Loading...
Agenda 06/09/2015 Item #16E6 6/9/2015 16.E.6. 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 April 22, 2015 to May 18, 2015. FISCAL IMPACT: The net total for 7 changes to contracts is a deductive $1,582.00. The net total for 3 changes to work orders is a deductive $4,365.17. 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 Attachments: 1)Change Order Report; 2) Work Order Change Report; 3)Back-up to Change Orders; and 4)Back-up to Work Orders Packet Page -1293- 6/9/2015 16.E.6. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.6. Item Summary: Recommendation to accept reports and ratify staff-approved change orders and changes to work orders. Meeting Date: 6/9/2015 Prepared By Name: DeLeonDiana Title: Contracts Technician,Administrative Services Department 5/19/2015 4:02:42 PM Submitted by Title: Contracts Technician, Administrative Services Department Name: DeLeonDiana 5/19/2015 4:02:43 PM Approved By Name: MarkiewiczJoanne Title: Division Director-Purchasing&Gen Svc, Administrative Services Department Date: 5/19/2015 4:15:17 PM Name: PriceLen Title: Department Head-Administrative Svc, Administrative Services Department Date: 5/19/2015 5:30:12 PM Name: KlatzkowJeff Title: County Attorney, Date: 5/20/2015 10:33:22 AM Name: KimbleSherry Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 5/22/2015 10:22:37 AM Name: CasalanguidaNick Packet Page -1294- 6/9/2015 16.E.6. Title: Deputy County Manager,County Managers Office Date: 5/24/2015 10:51:04 AM Packet Page -1295- 6/9/2015 16.E.6. N w O(D N Q! i 9 d C > C c d E 7 o e o o CD R 7 O. O N !a N t 0 0. E o >. 00 0 0 m 0 c U E m Q (,) .0 o 0 o Q c cp1 Q U w a�i .00c >, .0 m L rn 0 3 0 c F o U d O v an L a) y N U C 1 N .. a) gs c Y c ai C c o o m 'C L t O m0 O O O. • oE O N V N ai V y 0 m o 0 3 o o p e y L ` N a F in> O O ; O O C 0 ▪ 00 c L V C o N 2 �. (a o CCo t+i ca N W O O c Q c N U 0 > C E V L ate) ") 0( m z m c o 5 d 0 Q O co > N 9 7 E a O n a V N U)) m .6 N C 0 m N 0 'a to .0 G 19 C L 1A 2 V C m {0 a) 7 m P. L 2 U 0 m .0 0 a) OO d C o 0 `y To C a 0 co m 7 ..m- L o N p O W O N O co 9 E o L , o C y o m o m D 6, as O O 3 "N O o N NVi J p I� N d U 0. m g 6 m •_ m C w. m a C d o N m o > C o 0)2 0 m m 2 O 0 0 a. O J m N U x Z. 0 m C ? M 06 O c 0 O m m E a ° 2 to 7 a) a � co w t v r v 7 as a7 3 m N w E, O .0." a) N U U If O C ,3 C m N 6• 0 m W 19 C fA °- V > co O .2)- m o O `o 0 m CO 0 CO o °i O m a c 3 E " o 0 8 f,ce 0 6) C N C C - r o 'O O c m m N a) o `° `n 3 co w d El o rn u E o E E -c Q a2i d m > < m m M C >> m Ox 7 0 Q O d O N 0` 7 N a 8 a O w V 0 N L. a) vim) `p E c ° aoi E (n 69 r N 69 W 0_ 0 N ' m E c c m m H I- ca c a) d a m y TIT 6 tU °,' O v o w o o g 3• m O 0 C 0 r O N r- C V O , o o a g O rn O o ) m O < d m Q a m m C Z O 0 (2 O .,7'4, .0 O 0. co t0 N a, =Z N fA 0 ,n N N E NI Q 0 N C U 2 O 0 N a U a J as O Q w v E w > 0 R- N� O 2 C mU d} a) y a p q'1 C O 'O a) 0 C t N N m C O) C L d @ C n 0 L m C o R C 0 m TJ W 0 m N t y z 0 w rn w v c O N c 6 m ° c ° m o E v c m m y c m m a > a o ° - c E ° o o E E ) x of E m 5 m U y o LU c a 0 Q5 o d d 2 m 0 .0 ,°m FD E v Q m �' U ool .0 C = c C y 0 0 0 0 0 a)y O N . N p m N E m N m > C lL 76 22 / S '45 ce c79 U 0 p 0 m 0 > C m / .m m c o E E E a m 0 N • 0 C m = m 5 U i m (I) E p a J O 0 at {- 0 > n L.c. m a) H m 7 0 0 0 E c w E m W° o m ▪ S o m 2 o YS c v E 2 o z ; E a' g C E c 0 0Y O 0 0 C N . 0 .c p w+E E 0 m ( C L 2Y m a) a J N m e • 0 ' o a) m a1 E > N ad O 7 p a m N C co a m L pN U m 0 C it L Yt Y = O CO m d * d ti.c ?t - 7 o m m m m � M m J la O V u m '6' o ro O a '6 Z O �O a) 3 C O O N C O C m E 0 C E 0)O y N 0 ( N 2 8 C V C'0 0 d O C C 2. m (D C p co N a1 4 O'm Q co C 'O C 0 m O o ? O C m w O co N (Ti Of C C 0to C .D C. '- - [ o - 0 Ow 0Q 0S( U L co O O m o (J) L o p> a 00 a. 2Z U> l- < c, 0 F- Z - l as 5 c 4-Uw0 l- 2 co 0O )- v C 2 m 2 N o) m l0 O) ■U v) o)'m )) ca- 0) u) o) 0. • rn 0 a c (mn - 0 > — c C m . m o U a E d m m 3 m o L E c m co v z L O 7 co m 0 O o m V O 0 w (.) a ,- m C ,- Q V O O C O O o d 0 O 2 0 C ■ C 2 a- d $ a)a) 3 o • c U 5 s, E p v > N a) Z ..- > d > m m > > la. - Ot>_ O `o � O c 0 Ov >, m 2 Packet Page -1296- 6/9/2015 16.E.6. U)W s a; N—O n m - a, c W _ ' co d o c E t O 0. 0 o e a 0 0 0) m -- V E o 0 q TO ❑c V E W Q o C o W � Vw 2 y (.3 CD N W y W 0 U W y U C Y m L V O L 3 0 c 0 0 0 0 .c U o y as y e C U a. V) c N a O C J W y o e E o N W O Q CO- O1 0 'O 0 03 co CL V Q Z O W 409 is w 0 a S T 0 3 U au Y pp 2 'C m 3 o cl O) W O O ai ,c 0 N N on 'Ia O Q 049 V O O C al N 49 V w a N W r 0 0 O W C d N W O W a 0 < m Q a E d z ce 4 0 N Y U V w a w a F Ea E Q, a d c O c d W W 0 c c 'Q GI W a• c) A C Q E a) Q 0 0 ¢ y O o oa z y - z L 0w V w d r o c a O- E W m « o > y •c v 5 $ ~ m 0 o 0 Q 0 0 y E ¢ a H ' CO as z ° °; z o m co 0 i Q w o 0 0 0 c W c o - 0 E a a o c c rn m n y J • .0 n m x o w y U E �° -, T W N N m d o co .0 U.O a E O a c - o N 0 0 C O O U 0 C O d O a) y O {ya C m W V L En — U) CO a) as a) O O a) O O (a E U o co 1j c 5 2 m m .5 D • a y E O O C O O ° 0 a) C W N C O O) C Q O) O E E ° U C p O C llaZZ a Tt � y 0 a '. d O it O m N O)W 0 W y , o ,-. E c C'0 .'13 '552.O N Q O a7 p, W 2< u;, (130 O O o T > aa0Lia a`z -c)< - o ,z °OWC I— t o S O R O ul it; .« 0 0 c `O _ c c 0 W▪ W � U t m 2 t o G W o f co o m aa))Lo 2 0 p L 0 0 = C U) W `o W O_ 0 N E O CO W U h .W U 3 } a) Z > O > W _ 0 .> 0 .c F- T W 2 Packet Page-1297- 6/9/2015 16.E.6. C c � ; 0 0 0 O uOW a mU ,Y o v cn N'-ca; U E O O aJ N w W a) 3 a m o m a' E a ` To m C G) iD C' rn Q1'd 0 0 CO o a e @ O O 0 ° co Tr 0 N v E 0 ° `° 6- N N U p c c_ ci co m O d o y in N E r' a C h h N » O o a) v o c 3 `E a) co - co O p fU0 M N L6'3 69 E9 d 3 `m Z m a 'n m N O)0 O o c Y E 0 n- > c co Q o) co m < U w 69 o W E w 0 cn m n o ti N a a) a O 6 N 0 E rn a co N rn m c V 0 Q U) 'O`O C O N co 44 69 c H. O p Pi 0 c c aC = n 0 CC E ° 00 rn < < ii W V E Of Z ? Z j.d C 0 U m 0.Q N O N CO CC Q K H U ; co Y 2 a) a) ix 5 C L... n C O O co N L U c a) ..'Y E a) =1 N 10] 4) a 2 0 0 Q� CO -C CO y N O re. E9 to 7 f9 o yN C .O = U 7 co 0 O c O C N 1 a a) O)'O N a .D ~ c N ` o) mZ N2 c a 6 EC m 0 c- a°)) = o U @ c L y o O u_ U c @ °a o a a) y N a) O C N O O to E U a m 8 W p_ .a N O-O u) a) Z 12 0) 0 L.0 0) co co 9 Z 0 N N a) CO CD N co N N Q O m (- ocw Loc° 0 0 Tm °° y M L Y ) U . `C N a O o o U 2 7 .- � v ° --) , v � � u, N N O 3 O Ot y C N W N 2 W > 15 C a) W o5 O) Q O 0) N C a) O O) C N `y 'C O) C N C 'E Q. a) C o 2 0 'E C o. m a m m m at n c7c 2 CY a) d m C u E o o co N ap N a) c c0 w ) in N C E Z ZZ Z Soca ltd C O 4t > 7o CO co * ' Q c c=' a O V a)U O N a) co rn O 0 o > 7 o �O O N 7 'O of c m U � mmN y N �_ N 0 C d C C a3 .O o2S LO l0 O)P a7 In as N 78 'l) N 07 'G L 03 L C O y L 0] p) L - O 7 N O ,- O0. 00. U .- U > *5 H CO a) 0= H U ,- UW H 0 Y a7 of a) O co C C • C 2 V .(-0 V O) V N co T 7 a) co W O C7 O c LL7 0 o) 2 w p N ¢ I Q o Q )o c o O 7 N a) 0 Z 0 N 0 10 PacketPage-1298-' 6/9/2015 16.E.6. Coitier County Procu.-.---.-- --. _____ Administrabve Services Dvision Change Order Form Procurement Services ❑Contract Modification ®Work Order Modification ❑Amendment Contract#: 13-6178 Change#: 2 Purchase Order#: 4500152314 Project#: N/A 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/Work Order Amount $ 546,093.00 4/8/14; 16d2 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 546,093.00 4/8/14; 16d2 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 558,493.00 4/7/2017 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 20,000.00 5.93% Total Change from Original Amount Revised Contract/Work Order Total $ 578,493.00 5.93% Change from Current BCC Approved Amount Cumulative Changes $ 32,400.00 3.58% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 8/25/14 Original 8/24/16 Last Approved 8/24/16 Revised Date 8/24/16 Date Completion Date• Date (Includes this change) #of Days Added 0 Select Tasks ®Add new task(s) ❑ Delete task(s) ❑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. This survey work was not included in this original contract. FPL required an engineered signed and stamped survey of as built prints in the Underground Facilities Conversion Agreement which was approved by the BCC after the original Hole Montes Work Order was approved. This change authorizes that work to be in compliance with the UFCA. If not approved,this Change Order would delay the overall completion of the Utility Conversion, and would result in FPL not accepting the final construction of the underground facilities.. Proposal 8200A/2011059 Dated March 2,2015 Task 1 (Renamed Task 6.1 on Contract)As needed engineering and survey services required to complete a signed and sealed record drawing that reflects all FPL facilities including but not limited to transformer pads, hand holes,conduit,remaining poles,and switch cabinet pads within the ROW for the Vanderbilt Drive Utility conversion Project Phases 2-4. The record drawing will include average depth of conduit information for each run as shown on the drill logs provided by the contractor as well as all ROW Limits. T&M not to exceed./ $20,000 Total $20,000 Prepared by: h """ Date April 15,2015 Harry Sell , Public 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/ Design Professional aris. g out of or related to the change set forth herein,including claims for impact and delay costs. / �s ' Date: 4/2-4-5- Accepted by: lc- W.Terry • ole,PE Vice President Hole Montes Inc. 1 Approved by: ,/ Date: 9----22,-/r Mic elle Arnold,Director, Public Transit&Neighborhood Enhancement • r� + Date: Zq""� Approved by: JJ1Fi / / 6� to - •-melt,A* i ' • -tor, P •lic Services Division Approved by:/ f <<i.__ / .--- . Dater (P •cuiement Professional (Divisions who may require .- - - - .tclude on separate sheet) Packet Page-1299- Revised:10/28/2014 6/9/2015 16.E.6. Coffer County Procurement Services Actme sratveSermonOraswrr Change Order Form ::,Vaiffl,We semi ®Contract Modification 0 Work Order Modification 0 Amendment Contract#: 11-5621 Change#: 6 Purchase Order#: 4500133227 Project#: 35010 Contractor/Firm Name: Atkins North America Project Name: Design Services for CAT Transfer Facility Project Manager Name Brandy Otero Department Public Transit&Neighborhood Enhancement Original Contract/Work Order Amount $ 502,45120 9/13111 16A24 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 552,301.20 7/9/13 16D4 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 552,301.20 9/24/2015 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ 0.00 9.92% Total Change from Original Amount i Revised Contract/Work Order Total $ 552,301.20 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 49,850.00 0.00%_ Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change • Notice to Proceed 11/28/2011 Original 3/22/13 Last Approved 9/24/15 Revised Date 9124/15 Date Completion Date Date (Includes this change) I #of Days Added 0 Select Tasks 0 Add new tasks) 0 Delete task(s) 0 Change task(s) 0 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. 1) Remove task items related to maintenance equipment and LEED Certification and reallocate funding to construction phase. 2) The original contract required the consultant to review,inventory,and propose new maintenance equipment for the maintenance building. During the course of the project,staff was notified that the Fleet Department currently uses equipment throughout the County and would continue on with the current equipment utilized for consistency. LEED certification was not pursued as it was cost prohibitive. The number of Independent Cost Estimates(ICE)were not anticipated to the extent that the contract requires(at time of bid and for each requested change). At the time the contract was awarded,there was not sufficient funding to construct all phases. Construction invoice approval was shown in the contract as a potential added service to be negotiated. Now that the project is underway,it is necessary to reallocate funding for invoice approval and estimate preparation. 3) If this change order is not processed,there will not be sufficient funding in the contract to complete the construction services portion of the contract. „ri 7 t Prepared by: i�►ttr v.. Date ,,D- t 1 , Btandy 4 to o,Pu:c Transit&Neighborhood Enhancement Division • Acceptance of this Order shall constitute a modification to contract 1 work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated in this acceptance. The adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor 1 Vendor/Consultant/ Design Professional v risin. out t .ted to the change set forth herein,including claims for impact and delay costs. Accepted by: /iglu 'TKINS NORT ' tvtaK ,b, Date: q/i 71/c (Contractor Ve‘OM,"Consultant/Design Professional and Name of Firm,if project applicable) TTtteW '174\4tOi — it Approved by: s Date: I Trinity Scott,Publi Transit anag-r (Divisions who may require additional signatures may include on separate sheet) i Revised:1W2812014 Packet Page-1300- ' 6/9/2015 16.E.6. Approved by: Date: 111*- g Michelle Arnold irector Approved by: Date: ‘D--- 1-1— Brenda$rilhart,Procurement Strategist (Divisions who may require additional signatures may include on separate sheet) Revised:10/28/2014 Packet Page -1301- 6/9/2015 16.E.6. Contract#11-5621 Task Current Amount Change Order 6 Revised Amount P $54,746.00 -$1,750.00 $52,996.00 1 $71,656.25 -$1,250.00 $70,406.25 2 $116,822.50 -$3,000.00 $113,822.50 3 $175,762.25 -$4,000.00 $171,762.25 4 $65,348.00 $25,500.00 $90,848.00 Change Order 1 $9,990.00 $0.00 $9,990.00 Change Order 5 $39,860.00 $0.00 $39,860.00 Expenses $18,116.20 -$15,500.00 $2,616.20 Totals $552,301.20 $0.00 $552,301.20 Packet Page-1302- 6/9/2015 16.E.6. r0;aliti177•tYfy Procurement Services Change Order Form ®Contract Modification 0 Work Order Modification 0 Amendment Contract#: 15-6370 Change#: 2 Purchase Order#: N/A Project#: N/A Contractor/Firm Name: Contemporary Controls& Communictionslnc. Project Name: Motorola Centers!Control Irrigation Supplies&Services Project Manager Name: Pamela Lulich Department: County-wide Bid#15-6370 Original Contract/VVork Order Amount N/A 2/10115:16A9 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount NIA 2110115:16A9 Last BCC Approval Date; Agenda Item# Current Contract/VVork 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! #VALUEI Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale'forthe Change 1 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 El Add new task(s) 0 Delete task(s) 0 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. • CDM750 UHF Radio$693.75 FUE5522A CDM750 UHF Radio 450-512-MHz 1-25W$925.00 2.)The additional separated items were not anticipated at the time of the bid.These are parts of the bid items that are approved on the Bid but not itemized.Adding items to the bid sheet as separate parts are due to the need for repair or replacement of a single part over time or usage. 3.)Some new additional items are added to the bid because of the new two wire products that are available thru the manufacturer. The availability of these items were previously unknown to us. • ors Prepared by: ..._� D- Pamela Lulich,Landscape Operations Manager,Road Maintenance Division) Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated in this acceptance. The adjustment,if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor 1 Vendor 1 Consultant/ Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. Accepted by: Date: (D rrholman,Contemporary Controls&Communication, Inc.) Approved by: / Date: 5 (Procurement Pro ssional) (Divisions who may requir.suirlitinnar sinnati tram.may include on separate sheet.) Packet Page -1303- 6/9/2015 16.E.6. r..tt - litteligea tiara 0 Work Cedar illodEtatibn 0 limemimitTd ka741144 rt,672 Chairogik 1 Putt hake Q.rdent. , . Patent Mt 41.'"4 I _ 1 ':Jm.i.w!'Z'mim coon M=,"i.4°,14.t 4` 'SF+ itrz 4 ff re.�`w'�Z�Z,'i i•X:p.'I�al:Pt dS'.^ .a5tllffe A arlC:,k �C �ara�:*It�lras Name: � P1Kij�!3t�tn�p I, �l ' is, .,. ittr1de 84 a 15-1401,5 ure Depar Ipo 'c±"1s, t NA 2110t1,5•;1842 Q$ B . p r Cate Ayea33 Iler"±4+ ..Cure A An 13 NA: "e:Ul51 . ppm I Atjerth hem Cup'€ `' '►r *ter ATT11714,0 2.0.2fM3 W Canted ' 1 D .' this Cfr; rALtie 1 t rural i,;F?eiiisvidOwtirtkifiVorti.C Tc. *MI t a A .:.wL I :from Ctsrpi fr. n ;trrrpr Azccr i camplirtion:balse,., i or,t " itliilLf1� Plifa *:F, 11*.Phthg* +: : 1iZ. i.nlrl, 9 kldVi t t& 4_, tt t i tte 0.13 Acciii,1 �{ rooks bow tat** ©cietititali.c6to manila uskto: 0 P' +±il;e a bogie 1-4 ?*Ø z.igill OplanalkiffraCfsefaffe Oa&insquestali t to tit 'z assa.t or 64.actetiiii,41&rt.4iddr d II requmtimift Zip *4:4#ii Fitst nen nelinieffis qatiViSag co r raci and,. .f dastrartlbe fate impact t1 " at z€itt9''Cof"rti3pfid tt r 1 linty,to Mm miesti gib;W.L 15.6376:i6 f' °t[rtted by ?€3 ttn sciftc.tallext, " 6t_173, r-">O +r. .iii irtnii moth fir ail Oa natoed'ac iletwad c nnst,att n 4t7ances iP'' -trc i F ' 1471"a'. d*gado ittei-tit24.0tE Ttte," xr l toit.,*(01414 Odiolt kiel^'t:€ al1 f:It ze.the bid 3': .cf the het Flectapvt afe c e .,et n E eme MAD itray a.t dz, tip as separate,pats art dame h:t 11 atpw;i rr tepbss'thtnt tRr':t I 's ter.mf lel&or&sap&. 1.:• e rem'rY"� darn,are exislet 1 r tr.CO-u f;;at th de1i sitto visa. '. T we af.41,-itte Itrr'ti marisfamfer ret'stffarie s tttese;lace%etre vrtmall- t"/b=Xi la,tip; .. .. W3 r.r iz:WI:IL Landscaper .'ea :UPAIttgir. :1 Aarafalt es ycsmir±a S tfortiit tinitTitm4 V pittittA raqt -itio.t $6,twitYs-. t ,r::. a od ∎akit R R i u rr v try �, 1 ;t: t to r t *t" ' mrsmi d .tm d o as rat. ttitt=trot era.13iIr-: to 11?,11"; miutttrArt sir d ze;tuts t':r: gltal ;rttts s.t,»;* ,:itt final sditert nl al and arm al" r rrs 1`te C.aramcix t"Vend= y? - xsm t 2iZ]r>ti t#ml,tm"miamimd s atr's s fan t e:rein,. .?stdsrt Alan:i''1: arr6E t a',1 Meal.'rocs_ .^- r µpm ... Fes,,,, �' t7ri ..'�.WOnawv��r ur�asass���.�?�'.�,� 6'YAlm:. ti�°f afar°7rt,Car t€rrdsarari Come&1,Conmo '"ntrk ' talbts. ifilw.rwhgew n Pralw ,:n tfYFt za��-- a't e+a s as iiu t:sSraatie €11.40.4-,.. : r te,&t*Y!t l Packet Page -1304- 6/9/2015 16.E.6. IPco ie,„ County Administrative Services Division Facilities Management May 11, 2015 Victor J.Latavish,A.I.A. Victor Latavish Architect 4100 Corporate Square, Suite 100 Naples,Florida 34104 RE: Zero Dollar Contract Change Notification, Change#3 Contract#12-5923,Eagle Lakes Community Center Construction Project#80.184 Purchase Order#4500138615 Dear Mr.Latavish: By copy of this letter, the above referenced contract is being issued a zero dollar($0.00)change as indicated below: The above referenced contract time is hereby extended by Number of days calendar days. The previous total number of project completion days was Number of days. The previous final completion date was date. The new final completion date shall be on or before date. Note:Time extensions cannot exceed 20% By extending this contract, the County is not relieving your firm of its obligations to perform work in a timely and satisfactory manner or any consequences resulting from failing to do so. Collier County hereby reserves all legal rights, including, but not limited to, rights to terminate, suspend or elect any other appropriate course(s)of action should circumstances warrant with regard to the referenced contract. Additional Staffing Categories: Name Professional Position(s)Associated Hourly Rate(s): Hourly Rates) Draw against Allowance (specify allowance item and identify specific items and quantities) ®Other: Re-allocate $900.00 from task 7 Reimbursable Expenses to task 8 Additional Services to cover additional post design services due to the construction contract being delayed. I can be reached at(239)252-5857 if you have any questions. Sincerely, f 4 or Margaret A.Bishop Sr.Project Manager Rhonda Cummings, Procurement Strategist, Purchasing Department Approval: Date:S j C: Mary Milat, Clerk's Finance Division Packet Page-1305- 6/9/2015 16.E.6. cotter C,ay y ®Contract Modification ❑Work Order Modification ❑Amendment Change Order Form Administrative Serkes Deparlmen Procurement Se Contract#: ITB 13-5986R Change It: 10 Purchase Order#: 4500143149 Project#: • 3q .c± '20Ob T .:ontractor/Firm Name: Manhattan Construction Inc Project Name: Gordon River Greenway Park Project Manager Name: Claude Nesbitt Department: Facilities Management Original Contract/Work Order Amount $ 8,939,010.00 2/26/13; 11a Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 8,939,010.00 2/26/13; 11a Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 9,097,685.00. 7/2/2015 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ (21,582.00) 1.53% Total Change from Original Amount Revised Contract/Work Order Total $ 9,076,103.00 1.53% Change from Current BCC Approved Amount Cumulative Changes $ 137,093.00 -0.24% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 5/1/2013 Original 10/1/2014 Last Approved 8/1012015 Revised Date 8 -5 Date . Completion Date Date 7/2//S ,Includes this change) T/z-(*'S #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 nbt 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. Decrease line titled"unforeseen site conditions"by$21,582.00. Money was originally added to this line(in CO 9)to cover items that were requested by inspectors to acquire a Certificate of Occupancy.This money was found to be unneeded to cover the inspectors requests. 2. There was no way of knowing what items the inspector would request at contract time. 3. Without these changes there will be money left on the contract after all invoices are paid,and project closeout will left uncompleted. Prepared by: .\''\‘---\(\U‘---\ Date: 5 1-2' 5 (Claude Nesbitt cilities Manageme 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 -sated to the change set forth herein,including claims for impact and delay costs. i Accepted by �� lr�:: l`,��,� * �--, Date: 5/13/15 (Bre, j ,M\ ha -n Construction Inc) . ' . _/ Approved by i� - Date: 57/ 3//5 (Ha R'10 Principal Proj-ct age 'a " L -o = rA Approved by A' ►- Date: S /y/ .�� (Adam Northrup, Procurement Spet> alist, Purchashing o'vibion) ' (Divisions who may require additional signatures may include on separate sheet.) • Revised:10/28/2014 Packet Page-1306- 6/9/2015 16.E.6. Got Procurement Services Change Order Form Contract Modification 0 Work Order Modification 0 Amendment Contract#: 14-6232 Change#: 1 Purchase Order#: N/A Project#: WA Contractor/Firm Name: Preferred Materials,Inc. Project Name: Asphalt,Milling&Related Items Project Manager Name: JR Gorentz Growth Management Department-Road Main Department: Original Contract/Work Order Amount N/A 5-13-14;11..D Original BCC Approval Date;Agenda Item# Current BCC Approved Amount N/A 5-13-14;11.D Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount N/A 5/12/2015` 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 ;1 , �� Completon Date,Dcriptioo T s (a) hang e,and Ratronale,forthe'Chng ` 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 0 Add new task(s) 0 Delete task(s) 0 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(*)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 Bid#14-6232 as authorized by Exhibit IV.item 1 of the solicitation. These unit priced hems are required for incidental work during certain projects that have features not typical of the majority of roadways. (e.g.paver crosswalks and protection thereof,replacing worn out timbers or broken retaining blocks along pathways,other work in the performance of roadway paving maintenance) 2.)The need for these additional unit priced items were not anticipated at the time of the bid. 3.) If these additional unit priced items are not added to the contract,projects will be impacted by causing delays or even bringing them to a standstill. /' .... Prepared by I_ �1_ � t�Gt ��+ce�^—�r+dvn(�.�2 Date: _`) /G.� (Pro • 'Man ger Name a • Division) J 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 arising out of or •at-• •the change set forth herein,including claims for impact and delay costs. Accepted by: >�j�,%f ) c# Malcrilais Inc, Date: 5 /5" Is (Co or/ Vendor/Consultant/Design Professional and Name of Firm,if project applicable) Approved by: , Date: (Des'.n •fessi• .I and Nam; • Fi ,if project applicable) _v.Approved by: . . / /VA Nam; L Date: ! t~ I t 5 (Pr. • ement Profe -inal j Packet Page -1307- 6/9/2015 16.E.6 14-6232 Asphalt, Milling&Related Items Preferred Materials,Inc. Amended Pricing and Mark Up Position Hourly Rate Superintendent $ 51.80 Foreman $ 44.15 Operator $ 25.16 Laborer $ 21.46 Percentage Material Mark Up% 10% Materials will require that invoices be submitted and the markup only applies to the price of the materials, no mark up for shipping or taxes. Packet Page-1308- 6/9/2015 16.E.6. C o ii Procurement Services ❑Contract Modification Change Order Form 0 Work Order Modification ®Amendment Contract#: 10-5373 Change#:I A-4 I Purchase Order#: 1 N/A --- Project*: N!A Contractor/Firtn Name:+ Johnson Controls,Inc. Project Name: 1 Energy Management Services I Project Manager Name: Dennis Linguidi Department Facilities Management Original Contract/Work Order Amount I Current BCC Approved Order Amount s _N1.1a._- 3/8/1.1,;:1OH Original BCC Approval Date;Agenda Item# Current BCC Approved Order Amount $ N/A_., 1/8/13;".16E5 Last BCC Approval Date;Agenda Item# ' Dollar Current Amount of this Change $ N/A SAP Contract Expiration Date(Master) Revised Contract/Work o s C Order Total 0.'00 0 . 00t Totaf Change from Original Amount Cumulative viseChanges $ N/A 0.00%1 Change from Current.BCC Approved Amount $ N/A 0.00% Change from Current Amount t1z..4` r‘' „ Estop eleton,;b v iriesd [ * � �a fse on las apK� z :� Notice to Proceed' N/A I Original I N/A /A �� Completion Date I I Last Approved I N/A I Revised Date v N/A Date (Includes this change) #of Days Added 1 0 Select Tasks 0 Add new task(s) 0 Delete task(s) 0 Change task(s) Provide a response to the following:1.)detailed and s } ®tither(see below) the Provide a res days added o requested);2.)why peciifc explanation/rationale of the requested change(s)to the task(s)and/or ( requested ;2 wh 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 clarify the source of the backup documentation to be provided with the invoices, 2.Exhibit A,rate schedule,Parts section,was revised from List to Unit Cost,and explains that the Unit Cost documentation/justification backup will be generated by the Contractor's electronic inventory system or the Contractor's electronic integrated supplier program. 3.This change will allow the invoices to be paid without any delays. i , Prepared by: f! — Dennis nguidi,Facilities Management Date: 5/18/15 Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract./work order indicated above,as fully as if the same were stated in this acceptance. The adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor I Vendor/Consultant/ Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. Accepted by: N/A (Contractor/Vendor!Consultant/Design Professional and Name of Firm,if project applicable) Date: Approved by: N/A Date: (Des',E--f +.�...�Name of Firm,if project applicable) Approved by 41111116111.1"I (Procurement Professional Date: (Divisions who may require additional signatures may include on separate sheet.) Revised:10/28/2014 Packet Page-1309- 6/9/2015 16.E.6.,ot EXHIBIT A-4 Contract Amendment#4 to Contract 10-5373 "Energy Management" This amendment, dated , 20_ to the referenced agreement shall be by and between the parties to the original Agreement, Johnson Controls, Inc. (to be referred to as "Contractor") and Collier County,Florida,(to be referred to as"Owner"). Statement of Understanding RE: Contract# 10-5373 "Energy Management Services" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Agreement retroactive to the original Board approval date, as provided herein. Note: Language deleted has been st ruck through. New language has been underlined. Change# 1: Section 3 is hereby amended as follows: [* * � 3. THE CONTRACT SUM. The County shall pay the Contractor for the performance based on the unit prices and documentation set forth in Exhibit "A," subject to Change Orders as approved in advance by the County. Payment will be made upon receipt of a-pfeper Contractor's invoice and upon approval by the Facilities Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". Change # 2: Exhibit "A" to the Energy Management Contract is hereby amended pursuant to the attached Exhibit A4-A which is hereby incorpated. All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the Contractor and the County have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s) indicated below. OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: Joanne Markiewicz, Director Procurement Services Division CONTRACTOR: Johnson Controls, Inc. • .proved : to m d Legality: By: T � ounty Attorney Print Name and Title tD.eic Packet Page-1310- - 6/9/2015 16.E.6., EXHIBIT A4-A(Contract Amendment #4) Exhibit "A" to the Energy Management Contract Prices Effective ***Terms of Contract*** Energy Management RFP#10-5373 Johnson Controls inc. Services Category Hourly/Rate/Markup Construction Personal Site Supervisor $90.00 System Engineer $102.00 Clerical $55.00 System Design $90.00 Material Handling $55.00 Mileage $1.00 Project Manager $129.00 Lead System Specialist $102.00 System Technician $65.00 Overtime 1.5 Standard Rate HVAC Service Personal Clerical $55.00 Material Handling $55.00 Mileage $1.00 Chiller Mechanic $100.00 Project Manager $129.00 Service/HVAC Technician $86.00 Service/Controls Technician $115.00 Overtime 1.5 Standard Rate Fire&Security Services Clerical $55.00 Material Handling $55.00 Mileage $1.00 Fire inspector $65.00 Project Manager $129.00 System Technician $102.00 System Engineer $102.00 Service Representative $102.00 Overtime 1.5 Standard Rate Subcontractor Subcontracted Services (includes communications Systems and other services provided through subcontractors) JCI+ 10% Non-Johnson Controls Inc. Catalogued Products Vendor Quote+ 10% Overhead Included Profit 10% Parts In House Inventoried Materials *Unit Cost List+Tax+Freight Discounts *Unit Cost List X.5 Outside Vendor Materials *Unit Cost Cost+25%+freight(if applicable) Freight Cost of freight delivery,from the factory to its final destination, will be calculated on a Job by job basis. For Parts: Unit Cost documentation / Justification back-uo will be generated by the Contractor's electronic inventory system (for in-house vendor materials) or the Contractor's electronic integrated supplier oroaram (for Outside Vendor Materials)and provided to the County. 12) Packet Page-1311- 6/9/2015 16.E.6.1 ,es Procurement Services a .neloi, Change Order Form ❑Contract Modification ®Work Order Modification Q Amendment Contract# 13 Bt64-CZ Change : Purchase Order f!: - •4500156270 #*. 195-80288 ContractontFtrm Name. C6&l Coastal Planning&Enginedring Project Name: %Mggins.Pass Dredge Analysis&Design Ga Mcat in Coastal Zone Management Proje+�t Marraper Name. , .• Original Contractl111lark Otxiec Amount $ 62 992.75 '1.2191201+1 Crlgina l BCC Apprtz 1.Da Agenda I ettl# Curren!BCC Approved.�Amouirt $ 62,992.75 16A29 Last BCC Approval©ate,Agenda item# Current Contrac ....Vark.Order Amount $ ' 92,992.75 . 3' � 2 apt . SAP Contact E>¢xratlorti Dt'ae(Master) Dcfar Amount at bis CChange- $ :.0.00 0.009► Total frarra Or�gtnai Amount kRautsed of c No't Qrder,Total s- 62,992.75✓ .. 000% Change 1!rom Current BCC Approved An:lou • Cumulative Change $ 000 0.0096' Change;`rom Current Amnurrt Completion Dale,.Description of tare Task(s)'Change,and Rationale for the Change • N to P .12/17/2014'.i- Data'on Data:- 5/1612015 : Approved •5/16/2015 tiniRevi to to I W13/2015v'' •aOtf e Hays Added 120 Select Tasks 0 Add new tasks} ❑Delete tasks). ti Chang.issk(s) ®•;Other(sae below}.. '• , 1.)detasiled arid:specific':.rcplanatlonlrationale of the.requested chhange(s)to the task(s)and!or the additional days added 4:if ,. requested); A 120 dame extension is requested to retain CS&t's engineering services ttrrough construction of the interim dredge , Prof 24 why this change was not included in the original contract,and, , The initial conirisct did,not.include engineering services during ar past-construction, 3.} tiescrttae the impact if this change is!riot processed.. if not processed,the contract wilt expire'before:the interim dredging is completed and CS&l will not be able to certify the prtrject. -, S rI f Prepared by: ‘14.1/,,,,„,,i, .v t ft, 1' Date: (�7 ! ry pin,P.E. Manager 1 Acceptance of this Change Order shall consttute a modification to.contract i work order identified above and will be subj t 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 • ' -d shall constitute a full and final settlement of any and all claims of the Contractor l Vendor!Consultant f Design Professional out.of or related to the change set forth herein including claims:for impact and delay costs. Accepted by: Date; 17 i!Fj ,�4, .*- -.E.Vice President,CB&i oa t Planning&Engineering,l,.•Approved by .1 Date:� 1 Approved b �it� Date. G,-; f IS y on Division Director •'°•a'►ida •=•pertment Head&De,uty F County Manager i!1 : 1,,• cn=adamnorthrup @collier Date: `t� Approved by: • Aden era esS6WaPet ' ' . :------' • 2015.04.28 12:17:48-04'00' _ w.. (Divisions who may require additional signatures may include on separate sheet,} Reins. edt 11 28/2014 Packet Page -1312- 6/9/2015 16.E.6. Contract Modification Work Order Modification ❑Amendment Procurement Servic ti Change Order Form Contract#: 10-5510 Change#: 01 Purchase Order#: 4500158389 Project#: P►31 e.' No. 526.-25- Contractor/Firm Name: Surety Construction Project Name: Interior Wall Repairs cdf EmiS r Project Manager Name: Claude Nesbitt Division: Facilities Management Original Contract/Work Order Amount $ 32,264.14 #NA Original BCC Approval Date;Agenda Item# Current gCC Approved Amount $ J1/A -44 #NA Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 322(4,14 f, t $ SAP Contract Expiration Date(Master) Dollar Amount of this Change $ 2,078.58 9 o�y. ;. Total Change from Original Amount Revised Contract/Work,Order Total $ 34/3/272• AJ,4. Change from Current BCC Approved Amount rvM' I�fi 't c 22077-x° . f �- C h Cg Frt C:.r�r��,t 4m Completion Date, Description of the Task(s)Change,and Rationale fdr the Change ��� I Notice to Proceed 4/27/2015 Original 6/11/2015 Last Approved 6/11/2015 Revised Date None Date Completion Date Date .Includes this change) #of Days Added 0 Select Tasks ❑Add new task(s) ❑Delete task(s) D 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 item 1. As Surety began removing drywall to complete repairs of the lower portion of a wall as planned, it was discovered that the framing studs behind the drywall of that wall had been completely eaten away by the termites,rendering those studs unusable. 2. The scope of the work was only to repair the walls by replacing the portions removed to investigate where the termites were. The existing studs were to be evaluated for damage, and if they were still sound drywall was to be reattached,if they were not sound,new studs were to be joined to other solid pieces to give the drywall solid frame to anchor to. 3. The entire frame of the subject wall is so eaten away that new drywall could not be attached to any studs.Without rebuilding the framing of the wall,the wall would not have the structural integrity to stand freely safely. Prepared by: Date: (Claude Nesbitt Facilities Management 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 Co act shall constitute a full a . final settlement of any and all claims of the Contractor/Vendor/Consultant/ Design Professional a ' ins ou of or relat to th chane s- orth herein,including claims for impact and delay costs. Accepted by: Date: (Herb:Hilt,Exec.Vice President,Sure Construction Company) / Approved by: ' , 1 . i Date (Hack Jones Principal Project Ma ye rachtie' s Ma yem •' Approved by `` r Date: S / 3A (Rhonda Cummings,Procurement pecialist Put 'ha ling Division) 9 (S t y 1} (Divisions who may require additional signatures may include on separate sheet.) Revised:10/28/2014 Packet Page-1313- 6/9/2015 16.E.6. Colves County Procurement Services , ar."s"+, i: , Change Order Form 0 Contract Modification El Work Order Modification 0 Amendment Contract#: .13-6164-CZ Change#: 2 Purchase Order#: 45-155281 Project#: 195-80165 Contractor/Firm Name: CB&1,Coastal Planning&Engineering Project Name: . ,Engineering Peer Reviews J.Gary Coastal Zone Management Project Manager Name: Department Original Contract/Work Order Amount $ 21,916.00 2/25/2014/16E5 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount , - 2/25/2014 last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 21,916.00 3/8/19 SAP Contract Expiration Date(Master) Dollar Amount of.this Change $ (6,443.75) -29.40%i Total Change from Original Amount Revised Contract/Work Order Total $ 15,47225 #DiV/DI, Change from Current BCC Approved Amount Cumulative Changes $ (6,443.75) -29.40% Change from Current Amount Completion Date.Description of the Tasks)Changer and Rationale for the Change« 1 Notice to Proceed 11/4/2014 original 3/412015. Last • Approved' 7/212015 " Revised Date 7/2/2015 Date Completion Date Date (Includes this change) #of Days Added 0 . Select Tasks El Add new task(s) ®Delete task(s) 0 Change tasks) 0 Other{see below) Provide a response to the following:1.)detailed and specific expianationtrationaie of the requested change(s)to the task(s)and for 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 .)detailed and specific explanation/rationale-of the requested change(s)to the task(s)and for the additional days added(if requested); Delete-Task 1 -Peer Review of Historical Analyses per Collier County Request. r'cducc -it. 2.)why this change was not included in the original contract;The original WO requested a peer review by CB&I of Atkins Historical beach analysis. To date,Atkins has not been able to perform this analysis. Once the analysis by Atkins is completed,Staff will review and determine if a peer review is warranted. 3.) describe the impact if this change is not processed. 56,443.75 will not be available for use on other CZM projects. Prepared by: 44' Jt"" Date: bi 43 24>t-5- J.Gary McAtpi ,P.E.,CZM anager 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 f Consultant Design Professional arising out of or related to td- change set forth herein,including claims for impact and delay costs. Accepted by; Date: c/y/�o fS Thus Pierro,P E„}DCE,Director. Approved by: 1,: 1/)r^ -1, r .:,,,(.....-'11 t.�'1 t }`k;Date: I f-41;'`/ Approved by' - Date: , Amy Patterson,Division Director. Nick Casalangui.:, •epartrnent Head&Deputy cn=adamnorthrup @colliergov. iunty Manager Approved by: -” '-- 2015.05.15 15:07:43-04'00' Date: Adam Northrup,Procurement Professional i (Divisions who may require additional signatures may include an separate sheet.) Revised:10/28/2014 Packet Page-1314- 6/9/2015 16.E.6. I `:! CB&I Coastal Planning e,Engineering,Inc 2481 NW Boca Raton Blvd. Boca Ratan,1 39 F3- 31 E,I Set:+1 561334 8102 Fax:+1;581 3919118 www,CBI.com April 22,2015 Gary • cAlpin,Director Collier County Coastal Zone Management 2800 N. Horseshoe Drive Naples, FL 34104 Re: Engineering Peer Reviews- Task Close (Contract No. 13-8164-CZ"Professional Services: Architect and Engineering") Dear Gary; It is our understanding that Collier County wishes to cancel Task 1 — Peer Review of Historical Analyses of PO #45-155281. We concur with this request and agree to reduce the PO amount by $6,443.75 to$15,472.25. No further work on Task I will be'perforrned or invoiced. Very truly yours, CS;1(rN ("*. ,;,.....,___ Thomas P. Pierro, P.E. Director CB&l Coastal Planning&Engineering,Inc cc: Gail Hambright, Collier County Government Tara Brenner,P.G. CB&! i Packet Page -1315-