k'..a L"( " J Peter Schalt,PMP,Senior Project Manager,Planning&Project Management Dept. Date: I L! } �' t 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 staled 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/Consuttant I Design Professional arising out of or related to the change set forth herein,including claims far impact and delay costs. Accepted by; --._t__ Mike Weethaf.,,P Vi resident,Mitchell&Stark Construction Company,Inc. Date: t'; Approved by: • C Clifford -r,Rill?, f Management Director,Hole Montes Date: f Z,�,/r l Approved by: `1/.1 Si, dd''�xr dtl,-I cement Specialist Date: ��/��/� L (Divisions who may require additional signatures may include an separate sheet) Revised:10/211/201.4 . (fir \12/\- \i il T• - Packet Page -1139- 4/14/2015 16.E.7. Cater qty Procurement Services _ rer Sev a. n mrawe Change Order Form Prowcmerr.Senn ns 2 Contract Modification ❑Work Order Modification ❑Amendment Contract ii: 12-5952 Change#: 11 Purchase Order ti 4500142952 Project*: 70091 Contractor/Firm Name: Mitchell&Stark Construction Co.,Inc. Project Name: NCWRF ASHT/FET Proact Manager Name: Peter Schalt PPMD j 9 Department: Original Contract/Vllork Order Amount $ 6,307,000.00 2/12/13 11B Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 6,107,000.00 6/10/14 16E5 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 6,107,000.00 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ (48,501.76) -3,94% Total Change from Original Amount Revised Contract/Work Order Total $ 6,058,498.24 -0.79% Change from Current BCC Approved Amount Cumulative Changes $ (248,501.76) -0.79%, Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 3/28/13 J Original 9/19/14 Last Approved 1/16/15 Revised Date 1/16/15 Date Completion Date . Date (Includes this change) , #of Days Added 0 J Select Tasks ❑Add new task(s) ®Delete task(s) ❑Change task(s) ❑Other(see below) Provide a response to the following:t.)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 it needed. (Accompanying page 2 of 2 fora continuation of this response) The contract documents contained standard technical language which specified the RTP-1 stamp requirement The _ language was not removed prior to bidding,and therefore results in a credit to the County. A change in technology requirements was instituted after the bidding process and it will result in a better,more reliable system. It will also provide a credit to the County. The iFix Web License will result in a credit to the County and is a better,more consistent implementation of the requirements of the County and standardizes with the other plant installations. if this change order is not implemented,the County would not be able to receive the$48,501.76 credit due and the contract would not be able to be reduced without Board approval. /> / Prepared by: kJ �'l C _`: ..( — 7 l �5 Date: Peter Schalt,PMP,Senior Project Manager,Planning&Project Management Dept. Acceptance of this Change Order shell 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 I Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. Accepted by: Date: Z•74 ' 1 Mike Westhafer,/P re r ,Mitchell&Stark Construction Company,inc. Approved by: % „/,.i/ Date: 3/L/ .S Clifford Pepp f•.. '�!? '�/%'��r-.ement Director,Hole Monies / Approved by . d" Date: 3//t, Swainson Ha,!°octYrement ..ecialist (Divisions who may require additional signatures may include on separate sheet) Revised:10/28/2014 Packet Page -1140- . 4/14/2015 16.E.7. • if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of or related to the change set forth herein, including claims for impact and delay costs, h Prepared by Pth^ .:..1 ,.Ct,(± Date: ti) (4/1 Peter Schalt,PMP,Senior Project Manager i Public Utilities PP ID Approved By: / ���,?;e`L_ Date: /l /(//,t ord Pepp t�,,p_t;_ / Hole Mont/ • :j Accepted by: ��- Date: it[Al ILI Mike Vresthafer I'.E.: ice President • A bell &Star .�,,truction Company Approved by: 3 ,.��_ Date: 3/5i5 • Craig Palb E., incipal Project Manager • Pub'a . te�'% u1f\_• t Approved by: ,41.i . Date: ... Tot, imelik,P.E., 'MP, Director P z 'c Utilities PPMD I Approved by: r" -3-A JiS �' Joss. i Behon: Finance D' e : ^ ),\t� Director P lie Utilities Division • Approved by: �- -� Date: Yo//) • Dr. George Yi'lmaz,PhD,Administrator Pub ; Uti ' i Division • Approved by: �l e '� Date: 53/6//_ Sevainson Hall,Procurement Strategist Purchasing Department • • i • • • • Packet Page-1141- 4/14/2015 16.E.7. ;, 1 '4;',7;...,,, Collier County Planning & Project Management Department 1 WORK DIRECTWE c 3 j PROJECT NAME: NCWRF EQ Tank 3 DIRECTIVE 4 6 1 DATE OF ISSUANCE: June 10,2014 EFFECTIVE DATE:June 10,2014. OWNER: Collier County Board of Commissioners PROJECT#: 70091 CONTRACTOR;Mitchell&Stark Const.Co.Inc. ENGINEER:Hole Moines,Inc. i You are directed to proceed promptly with the following change(s): Description: '1 The elimination of the ASME RTP-1 stamp for the two FRP chemical storage tanks. i Purpose of Work Directive Change: The two FRP chemical storage tanks are non-pressurized vessels.The tanks are being fabricated in a ASME certified facility.The Engineer of Record,Hazen and Sawyer,has determined the ASME stamp is not necessary, Reason/Justification: The RFP chemical storage tanks are being fabricated by an.RTP-1 certified facility eliminating the need for an RTP-1 stamp.The proposed elimination of the RTP-1 stamp will result in a credit of S21,000 to the Contract - Amount. Attachments: RFI 003 response dated.May 31,2013 _ ' Contractor's letter dated May 9,2014 with attachment - If a claim is made that the above change(s)have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract Price: Method of determining change in Contract Times: ❑ Unit Prices ❑ Contractor's records Lump Sum ® Engineer's record ❑ Other: Time&Material El Other Estimated maximum increase(decrease)in Estimated change in Contract Time: Contract Price$B,& (ni,OOO.OD) / Increase or decrease by 0 calendar days. RECOMMENDED.. '/ APPROVED; r �,/ By; "!! By: G tit. H.Cti-F.rd Pep. '.E. Pete Schalt,PMP Hole ontes,I, . Senior Project Manager,PPMD 1 o12 j I Packet Page -1142- 4/14/2015 16.E.7. : �,. ice ;r: �'`�" Collier County Planning & Project Management Der artrerrt - t WORK DIRECTIVE I. PROJECT NAME: NCWVRF EQ Tank 3 DIRECTIVE#7 E 1 fi • DATE OF ISSUANCE: August 6,2014 EFFECTIVE DATE: August 6,2014 November 11,20.14 REV November. 11,2014 REV' :-j OWNER: Collier County Eoard of Commissioners PROJECT#: 7,9031 CONTRACTOR: Mitchell&Stark Const, Co.Inc. ENGINEER: Hole Montes,Inc. t L You are directed to proceed promptly with the following change(s): ,, Description: . Delete re-installation of instrumentation and control cable from Filter Set 2 termination cabinet to Sludge Pump Station 2 and 3 instrumentation terminal blocks and remove installation of Sludge Pump Station 2 and 3 t? instrumentation and control cable no longer required between Filter Set 2 instrumentation termination cabinet k • and Generator Room PLC-2 cabinet. Purpose of Work Directive Change: 3 t County has elected to install fiber optic cable in lieu of the hard wire control cable being deleted,The County is arranging for the fiber optic cable to be provided and installed by others. P. Reason/Justification: Installation of fiber optic cable by the County eliminates the need for the Contractor to perform this work. The i . elimination of the re-installation and the proposed removal of instrumentation and control cable will result in a 4 ' credit of X25,159.21 to the Contr act Amount, Attachments: Pete Schalt emails dated July 8 and My 18,2014 Mitchell&Stark email dated August 4,2014 with attachments i 1 If a claim is made that the above change(s)have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). I 1 • Method of determining change in Contract Price: Method of determining change in Contract Times: ❑ Unit Prices ❑ Contractor's records ® Lump Sum Cii Engineer's record 1 ❑ Other:Time&Material ❑ Other Estimated maximum increase(decrease)in Estimated change in Contract Time: Contract Price$8-15045's 157.•2 9 Increase or decrease by 0 calendar days. RECOMMEN I ID: APPROVED: / �� l By: 44 .�Y By: ... ..- ,-~%`"' H. C ord Pe. .;P.E. Pete Schalt,PMP Hole Montes„Ile, Senior Project Manager, PPMD oft • • • Packet Page -1143- 4/14/2015 16.E.7. 4 01.i•J I: `'{� ' Collier County Planning & Project Management Department x WORK DIREC'I'IVE • PROJECT NAME: NCWRF EQ Tank 3 DIRECTIVE#9 _ DATE OF ISSUANCE: August25,2014 EFFECTIVE DATE: August 25,2014 • November 1.1,2014 REV November 11,2014 REV f. • 44 s: OWNER: Collier County Board of Commissioners PRQ7ECT#:70091 t E CONTRACTOR: Mitchell& Stark Const. Co. Inc. ENGINEER:Hole Monies, Inc. You are directed to proceed promptly with the following change(s): F t Description: Determination was made by the County to delete the iFix View Client at the operator workstation.Refer to RFI 019 attached. Purpose of Work Directive Change: County has elected to provide the necessary iFix WebSpace license for the operator workstation to be consistent N with the rest of the treatment facility. t f Reason/Justification: L Deletion of the iFix View Client is a change in the Contract Documents.The elimination of the iFix View Client will result in a credit of$2,342.55 to the Contract Amount. i-., Attachments: RFI019 Hole Montes email dated June 30,2014 requesting.Contract cost credit e Mitchell&Stark letter dated August 18,2014 with attachments Mitchell&Stark email dated August 20,2014 responding to County's email of August 20,2014 • If a claim is made that the above change(s)have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). ' . Method of determining change in Contract Price: Method of deteturining change in Contract Tines: ❑ Unit Prices ❑ Contractor's records j DI Lump Sum Ei Engineer's record 1 ❑ Other.Time&Material. ❑ Other Estimated maximum increase(decrease)in Estimated change in Contract Time: Contract Price$0!O0 C 3V.p• 5 S,) Increase or decrease by 0 calendar days. RECOMMEI DED:: APPROVED: , .7,-t � � By: - '/ By: fl-C., 1 H..' ifford ' pper,P.E. Pete Schalt,PMP Hole Mon s,Inc. Senior Project Manager,PPIvrID • • 1 oft ,--• Packet Page -1144- 4/14/2015 16.E.7. co - if ! aunty PrQyY/GillGilt■7Gi V1l.C'..5 Change Order Form Contract Modification ❑Work Order Modification ❑Amendment 'tract#: 14-6234 Change#: 2 Purchase Order#: 4500152020 Project#: 1 60172 i Contractor/Firm Name: Highway Safety Devices, Inc. Project Name: Traffic Signal Upgrade-Pine Ridge Rd at Pine Ridge Middle School(Panther Lane) Project Manager Name: John W. Miller Traffic Operations Department: Original Contract/Work Order Arno'. $ 257,457.00 7/8/14 16.A.24 Original BCC Approval Date; Agenda Item Current BCC Approved Amount $ 257,457.00'7/8/14 16.A.24 Last BCC Approval Date; Agenda Item# Current Contract/VVork Order Amot. $ 257,457.00 5/13/2015 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 20,490.00 7.96% Total Change from Original Amount Revised Contract/Work Order Tota $ 277,947.00 7.96% Change from Current BCC Approved Arm Cumulative Changes $ 20,490.00 7.96% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 8/28/14 Original 12/26/141 Last Approved 54345 Revised Date 5/13/15 1 Date Completion Date Date 12 (Includes this change) #of Days Added f / 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. The above noted dollar amount of this change order includes three separate issues. .) There is a remaining balance of$11,807 in the contract amount due to the reuse of existing illuminated signs. 2.)The drilled shaft subcontractor for Highway Safety Devices, Inc., Mammoth Constructors,filed a claim for$9,757.00 for lost time damages due to conflicting information on the location of a City of Naples 10 inch Sanitary Sewer Force Main. The City of Naples Department of Utilities Administration,Allyson Holland, Deputy Director;resolved the issue using Ground Penetrating Radar and the project resumed as originally designed. 3.) The sidewalk on the northeast corner of the project and the sidewalk on the southside of the project do not meet current ADA Standards and as part of this improvement, it is our obligation to bring these items into compliance. This was not included in the original contract due to an oversight by the design engineer in preparing the plans. Estimated cost for bringing the sidewalk into compliance with current ADA Standards is$22,540.00. If this change is not processed the sidewalk will not be in complaince with current ADA Standards. �- r Prepared by John W.Miller,Traffic Operations Department ,,, ?`,. "'� Date: _ '` �'� (Project Manager Name and Department) r fr. L 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, inc„iu•,'ng c.ims for impact and delay costs. Accepted by: Gordon Johnson Owner Hi.hwa Safet Devices I _. ',� Date: 31/�t)�// / r (Contractor and Name of Firm, if project applicable) Approved by: Not Proiect Applicable Date: (Design Professional and Name o 1 , i '-'oject applicable) / ff ■ wed by: Evelyn Colon Date: ,/ f J (Procurement Professional V'''''' (Divisions who may require z J�lude on separate sheet.) Packet Page -1145- Revised: 10/28/2014 4/14/2015 16.E.7. Highway Safety Devices. Phone: (239) 489-4114 January 23, 2015 Collier County Traffic Operations 2885 South Horseshoe Drive Naples, FL 34104 Attention:John Miller Project: Pine Ridge Rd. @ Pine Ridge Middle School Entrance Collier County Bid#14-6234 Reference: Utility conflicts on South side of Pine Ridge Rd. Mast Arm locations 2&3 (649-31-101, 649-31-102) Dear Mr. Miller, As you are aware on 1/20/15 our subcontractor Mammoth Constructors was on site to pre dig Mast Arm locations 2 &3,they came across a Century Link Duct Bank Conduit System that was in direct conflict with both locations 2 &3.This duct bank was not located prior to the pre-dig(positive response sent 1/8/15); it was marked after the Century Link locator was cal Mammoth Constructors lost time for their labor&equipment that was present on site on 1/20/15 for approximately 5 hours due to this conflict. On the morning of 1/21/15 Mammoth Constructors demobilized due to these utility conflicts shutting down their ability to perform any more work at Mast Arm locations 2 &3 until which time a resolution could be found. On the morning of 1/22/15 Highway Safety Devices, Inc. mobilized to hand dig at adjusted locations as agreed upon by Collier County, upon which time a City of Naples locator pulled up on site and proceeded to locate a previously located (positive response sent 1/8/15) and was not identified or found on the SUE (Exhibit C below) performed on September 9,2013 by Cardno TBE,that was provided to Highway Safety Devices. Due to this additional utility conflict Highway Safety Devices, Inc. did not perform the hand dig at Mast Arm locations 2 & 3. Once these conflicts are resolved Highway Safety Devices, Inc. will schedule Mammoth Constructors to re-mobilize which will result in additional re-mobilization for Labor& Equipment. Please find herein or cost estimate for the added work requested. Sincerely, Ryan Carpenter Project Manager • Traffic Signals • Guardrail • Intelligent Transportation Systems. Lighting • Signs • www.highwaysafetydevices.com Packet Page -1146- 4/14/2015 16.E.7. Highway Southwest Florida Safety Division 16125 Old US 41 Devices Ft. Myers, FL 33912 Phone: (239)489-4114 March 10, 2015 Collier County Traffic Operations 2885 South Horseshoe Drive Naples,FL 34104 Attention:John Miller Project: Pine Ridge Rd. @ Pine Ridge Middle School Entrance Collier County Bid#14-6234 Reference: Pine Ridge and Panther ADA Improvements Dear Mr.Miller, Please find attached our breakdown for the additional ADA improvements per your request.The total amount for the improvements is$22,540.00. Feel free to contact me with any questions. Sincerely, Mike Monahan Sr. Project Manager Traffic Signals . Guardrail = Intelligent Transportation Systems. Lighting • Signs .. www.highwaysafetydevices.com Packet Page -1147- 4/14/2015 16.E.7. ADA improvements Pine Ridge and Panther Mobilization 1.00 LS $ 2,800.00 $ 2,800.00 MOT 1.00 LS $ 5,400.00 $ 5,400.00 Concrete Removal 14.00 CY $ 500.00 $ 7,000.00 Curb 30.00 LF $ 120.00 $ 3,600.00 4"Sidewalk Install 8.00 CY $ 180.00 $ 1,440.00 6"Sidewalk Install 6.00 CY $ 250.00 $ 1,500.00 Detectable Surface 2.00 EA • $ 400.00 $ 800.00 Total $ 22,540.00 • • T. I Packet Page -1148- _ ._ .. _ -- -----__ __ - 4/14/2015 16.E.7. _s- . � Ca]!x:r Counte Procurement Services U,.r.iblw.z.evrbal.r.2,r. Change Order Form I ■Contract Modification ❑Work Order Modification (Amendment Contract#: 12-5565 1 Change to 6,A3 Purchase Order#: 4500141537 Project*: 33301 Contractor/Firm Name: Hole Monies Project Name: MKY RW 17-35 Engineering During Construction Project Manager Name: Robert Tweedie Airport Authority I Department: Original Contract/Work Order Amount $ 660,000.00 11/13/12 14A1 Original BCC Approval Date; Agenda Item# Current BCC Apprmed Amount $ 1,222,656.00' 10/22/13 14A2 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 1,162,656.00 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ 0.00 76.16% Total Change from Original Amount Revised Contract/Work Order Total $ 1,162,656.00 -4.91% Change from Current BCC Approved Amount Cumulative Changes $ 502,656.00 0.00% Change from Current Amount Completion Date,Description of the Tasks)Change,and Rationale for the Change Notice to Proceed 12/13/2013 Original N/A Last Approved N/A l Revised Date ( N/A I Date Completion Date Date (Includes this change) l Note:Completion Date="When project is completed and closed out with grant agencies." #of Days Added f N/A 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. 1, In order comply with US Army Corps of Engineers(COE)permit requirement to closeout this project on Amendment 1,Schedule F, under SUB-CONSULTANTS, add Passarella&Associates,Environmental Consulting Services.On EXHIBIT A2-A of Amendment 2,add the attached Fee Schedule for Passarelia&Associates.Passarella&Associates will be providing environmental consulting services necessary to complete and closeout project with permit agencies. 2. It was not anticipated that COE would request a compliance narrative addressing each general and special condition of the COE permit. 3. The Airport Authority will be unable to dose out this project with the US Army Corps of Engineers. flif ---7------ /Prepared by _„r' - _,,, • ,� Date: CI,)��S/ , 'obert Tweedie,AirporUProject Manager,Airport Authority 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 to 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 arisen rllated to the change set forth herein,including claims for impact and delay costs. J,, , Accepted by: 4,„-t.GGe �zcc _^ Date:/t�ys,r � 9 Luc J.Carry,Vice Preside,.. 'ole Mantes J ' ` 3/3/7"...5” Approved by: —►— Date;•1 --,Procu :. ent Specialist / / --5 4,5% t/p L...-G k. (Divisions who may require additional signatures may include on separate sheet.) Revised:10/28/2014 • Packet Page -1149- 4/14/2015 16.E.7. Hole Montes Contract 12-5885 Page 2 of 2 PO 4500141537 Project 33301—MKY&Apron Runway Construction Change Order#6 • p,( lApproved by: /1+2.,e%/�i�.^..� Date: o� ,Z j//5 Gene Shue,Director Operations Support,Growth Management Division • • Approved by Ar� ,�_1 Date: 0�, '1�,� salanguida,A. Inist w. ors th Management Division • • Packet Page-1150- . 4/14/2015 16.E.7. ii EDIT A3-A Contract Amendment#t3 to Contract#12-5885 "Design and Related Services fur the Marco Island Executive Airport(MKY) Runway 17-35 Rehabilitation Project" This amendment, dated(N1,re. 2015 to the referenced agreement shall be by and between the parties to the original Agreement, Hole Mantes, Inc. (to be referred to as "Consultant") and Collier County,Florida,(to be referred to as"County"or "Owner"). Statement of Understanding RE: Contract # 12-5885 "Design and Related Services for the Marco Island Executive Airport (MKY)Runway 17-35 Rehabilitation Project In order to continue the services provided for in the original Contract document referenced above, the Consultant agrees to amend Amendment 1 and Amendment 2(Exhibit A2-A)of the Contract by adding a sub-consultant and fee schedule as provided herein. Note:Language deleted has been str—though, New language has been underlined. Change#1:Amendment 1 —Schedule F Key Personnel, Subconsultants and Subcontractors of Contract #12-5885 is hereby amended as follows: SUBCONSULTANTS: PASSARELLA&ASSOCIATES.INC. Change # 2: Amendment 2 Exhibit A2-A Sub-Consultants Rates of Contract #12-5885 is hereby amended as follows: PASSARELLA&=rSSOGIA s INC. f Hourly:kafe ,• :_ ,-,. r: Principal 5210.00 Senior Ecologist II $160.00 Senior Ecologist III $140.00 Senior Ecologist I $120.00 Ecologist III $115.00 • Ecologist I1 $100.00 Ecologist I $85.00 Environmental Technician $70.00 AutoCAD IV/GIS Manager $100.00 AutoCAD III/GIS Analyst $90.00 AutoCAD II/GIS Analy $80.00 AutoCAD I $70.00 Administrative Assistant III $60.00 Reimbursable Expenses Cost At Cost All other terms and conditions of the agreement shall remain in force. l • • Packet Page -1151- 4/14/2015 16.E.7. I i IN WITNESS WHEREOF, the Consultant and the County have each, respectively, by an authorized person or agent,hereunder set their hands and seals on the date(s)indicated below. Accepted: /114 p-cri. 23 ,2015 OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA By: k , Joanne ': kiewicz, hector •rocurement Services Department Consultan the CONSULTANT: By: /mom/!<_ Hole antes,Inc. wit Print 4f.e ,Od.5. 27-- - 7ee,5,7 Print Name and Title - ity Consultant's Second With-: By: A ash �. ww�s Print Name ed as to Form an Legality: li ssist -County Attorney • Ef 61,9 2 Packet Page -1152--- • 4/14/2015 16.E.7. Colter County Procurement Services Administrative ServicesDnnson Change Order Form Procurement Services Contract Modification ❑Work Order Modification ❑Amendment Contract#: 14-6224 Change#: 2 Purchase Order#: 4500151561 Project#: 35027 Contractor/Firm Name: Compass Construction Project Name: CAT Passenger Transfer Facility Improvements Project Manager Name: Bryan Vehovec Public Transit&Neighborhood Enhancement 1 9 Department: Original Contract/Work Order Amount ;;$ - 3;721.,994.00 .3/25114 11 B Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ ' '3,721,994:00 3/25/14 11 B.: Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount c $ 3,721,994.00' 9/20/2015 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ 0:00. 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 3,721,994.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 8/26/14 Original 9/20/15 Last Approved 9/20/15 Revised Date 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. 1. This change will not increase the original contract value of$3,721,994.00.This change will result in a credit to be added to Allowance Line Item 1070 for a total of$944.91. 2. This change addresses items that were included in original contract scope by designer.The Proposed changes will result in value added enhancements. It also addresses credits for substitute items of certain items. The credits listed in this change order exceed the debits resulting in a positive balance to be added to the above-mentioned allowance. 3. The Contractor will not be able to complete the project as other items in the contract scope are dependant upon these changes being completed. Prepared by: Bryan Vehovec Public Transit&Neighborhood Enhancement Date: 3t 9/i (Project Manager Name and Department) 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 an 'i• o .1r-.r related to the change set forth herein, including claims for impact and delay costs. Accepted by: / Date: / � C, 7--.1 Approved by: Date: March 9,2015 u•ie Robin , Project Manager Atkins North America roved by: Date: O5 Procurement Professional (Divisions who may require additional signatures may include on separate sheet) Revised:10/28/2014 Packet Page -1153- 4/14/2015 16.E.7. Approved by: Date: 3/j //5 Trinity Scott, ranist M nager- Public Transit& Neighborhood Enhancement • Approved by: / '� O' Date: 3-/3 l - Michelle Ar o d, Director—Public Transit&Neighborhood Enhancement Approved by: - ,It�� �� Date: Steve Camell,Administrator—Public Services (Divisions who may require additional signatures may include on separate sheet.) Revised:10/28/2014 Packet Page -1154- 4/14/2015 16.E.7. COST ANALYSIS: FAIR AND REASONABLE PURPOSE: Grantees are required to perform a cost analysis when adequate competition is lacking. The depth of the cost analysis is dependent upon the complexity of the project or proposal. All cost analyses evaluate separate elements that make up the cost or proposal including profit and fees. A cost analysis is used when: • Price analysis will not provide sufficient information. • Procurement type is the sole source method, including contract modifications or change orders. SOLICITATION# SUPPLIES AND/OR SERVICES TO BE FURNISHED #14-6224 (Change Order#2) see attached DETAIL DESCRIPTION OF COST ELEMENTS Attach Vendor Schedule of Values(SOV)if applicable Pre Negotiated OR Estimated Negotiated or Cost Element Price Bid Price Analysis DIRECT LABOR -$33,801.00 -$38,898.96 (Credit)Overhead Door Substitute -$3,290.00 -$4,310.00 (Credit)Elevator Shaft Reduction -$10,007.00 -$9,110.40 (Credit)Traction-type Elevator to LULA substitute -$20,504.00 -$20,408.00 (Credit)Consolidate Environmental Line Item into Allowance -$5,070.56 - MATERIALS/PRODUCTS $27,000.00 $22,216.39 2"Water Service $2,139.00 $2,100.00 6"Sanitary Lateral $8,561.00 $5,895.75 Emergency Lighting $1,900.00 $1,088.01 - 3 Way Light Switch $800.00 $918.23 West Gate Conflict $9,000.00 $10,214.40 i Relocated Fire Main $4,600.00 $2,000.00 EQUIPMENT $16,612.00 $1 5,737.66 Sidewalk Conflict $800.00 $316.31 Additional Network Switches $15,812.00 $15,421.35 DIRECT EXPENSES $0.00 $0.00 MARKUP,OVERHEAD,PROFIT $0.00 $0.00 OTHER COSTS f EXPENSES $0.00 $0.00 GRAND TOTAL $9,811.00 -$944.91 est.FY14 v.2 Packet Page -1155- 1 4/14/2015 16.E.7. RECEIVED,.... ! Cofer Captivity.' Services ArtninistativeSerytes°" " MAR - 5 2015 Change Order Form ®Contract Modification 0 Work Order Modification 0 Amendment T.E. & C.M. Dept, Contract#: 13-6134 Change#: 3 Purchase Order#: 4500149021 /' Project#: 60116 ` Contractor/Firm Name: Community Asphalt ✓'project Name: Construction for Intersection Improvements(SR 90)US 41,SR/CR 951 RRR Project Manager Name: Kevin Dugan Department Transportation Engineering . Original Contract/Work Order Amount 1.S.. 20 689,000 :2 '71018(:13 11A Original BCC Approval Date;Agenda Item# Current BCC Approved AmountL.20,689;000:12 -'<: -7,4.:';-i-`- Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount 520;683 000'12 / SAP Contract Expiration Date(Master) Dollar Amount of this Change , 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total I S 20,689,000.12 0.00% Change from Current BCC Approved Amount Cumulative Changes S 0.00, 0.00%- Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the C),artge r Notice to Proceed 1,21/2014 Ir Original 9/21/2015 N Last Approved 10/1012015 tevised Date 10/26/2015 Date Completion Date 9 ate tit crudes this change) #of Days Added Sixteen(16) Select Tasks ys El Add new task(s) D Delete task(s) 0 Change task(s) 0 Other(see below) Provide a response to the following:1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested);2.)why this change was not included in the original contract;and,3.) describe the impact If this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1) Field poured in place concrete construction of Structure S-144 in order to properly fit the correct curb alignment.If this change is not approved the contractor would not be able to install Structure S-144 at Station 1042+59 to meet the curb alignment. There was an error on the plans survey alignment 2) Water Main Capping due to existing 20'Water Main being in conflict with the proposed drainage run on SR 951 S-137 to S-196. The V V H(verified vertically&horizontally)on the plan was not as deep as field conditions. If this change is not approved,the contractor would not be able to complete this work with minimal impact to the motoring public. 3): Water Main Deflection on existing 20'water main that is in conflict with proposed 54"RCP drainage from S-133 to S-134.So as not to Impact traffic several times with open cutting the road,it is more effective to get the Water Main,Force Main and drainage across SR 951 in one weekend. If this change is not approved there would be several times to detour this intersection. 4) Two(2)B'hot laps needed to tie in the new 20`water main with the existing 8"HDPE crossing CR 951 near Triangle Blvd. This is due to existing field conditions. If this change is not approved,the contractor would not be able to make this tie-in as per the plan, 5) Relocate an existing sample point outside of the proposed travel way on SR 951 &Triangle Blvd. If this change is not approved the sample point would be in the middle of the proposed travel way. 5) Water Main capping on existing 10"water main where the existing 20"&30"water main are connected at station 1053+60. In order to isolate the 20'&30'lines to be abandoned and not take the fire line out of service.If this change is not approved abandoning the 20"&30'line would put the fire line out of service. 7) Sixteen(16)days have been added to the contract for Weather and Holiday per Specification Sub article 8-7.3.2. - I_ _ Prepared by ev f r Date:4C/S (Kevin Dugan, ' re Manager,T.E.C.M) 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 1 i Design Professional arising out of o -fated to the change set forth herein,including claims for impact and delay costs. /Z.'1 Accepted by: 0 e - Date: Z /1C (Robert Peterson,Area M er,Community Asphalt) Approved by: ‘...e..) --�`--- Date:3 -,5"--/S--- ( (Steve Ritter,Road Col.traction - agar,Collier County) j. Approved by: f Date: r��1 �/ (J Afirnad,P.E. eirector,:T .C.M.D Collier County) y"� I / Page I Packet Page-1156- 4/14/2015 16.E.7. sue; , Procurement Services Change Order Form 4.PProved by. Jl6 Date: J (Nic• ase''id:, : - T t �emer�i.Division) A ft I Approved by /J . . Dat i�� (Eve • Colon,P „ urement Professional) l 2EPage Packet Page 1157- 4/14/2015 16.E.7. A IV S Atkins North America Inc. _._. 12268 Tamiami TraiEasL Unit 301 Telephone:+1239.330.3414 www.alkilsolobal.com/northamerica Mr. Kevin Dugan February 26, 2015 Project Manager Collier County 2885 Horseshoe Drive • Suite 303 • Naples, FL 34104 RE: Summary of Change Order#3 Contract No: 13-6134 Collier County Project#: 60116 Project Description: Intersection Capacity Improvements for(SR90(US 41)SR/CR 951)and SR 951 3R Improvements. Dear Mr.Dugan: The items below are included in Change Order#3 at a zero dollar($0.00)change to the contract. • Field poured in place concrete construction of Structure S-144 in order to properly fit the correct curb alignment. If this change is not approved the contractor would not be able to install Structure S-144 at Station 1042+59 to meet the curb alignment. There was an error on the plans survey • alignment.This work will be performed for a cost of$4,830.00 which is available in the SR 951/ US 41 Roadway Allowance. • This change is to pay the contractor to cap an existing 20"water main in conflict with the proposed drainage run on SR 951 from S-137 to S-196. The V V H(verified vertically& horizontally)on the plan was not as deep as field conditions. This work will be performed for a cost of$23,810.28 which is available in the Water Allowance. • This change is to pay the contractor to deflect existing 20"water main on SR 951 that is in conflict with the proposed 54'drainage run from S-133 to S-134. This work will be performed for a cost of$26,666.06 which is available in the Water Allowance. • This change is to pay the contractor for (2)8"Hot Taps to tie the new 20"water main with the existing 8" HDPE line at Triangle Blvd and crossing SR 951 per Collier County Utilities. This work • will be performed for a cost of$14,978.88 which is available in the Water Allowance. • This change is to pay the contractor to relocate an existing sample point outside of the proposed travel way at Triangle Blvd. and SR 951. This work will be performed for a cost of$1,078.50 which is available in the Water Allowance. • This change is to pay the contractor to cap an existing 10'water main at Station 1053+60 across from Triangle Blvd.where the existing 20"and 30"are connected. This work will be performed for a cost of$8,145.30 which is available in the Water Allowance. If you have any questions or concerns, please contact me at(239)330-3412. Sincerely,�,/. Kelly Adams Contract Support Specialist • Packet Page -1158- • 4/14/2015 16.E.7. Amendment#4 Carolio Engineers Page 2 Cr CAmar y Procurement Services ,a; s Change Order Forth ./ccaemert smear 0 Contact Modification 0 Work Order Modification ®Amendment Contract#: 04-3673 Change#: I C6/A4 !Purchase Order*. 4500102000(Previously ! 70902/73156 I 4500041201) IProject#: Contractor/Firm Name: Carolio Engineers Name: I Design of the NERWTP/NEWRF I Project Manager Name: Alicia Abbott I Public Utilities Planning&Project Management I Department Original Contract/Work Order Amount $ 11,725;020:0a 12=14-04;-10E Original BCC Approval Date;Agenda Item# Current BCC Approved Amount 12,2(4,4 J ov .1=26,101,6C2 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 12,869452:00 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ ..0::00 9.76% Total Change from Original Amount Revised Contract/Work Order Total $ 12,869,452.00 #DIV/0! Change from Current BCC Approved Amount Cumulative Changes $ 1,144,432.00 _ 0.00% Change from Current Amount Completion Dabs,..Description of the Tasks)Change'and Rationale for the Change. ' s;: . Notice to Proceed 1/31/05 Date Or�ina! �• --t Approved 5/17/15 I Completion Data r a. Data ludes this Date I Until comp!. A.h, ludes flue change) #of Days Added NIA Select Tasks 0 Add new task(s) 0 Delete tasks) 0 Change tasks) 0 Other(see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s)to the tasks) and/ or the •additional days added(if requested);2.)why this change was not included In the original contract and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1.To replace ARTICLE FOUR-TIME, Paragraph 4.1 to read as follows: 4,1. Services to be rendered by CONSULTANT shall commence subseouent to the execution of this Agreement upon written Notice to Proceed from OWNER for any and all so designated oortion(s)of the Project. Services shall be performed to completion for the duration of the Project and shall include closeout related activities. Time is of the essence with respect to the performance of this Agreement. 2.The contract allowed for the Project Schedule, Schedule C, to be modified from time to time. With this amendment,the project schedule does not need constant revisions and the project can continue to be performed until completion. 3. If this change is not processed,the Northeast Regional Water Treatment Plant and Water Reclamation Facility project would not have this design consultant to continue the services provided for in the original contract documents(once reactivation of this project is initiated)and to oversee project closeout Prepared by: SJ�-�.7�..Ck S Date: (Project Manager Name and Department) 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 I 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 arisin related t change set forth herein,including claims for impact and delay costs. y Accepted by: Date: 3/26/2015 Robert Cushing,P.E.,Vice President, Carob Engineers Approved by: iu/ Date: (Desi fessio 1 -rid Name of Firm, if project applicable) / Approved by: ', Date: 3/z�'// ,Sblhslon Hall,P urernent Strategist / (Divisions who may require additional signatures may include on separate sheet.) Revised:10,213/2014 • Packet Page -1159- 4/14/2015 16.E.7.- Amendment#4 • Carollo Engineers �� Page 2 Date: i 7/ r APP by • car artinei,"-PE., n pal Project Manager ,f Approved / Date: 3/ 27//6T ,•tev essner,W ter P-•artment Director �y r j Approved .111111 , t/ L,�- Date: .i Z7!`,Bet• nnssera ∎•,-, w)te De rtment Director 7•• Approved by: r r•--,t .._x.� --i1- ' Date. i Chmeli ,P. . PPMC Director i Approved by 4 Date: I'4j14.:(-- ' 7016 /seph Bel•ne, Operations Support Director l j _ a L - � —A� ; , /' George Yilmaz, Public Utilities Administrator • i • (Divisions who may require additional signatures may include on separate sheet.) Revised:10/28/2014 Packet Page -1160- 4/14/2015 16.E.7. EXHIBIT A-4 Contract Amendment#4 to Contract#04-3673 "Professional Engineering Services for Design of the Northeast Water Reclamation Facility and Water Treatment Plant" This amendment, dated Fe 1'7 , 2015 to the referenced agreement shall be by and between the parties to the original Agreement, Carollo Engineers (to be referred to as "Consultant") and Collier County, Florida, (to be referred to as"Owner"). Statement of Understanding RE: Contract# 04-3673 -"Professional Engineering Services for Design of the Northeast Water Reclamation Facility and Water Treatment Plant" In order to continue the services provided for in the original Contract document referenced above,the Consultant agrees to amend the Contract,as provided herein. ARTICLE FOUR TIME Paragraph 4.1 is hereby replaced entirely with the following: 4.1. Services to be rendered by CONSULTANT shall commence subsequent to the execution of this Agreement upon written Notice to Proceed from OWNER for any and all so designated portion(s) of the Project. Services shall be performed to completion for the duration of the Project and shall include closeout related activities. Time is of the essence with respect to the performance of this Agreement. [***] All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the parties have each, respectively, by an authorized person or agent, have executed this Amendment on the date(s) indicated below. Accepted rc PrZ..Qr- 27 , 2015 1 OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA Contractor's First W. ess: By: ,. �J .�J k Joann- Markie ' z, Dire, • By: ' • urement Services De.:.•?•rrt Signature Eric Peters, Vice President CONTRACTOR: Print Name Carollo Engineers Contract is Second Witness: By. , ------ Signature By: IAA 1..1A,WAA -C10' Robert S. Cushing, Senior Vice President Signature Print Name and Title Laura Baumberger, Associate Vice President Print Name Approved as .nd Legality: I1 l Cou ji Ilttomey 1 0 Packet Page 4161- Collier ' Prc 4/14/2015 16.E.7. Administrative Servicespivision Change Order Form Procurement Services LeContract Modification ❑Work Order Modification ❑Amendment Contract 13-6020 Change#: 'I Purchase Order#: 1 4500150199 / I Project#: 1 73950.8.1 Contractor/Firm Name: TKW Consulting Engineers `� Project Name: NCWRF Mech Ops&Elec Upgrades ✓ I Project Manager Name: Peter Schalt, PMP I PPMD I Department: Original Contract/Work Order Amount-- $ 1,429,676.00 -"3/11/2014 11"C Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 1,429,676.00 '3/11/2014 11't_ Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amounts $ 1,429,676.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total r $ 1,429,676.00 0.00% Change from Current BCC Approved Amount Cumulative Changes -' $ 0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change,and Rationale for the Change V Notice to Proceed 4/3/2014 Original 4/27/2017 Last Approved 4/27/2017 I Revised Date 1 4/27/2017 I Date Completion Date Date (Includes this change) #of Days Added ✓ / y Select Tasks ®Add new task(s) ® Delete task(s) Change task (s) ® 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. As the design engineer,TKW,worked through the Technical Memorandum phase of this project,the need to develop smaller,prioritized,highest need bidding packages in order to achieve the proper degree of reliability manifested itself. Also upgrades to Electric Service No. 1 will be postponed until a plant evaluation study is completed which will determine the"go forward"plan for the Oxidation Ditch side of the plant,which Electric Service No 1 serves.As a result some tasks will not be needed and others will be needed to implement a more modular approach for the electrical upgrades. *Also per the original contract the design completion milestone is 480 days from the Notice to Proceed date of 4/3/2014,or 7/27/2015. The additional efforts above will require the contract time for the design comaletion qy stoneio be increased. It needs to be extended an additional 157 days(new total of 637 days from the NTP date of 4/3/2014),which is 12/31/2015 in order to accommodate the modular approach for the electrical reliability upgrades. These changes could not have been foreseen until the Technical Memoranda efforts were evaluated and completed. This change must be processed in order to achieve the desired electrical reliability end results.The following Tasks will be added in lieu of Electric Service No. 1 and Class 1 Reliability, Upgrades: A'No d.*, e. 40 ovaratt pve tc4- ce...110,..÷t on . 1. Re-feed Sludge Pump Station 4 from Electrical Service 2 for enhanced MLE reliability. 2.Add a second feeder and transfer switch to the Operations Building from Electrical Service 2 for increased reliability. 3. Provide purchase specification for 500kW trailer mounted diesel driven portable generators. 4.Add Portable Generator Connections and Dual Class-1 reliability to the North and South 120/208V-3-phase Bleach power systems. 5.Add Portable Generator Connections to Electrical Service#2(MLE System)at the MCC level. 6.Add Portable Generator Connections to Electrical Service#3(IQ Water Pump Station). 7.Add Portable Generator Connections to Electrical Service#4(IQ/Reject Water Injection Well Pump Station). 8.Specification and design for Electrical Service 1 Standby Power Generator control upgrades for reliability and system protection including overvoltage—F.Prepared by <9-)-'"' C i,/, i 3 3 Date: ( /-24 ) Peter Schalt, PMP, Senior Project Manager, PPMD 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: 'I-- ' G W X4I 4'Z . Date: ✓//�/� i'J Douglas H. Eckmann, P.E.,Project Manager,TKW Consulting Engineers Approved by: N/A Date: -----. a- l n Pro sl al and Name of Firm,if project applicable) Approved by:���t J� J wainson Hall,Procurement Specialist, Purchasing Dept. Dafe:, /Z ��jl (Divisions who may require additional signatures may include on separate sheet.) Packet Page -1162- Revised:10/28/2014 • 4/14/2015 16.E.7.4 P Prepared by: �`G1J(, Date: 3 13120 l 5' ate: Peter Schalt, PMP, Senior Project Manager Public Utilitie ' : VIP) Approved by: I Date: 3 J23 ) Craig Paje , Pncipal Project Manager Public iliti:Iir Approved by: IY i �_ Date: C� Tom C nelik, P.E., PMP, Director Pus '. Utilities PPMD 1 Approved by: ..±.1 , Date: Jose.1 Bell ne, inance Director Pub;Pc Utilities Division Approved by: Date: 3/2-3/5---- Dr. George Yilmaz, PhD, Administrator // Publij tilities ;;'vision Approved by:- �, .� Date: rgA S ' ainson all, Procurement Strategist Purchasing Department Packet Page-1163- care Or,I, y Procur 4/14/2015 16.E.7. Change Order Form AdmiMSV M abVe$CrPS QUI"- 9 Procnement Services ® Contract Modification �]Work Order Modification ill Contract#: 12-5867 / Change#: 6 7 Purchase Order#: 4500142951 ✓ Project#: 70091 C Hole Montes ✓ NCWRF ASHT/FET CEI Services I Contractor/Firm Name: Project Name: `� t Peter Schalt / PPMD Project Manager Name: Department: i. f Original Contract/Work Order Amount $. 8,000 00 2/12/13 16C6/Original BCC Approval Date;Agenda Item# f Current BCC Approved Amount J $,==g 6981,000-:06 . 212/13 16C6 /Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount/ $ . 698,01)0 00 SAP Contract Expiration Date(Master) Dollar Amount of this Change /7$72Q000 00 4.45% Total Change from Original Amount I Revised Contract/Work Order Total / $ 938,000.00 4.45% Change from Current BCC Approved Amount I. Cumulative Changes / $ 40,000.00 4.45% Change from Current Amount F i Completion Date,Description of the Task(s))CChange,and Rationale for the Change le Notice to Proceed 3/28/13 ✓ Original 12/31/14 ° Last Approved 5/8/2015 /Revised Data 7/22/2015/ Date Completion Date Date — (Includes this change) ( #of Days Added 75 this CO / Select Tasks ❑Add new task(s) El Delete task(s) ❑Change task(s) ®Other(see below) G i Provide a response to the following: 1.) detailed and specific explanationlrationale 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, ': During the construction ofthe NCWRF Aerated Sludge Holding Tank/Flow Equalization Tank several unforeseen conditions manifested themselves that could not have been foreseen before construction. This project is in the oldest original part of the NCWRF and record drawings for that area of i the plant are not accurate. Some examples of the unforeseen conditions encountered are: Iarge existing piping discovered during construction that was incorrectly shown on the records drawings and had to be relocated.As a result a piping bypass had to be installed so the new construction could be built and an extensive sheeting system had to be constructed so that existing structures would not be undermined.These two major items resulted ,.4.--..\ in a project time suspension and several time extensions to the construction contract totaling approximately eight months from the original completion date. Hole Montes is our inspection(CEI)firm. Their contract has to be extended commensurately in order to perform the final i inspections,record drawings,final operations and maintenance manuals,final payment approvals for the contractor's invoicing,and project close out. This change order adds 75 days to the final completion and$40,000(T&M)for the services required to close out the contract This increase will )' be distributed equally among the two original tasks. If this change is not processed,the required services to properly close out the construction ! contract could not be performed and therefore the project could not be turned over to the Owner in the proper prescribed manner. ) , t j i Prepared by: l4) (-'f`Q4' Date: 3 I ( 7 ((S� Peter Schalt, PMP,Senior Project Manager,Planning&Project Management Dept. I 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 I adjustment,if any,to the Contract shad 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: A Date:'3 1 t1 ) ,_C ¢r.Ron l. -nson 4i, .,PhD,Senior Vice President,Hole Montes i i (-7 j j Approved by Date: Clio- ppe .,P oject Management Director, Hole Montes Approved by: ',0 <<< Date: ✓ Zi'//6 r Slyaiff/pri Ha ,Procurement Specialist (Divisions who may require additional signatures may include on separate sheet.) Revised:10/28/2014 4�`� 1^ 5 Packet Page -1164- • 4/14/2015 16.E.7. Approved by: _ _ a Date: 3 2 3 IJ- Craig Pajed . P cipal Project Manager Public Ut . ' • d� Approved by: Date: 4-2)111,b Tom 'hmelik, P.E., PMP,Director Pub '- , tilities PPMD ('��� ) Approved by: Date: ZW//r- Josep4�'✓r :ell ne, mance Director Pub Utilities Division Approved by: - a_ ��--- ,.) Date: 3/iq5-- Dr. George Yilmaz, PhD, Administrator Publi Utiliti-s ivision Approved by: �' ! Date: Z�j �J /, s„,!;....on.Hall, Procurement Strategist III (Purchasing Department • Packet Page-1165- 4/14/2015 16.E.7. Co f r County Procurement Services Change Order Form ®Contract Modification El Work Order Modification ❑ Amendment -- Contract#: 15-6370 Change#: 1 Purchase Order#: N/A Project#: N/A Contractor/Firm Name: Contemporary Controls& Communictonslnc, Project Name: Motorola Centeral Control Irrigation Supplies&Services Project Manager Name: Pamela Lulich Department: County-wide Bid#15-6370 Original Contract/Work Order Amount N/A 2/10115;16A9 :Original BCC Approval Date; Agenda Item#! Current BCC Approved Amount N/g- 211011.5;16A9 l Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount . • N/A 2/9/2016 SAP Contract Expiration Date (Master) Dollar Amount of this Change N/A #VALUE! ;Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #VALUE! Change from Current BCC Approved Amount Cumulative Changes #VALUE! #VALUE. Change from Current Amount °.Completion Date,Descnpttort of the'Task s Chan e,-andTRationale for the Change., _ ,Fr ro _ 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 N/A Select Tasks ®Add new task(s) Cl Delete task(s) El 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. 1.)Additional line items to be added to the Bid#15-6370 as authorized by Exhibit IV, item 1 of the solicitation. The items are needed for incidental work that will be needed to upgrade communication changes in the conversion from unsupported Windows XP to supported Windows7. 2.)The additional separated items were not anticipated at the time of the bid.These are parts of the bid items that are approved on the Bid but not itemized.Adding items to the bid sheet as separate parts are due to the need for repair or replacement of a single part over time or usage. , 3.)Some new additional items are added to the bid because of the new two wire products that are available thru the manufacturer. The availability of these items were previously unknown to us. j I 1 Prepared by: _ Date. . O v1D,1' (Pamela Lulich, Landscape Operat7F anager, Road Maintenance Division) 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: _mot. _./_ _ Date: _T --....1_57.4.7o lr- Dan :r. man,C•ntemporary Controls&Communication,Inc.) / Approved by: a �i i, ._ / Date: 3/c2 S/ / ,� (Procurement Profe..sional) ((( __ (Divisions who may require additional signatures may include on separate sheet.) • Revised:10/28/2014 Packet Page -1166- 4/14/2015 16.E7. Item Description NON BID ITEMS Amount MOSCAD:F4860A:15348 115 Volt-24V @ 3.125 Amp Transformer $54.69 798-0106 0034.1522 5X2Omm 4 Amp Fuse 0.34 846-0100 015501002 Fuse Holder $1.50 PS1270F 12 VOLT 7Ah BATTERY $54.69 800-8046 R50A-12N $113.20 24419 10'X 1 1/4" 18 GAUGE PREGA.SWAGGED AT ONE END $10.23 MOSCAD:ACE 254_2 WIRE Module ACE 2 WIRE MODULE 2,179.69 MOSCAD:F7564:V616 ACE 16D0 MODULE $692.97 MOSCAD:F7564:V480 ACE 16 DI $390.63. MOSCAD:FKN8466 CABLES 40 WIRE EACH $187.50 MOSCAD:TW/MOT 1 Decoder_1 Station $112.50 WOODS STEEL D:BPE45T 2"SCH. 10 PIPE 20' $156.26 MOSCAD:FAE5532A ANTENNA FOR PICCOLO XR $32.03 MOSCAD:FAE5534A POLE MOUNTING ANTENNA $150.00 Packet Page -1167- 4/14/2015 16.E.7. Co 'ter County Pro.ucac �vc�v�e.co Change Order Form ❑Contract Modification ❑ Work Order Modification ®Amendment Contract#: 13-6058 Change#: 1 Purchase Order#: N/A Project#: N/A Contractor/Firm Name: Sunbelt Automotive, Inc. Project Name: Filters for Fleet Vehicles Project Manager Name: Mike Burks Department: Fleet Management Division=Admin Services Original Contract/Work Order Amount N/A 5/14/13 16.E.13 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount N/A` Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount N/A SAP Contract Expiration Date (Master) Dollar Amount of this Change N/A #VALUE! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #VALUE! Change from Current BCC Approved Amount Cumulative Changes #VALUE! #VALUE! 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 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 removes the contradictory language that existed in the Invitation to Bid regarding price adjustment. This award methodology and the pricing structure was intended to be a fixed discount throughout the term of the contract,and therefore, price adjustments are not relevant. '� ` - 7/.45 Prepared by: 14 t, �„�J?-4' Date;,,, h• da Cummings, Procurement Strategist, Pr.curement Services Division } 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. Approved by: �'' ��- �rt Date: >Joanne Ma iewicz, Director, Procuremeny'8e ice Division —7I (Divisions who may require Packet Page -1168-dude on separate sheet.) Revised:10/28/2014 4/14/2015 16.E.7. EXHIBIT A-1 Contract Amendment#1 to Contract#13-6058 "Filters for Fleet Vehicles" This amendment, dated , 2015 to the referenced agreement shall be by and between the parties to the original Agreement, Sunbelt Automotive Inc. (to be referred to as "Vendor") and Collier County Board of County Commissioners (to be referred to as the"County"). Statement of Understanding RE: Contract# 13-6058-"Filters for Fleet Vehicles" In order to continue the services provided for in the original Contract document referenced above, the Vendor agrees to amend the Contract as stated below. This amendment shall be retroactive to the original date the Board approved the contract. Note: Language deleted has been atesiek-thr-eugh. In accordance with the Invitation for Bid, Exhibit I, Scope of Work, Specifications and Response Format, Term of Contract, is hereby amended follows: Term of Contract The contract term, if an award(s) is made is intended to be for one(1)year with three(3)additional one(1)year renewals.•The discount offer shall remain firm for the contract period. ' ':: :: . : . _ ._. . - _. _ •._ Surcharges will not be accepted in conjunction with this contract,and such charges should be incorporated into the pricing structure. All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the Vendor 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: 2015 Vendor's First Witness: COUNTY: BOARD OF COUNTY COMMISSIONERS By: OF COLLIER COUNTY,FLORIDA Print Name and Title By: Joanne Markiewicz,Director Vendor's Second Witness: Procurement Services Division By: VENDOR: Sunbelt Automotive,Inc. Print Name and Title By: Approved as to Form and Legality: Assistant County Attorney ( Print Name and Title Packet Page 1169 (.1.:42) • �R 4/14/2015 16.E.7. -Fer County Pro.....O...G..•VG.•.VGA Change Order Form ❑ Contract Modification ❑Work Order Modification ®Amendment Contract#: 13-6058 Change#: 1 Purchase Order#: N/A Project#: Contractor/Firm Name: Uni-Select USA, Inc Project Name: Filters for Fleet Vehicles Mike Burks Fleet Management Division=Admin Services Project Manager Name: Department: Original Contract/Work Order Amount N/A 5/14/13 16.E.13 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount N/A` Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount N/A SAP Contract Expiration Date (Master) Dollar Amount of this Change N/A #VALUE! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #VALUE! Change from Current BCC Approved Amount Cumulative Changes #VALUE! #VALUE! 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 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 removes the contradictory language that existed in the Invitation to Bid regarding price adjustment. This award methodology and the pricing structure was intended to be a fixed discount throughout the term of the contract, and therefore, price adjustments are not relevant. Prepared by:Gs Avit_ : ' r , 1/ :LiGr/� — _. Dat 1 Rhonda Cummings, Procurement Stt ategi t, Procurement Services Division P g Acceptance of this Change Order shall constitute m9lification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract / ow rk 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. Approved by: _--- Date: Joanne Markiewicz, Director, rocurement,Servjces ivision L7/i1 (Divisions who may require dude on separate sheet.) Packet Page 4170- Revised:10/28/2014 4/14/2015 16.E.7. EXHIBIT A-1 Contract Amendment#1 to Contract#13-6058 "Filters for Fleet Vehicles" This amendment, dated , 2015 to the referenced agreement shall be by and between the parties to the original Agreement, Uni-Select USA, Inc. (to be referred to as "Vendor") and Collier County Board of County Commissioners (to be referred to as the"County"). Statement of Understanding RE: Contract# 13-6058 -"Filters for Fleet Vehicles" In order to continue the services provided for in the original Contract document referenced above, the Vendor agrees to amend the Contract as stated below. This amendment shall be retroactive to the original date the Board approved the contract. Note: Language deleted has been struck Hugh. In accordance with the Invitation for Bid, Exhibit I, Scope of Work, Specifications and Response Format, Term of Contract, is hereby amended follows: Term of Contract The contract term, if an award(s)is made is intended to be for one(1)year with three(3)additional one(1)year renewals. The discount o f f e r shall remain f i r m f o r the contract period. ' '=_ :: . . _ . . ... .. ... .- S u r c h a r g e s will not be accepted in conjunction with this contract,and such charges should be incorporated into the pricing structure. *** All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the Vendor 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: ,2015 Vendor's First Witness: COUNTY: By: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA Print Name and Title By: Vendor's Second Witness: Joanne Markiewicz,Director Procurement Services Division By: VENDOR: Print Name and Title Uni-Select USA, Inc. Approved as to Form and Legality: By: Assistant County Attorney Print Name and Title ■ t• r£.2 A . $ '3015 •V5 3\ Packet Page -1171- Co County 4/14/2015 16.E.7. Pro__. Change Order Form ❑ Contract Modification ❑Work Order Modification ®Amendment Contract#: 13-6058 Change#: 1 Purchase Order#: N/A Project#: N/A Contractor/Firm Name: Sam Galloway, Inc. Project Name: Fitters for Fleet Vehicles Project Manager Name: Mike Burks Department: Fleet Management Division=Admin Services Original Contract/Work Order Amount N/A 5/14/13 16.E.13 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount N/A` Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount N/A SAP Contract Expiration Date (Master) Dollar Amount of this Change N/A #VALUE! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #VALUE! Change from Current BCC Approved Amount j Cumulative Changes #VALUE! #VALUE! 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 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 removes the contradictory language that existed in the Invitation to Bid regarding price adjustment. This award 1i methodology and the pricing structure was intended to be a fixed discount throughout the term of the contract,and therefore, price adjustments are not relevant. �l f 4 / t . Prepared by:- ,ate ! _ L „Awl Date. ,r 1/1S1-5- o rda Cummings, Procurement Strate:ist, Pro urement Services Division Acceptance of this Change Order shall constitute a modi to: ion 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#o the change set forth herein, including claims for impact and delay costs. - Approved by: /— A \ Date: Joanne Ma ciewicz. Director, Procure ''Services Division (Divisions who may require dude on separate sheet.) Packet Page -1172- Revised: 10/23/2014 4/14/2015 16.E.7. EXHIBIT A-1 Contract Amendment#1 to Contract#13-6058 "Filters for Fleet Vehicles" This amendment, dated , 2015 to the referenced agreement shall be by and between the parties to the original Agreement, Sam Galloway Ford, Inc. (to be referred to as "Vendor") and Collier County Board of County Commissioners(to be referred to as the"County"). Statement of Understanding RE: Contract# 13-6058 -"Filters for Fleet Vehicles" In order to continue the services provided for in the original Contract document referenced above, the Vendor agrees to amend the Contract as stated below. This amendment shall be retroactive to the original date the Board approved the contract. Note: Language deleted has been ctn.tok through. In accordance with the Invitation for Bid, Exhibit I, Scope of Work, Specifications and Response Format, Term of Contract,is hereby amended follows: Term of Contract The contract term, if an award(s)is made is intended to be for one(1)year with three(3)additional one(1)year renewals. The discount offer shall remain firm for the contract period. ■ __ .. _ .. _ ._._ ._ .:. _ . Surcharges will not be accepted in conjunction with this contract,and such charges should be incorporated into the pricing structure. *** All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the Vendor 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: 2015 Vendor's First Witness: COUNTY: By: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA Print Name and Title By: Vendor's Second Witness: Joanne Markiewicz,Director Procurement Services Division By: VENDOR: Print Name and Title Sam Galloway Ford,Inc. Approved as to Form and Legality: By: Assistant County Attorney Print Name and Title JS63 Q {6- QEL 2,' +cD 115-PRC-02861/1164244111 Packet Page -1173- �-' 4/14/2015 16.E.7. CO" Public Utilities Planning&Project Management Wayne Karlovich(239)252-5372 WayneKarlovich@colliergov.net February 24,2015 Ronald E. Benson,P.E. Hole Montes,Inc. 950 Encore Way Naples, FL 34110 RE: Zero Dollar Contract Change Notification# 1 Contract 13-6164-CEI Project 70044.6.4-Construction Eng. and Inspection Services-SCWRF MPS 306 FM Work Order/Purchase Order#4500150931 Dear Mr.Benson: By copy of this letter,the above referenced work order is being issued a zero dollar($0.00)change as indicated below: ®Other:Per the attached budget reallocation request,transfer$7,471.25 from Task 2 to Task 1;transfer $1,277.00 from Task 3 to Task 1. Revised budget for Task 1 is$53,225.25.Revised budget for Task 2 is $44,724.75. Revised Budget for Task 3 is$650.00. Sincerely, (4J i42kT Wayne M.Karlovich Senior Project Manager Swainson H. /r 1oc . efuent Strategist, Purchasing Department Approv. _ .1/ Date: 2-/2- /1�- r cc: Robin Sheley, Clerk's Finance Division Tracy Payne, Purchasing Department Packet Page -1174- 4/14/2015 16.E.7. HOLE MONTES ENGINEERS•PLANNERS•SURVEYORS 950 Encore Way•Naples,Florida 34110•Phone 239.254.2000•Fax:239.254.2099 February 24,2015 Mr. Wayne Karlovich, F.E., Senior Project Manager Collier County Public Utilities 3339 Tamiami Trail East Suite 309 Naples FL 34112 RE: BUDGET REALLOCATION 30"AND 24"FORCE MAIN AND MPS 306 FORCE MAIN SOUTH COUNTY WATER RECLAMATION FACILITY COLLIER COUNTY PUBLIC UTILITIES DIVISION HM File 2014.049 • Dear Wayne: We are requesting a reallocation of budgets for the time and material tasks identified below. This request is due to the extended construction and close out period, which included preparation of Record Drawings and GIS data. Task Item Current Revision to Revised Budget Budget Budget 1 Contract Administration $44,477.00 $8,748.25 $53,225.25 2 Detailed Observation&Field Inspection $52,196.00 ($7,471.25) $44,724.75 3 Reimbursable Expenses $1,927.00 ($1,277.00) $650.00 Total $98,600.00 $0.0.0 $98,600.00. Please call if you have any questions, Thank you. Sincerely, • ! MONTES,INC. f I avid W. Schmitt,P.E. Senior Project Manager DWS:dih cc: Oscar Martinez, Collier County Aggie Sipos,Hole Montes Ron Benson,Hole Montes H:1201412014049\EN\C Correspondence\CI Client Conspondence\20150224-wk-Budget Reallocation-ltr.doc Naples•Fort Myers Packet Page -1175- 4/14/2015 16.E.7. Exhibit E: Construction Change Order Form �or41-oratter- Contract#: 14-6213 " Change#: 2 ✓ Purchase Order#: 4500152712 / Project#: 70030.5 ContractorlFirm Name: Douglas N. Higgins Project Name: SCRWTP Upgrades to Pigging Station ./ Project Manager Name: Alicia Abbott Planning&Project Management ! g / Department: Original Contract/Work Order Amount i $ 298,400.00 ✓ 9/9/14 16C8 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount ' $ 298,400.00; • Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 298,400.001, 77-7 12ol(o SAP Contract Expiration Date(Master) Dollar Amount of this Change - $ 0.00' 0.00% Total Change from Original Amount Revised Contract/Work Order Total ./ $ 298,400.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount • • Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 9124/14 ✓ Original 4/22/15 e Last Approved 6/3/15 Revised Date 9/1/15 Date Completion Date Date ,cludes this change) #of Days Added 90 , Select Tasks ❑Add new task(s) ❑ Delete task(s) ❑ Change task(s)g Other(see below) Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested); 2.)why this change was not included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1.) Requested change is to replace the gate valves, identified in the contract documents,with plug valves. The requested change is being made because the characteristics of the plug valves provide for a better functionality in the project application. 2.) During the shop drawing review process it was identified that the gate valves to be supplied could not be mounted horizontally without significant potential for debris filling the valve track and preventing the valve from properly closing. Plug valves were identified by the Consultant as a viable alternative to the identified problem. 3.) If this change order is not processed there will be additional maintenance required to ensure that the gate valves,-remain free of debris and operational before and after each use. This change order is to add additional time to the work order,and reallocate funds. The contractor could not anticipate that during shop drawing review a decision would be made to change the type of valve to be used, and remove a valve that is not required.The delivery time for the valve is 12 weeks. This change order will provide the time required to obtain all equipment,complete the installation, start up and commission the equipment, provide training, and prepare the final close out documentation to adequately complete the project. The funds to be reallocated, in the amount of$6,546.90,will be transferred from Task 5 (30"Gate Valves)to Task 7(Allowance). The allowance fund amount will be increased to $10,546.90.This increase in allowance funds will be necessary to cover additional costs related to,but not limited to,additional concrete and steel reinforcement which may be required to extend the concrete slabs onsite and • any unforseen circumstances possibly encountered during construction or excavation, Prepared by: 3'.J\?1 Date: .j t 2- \S (Project Manager Name and Department) 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. related ry q,nM Gy BnMy Ba, Brandy Bartolone Accepted by: ,e'°15.1a "319,0 p Date: 3-9-15 Brandy :artolone, Douglas N.Higgins, Inc. I Approved by: ,.J Date: 3-16-I S J.=on ".andra, CD mith 2 Approved by: 01/PA - ` Date: 3/Z /r✓.5 S`-h fall,Procurement Strategist D Packet Page -1176- SCRTP Pigging Station 4/14/2015 16.E.7. W Change Order-D.N.Higgins Page 2 Approved by: C-f' / .,. l Date: 3�4 l/V— O Martinez, . ., PPMiv ipal Project Manager Approved by: \� Date:t 3�/? C. Stev- Messn= ,a ent Director Approved by: .�, /�I. Date: /`3 / P /S Tfo-•-Ghmelik,P.E.,PPS D Director Approved by: _Arr:i Ji S Date: &/ 3J Sr Joseph Bellone,Operations Support Director 3J 1 Approved by: t� - Date: 3/'p George Yilmaz, Public Utilities Administrator • �' • (Divisions who may require additional signatures may include on separate sheet.) Revised:10/28/2014 Packet Page -1177- • 9 , _; 4/14/2015 16.E.7. f:11 n _ GENERAL CONTRACTORS e . . .49 Y. SCRWTP UPGRADES TO PIGGING STATION _a Purchase Order No:4500152712 Change Order for Changing the 30"Gate Valves to 30"Plug Valves T Prepared 2015-02-10(quote valid for 7 calendar days) z,� _ _ Unit Price U,nniit Quantity Extended Price Notes .E'�° --_ y.._; .'r•.,".'�'ut — _Mt.--Y,.Lri` -s:"4.: '{ '(,sC',.',+Y'��s-..t4,,++nz -:v(.`• i •",��. 4-! '•'l' .P'::.t..r - RRAAnn .^ yy(� ..-..:l u;. .r.VIVI:cF='-:,�'..'3Nca P—Tit i :a-;�?;a; .�.S4Z ".: .?`,:-10; t ill.g ^ _.-.2. 1••.;;11: 4._!;._' :• ',:•s'%:i :'r', !".i:•.: Pipe,Valves&Appurtnenaces Materials 30"Flanged Plug Valves $ 30,493.55 EA 2 $ 60,987.10 1,2 Labor $ 2,233.00 EA 2 $ 4,466.00 $$ 30"Flanged Plug Valve Material Subtotal $ 65,453.10 Credit for Pipe,Values&Appurtenances Materials Credit for 30"Flanged Gate Valves $ 24,000.00 EA -3 $ (72,000.00) $ - '. $ - $ - 30"Flanged Gate Valve Credit Subtotal $ (72,000.00) •`t Sum of Material Subtotals $ (6,546.90) NOTES 1 see Ferguson quote#8186478 As of 2-10-15,add a 201 calendar day time extension to the contract time.The original 30"gate valves were submitted on 10-17-14,responded to on 11-26-14 with a"not approved"and changed to 30"plug valves.It should be noted that 2 no specification came with this request and therefore could not be quoted without an approved submittal.On 1-29-15 we recieved an approved submittal and obtained a solid quote from our supplier.We are entitled to receive a time extension from the time the gate valves were submitted until the plug valves(material change)arrive onsite.At this time we estimate that to be sometime in late April or early May,however,this date will change daily until a executed " work order and/or change order is executed and the plug valves arrive onsite. .n*a c. 'r'....' ,•.'i -r• ..r.:. - .�..." .:,�,#•:_...t;f�_F:.-. _...- ..>. <,:.....a..._. .. :,• _,:... , z :�Ti3T�4�C[tEDi�';` _ Cr 546:-901/ - - I Contingency Materials Should the Existing Concrete Slab Need Extended j 4,000 psi Concrete with Steel Reinforcing $ 575.00 CY 10 $ 5,750.00 $ - i $ - $ - Contingency Material Subtotal $ 5,750.00 i Packet Page -1178-