Loading...
Agenda 09/08/2015 Item #16E13Proposed Agenda Changes Board of County Commissioners Meeting September 8, 2015 Withdraw Item 11C: Recommendation to approve the award of RFP 15 -6424, Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Programs, to Medical Transportation Management, Inc. dba Southeast MTM, Inc. (MTM) for Scheduling and Dispatch Services and to MV Transportation, Inc. for Transit Operation Services in the aggregate amount of $6,439,091 for FY16. (Staffs request/Intent to Protest) Move Item 16E13 to Item 11G: Recommendation to ratify administratively approved work order modifications and /or contract change orders /Amendments that do not exceed ten percent (10 %) of the current Board approved aggregate amount or twenty percent (20 %) of the current Board approved schedule (number of days); approve modifications to the current Board approved performance schedules; and approve surplus disposal and revenue disbursement and other items as determined by the County Manager or designee. (Commissioner Henning's request) Move Item 16F5 to Item 11H: Recommendation to approve the FY 2016 Agreement between the Partnership for Collier's Future Economy, Inc. ( "PCFE") and the Board of County Commissioners in continued support of the established public - private partnership designed to advance our community's business and economic development efforts. (Commissioner Taylor's request) Move Item 16F6 to Item 11I: Recommendation to approve the Third Amendment to the Agreement between Economic Incubators, Inc., the Administrative Entity for the Business Accelerator Project, and the Board of County Commissioners. (Commissioner Taylor's request) Move Item 16F7 to Item 11J: Recommendation to approve a successor Agreement between Economic Incubators, Inc. , the Administrative Entity for the Business Accelerator Project, and the Board of County Commissioners for Fiscal Year 2016 and approve necessary budget amendments. (Commissioner Taylor's request) Move Item 16F8 to Item 11K: Recommendation to approve the Fiscal Year 2016 Agreement between the Southwest Florida Economic Development Alliance, Inc. and the Board of County Commissioners. (Commissioner Taylor's request) Move Item 16E10 to Item 11L: Recommendation to award ITB 15 -6474, "Medical Director (Part A) for Collier County and Employment Physicals & Drug Testing (Part B)" to Advance Medical Center, LLC. (Commissioner Henning's request) 9/8/2015 16. E.13. EXECUTIVE SUMMARY Recommendation to ratify administratively approved work order modifications and /or contract change orders /Amendments that do not exceed ten percent (10 %) of the current Board approved aggregate amount or twenty percent (20 %) of the current Board approved schedule (number of days); approve modifications to the current Board approved performance schedules; and approve surplus disposal and revenue disbursement and other items as determined by the County Manager or designee. OBJECTIVE: To promote accountability and provide transparency to the public and gain the Board's approval /ratification for various procurement- related transactions. CONSIDERATIONS: In accordance with the Board's Procurement Ordinance 2013 -69 as amended by 2015 -37 and the Procurement Manual (Section 19 Procedures), the Procurement Services Division produces a regular Administrative Report which provides for Board approval of the following transactions: • Administratively approved work order modifications and /or contract change orders /Amendments that do not exceed ten (10 %) of the current Board approved aggregate amount; • Modifications to the current Board approved performance schedule (number of days); • Surplus disposal and revenue disbursement; and, • Other items as determined by the County Manager or designee. The attached reports cover the period of June 19, 2015 to August 17, 2015, except for the surplus disposal and revenue disbursement report which covers the period August 1- August 17, 2015. FISCAL IMPACT: The net total for 24 changes to contracts is a reduction of $92,794.49. The net total for 2 changes to work orders is $0.00. The total number of days added to contracts is 209. The total number of days added to work orders is 274. No revenue was received for the disposal of surplus items. LEGAL CONSIDLIZATIONS6 This item has been reviewed by the County Attorney, is approved as to form and legality, and requires majority vote for approval. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: That the Board of County Commissioners ratifies /approves work order modifications, change orders and /or Contract Amendments ; surplus disposal and revenue disbursement; and other items as determined by the County Manager or designee in accordance with Procurement Ordinance 2013 -69 as amended by 2015 -37. PREPARED BY: Diana De Leon, CPPB, Contracts Technician, Procurement Services Division ATTACHMENTS: Change Order Report Work Order Change Report Change Orders (backup) Work Order Changes (backup) Surplus Disposal and Revenue Report Packet Page -1901- 9/8/2015 16.E.13. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.13. Item Summary: Recommendation to ratify administratively approved work order modifications and /or contract change orders /Amendments that do not exceed ten percent (10 %) of the current Board approved aggregate amount or twenty percent (20 %) of the current Board approved schedule (number of days); approve modifications to the current Board approved performance schedules; and approve surplus disposal and revenue disbursement and other items as determined by the County Manager or designee. Meeting Date: 9/8/2015 Prepared By Name: DeLeonDiana Title: Contracts Technician, Administrative Services Department 8/19/2015 4:44:33 PM Submitted by Title: Contracts Technician, Administrative Services Department Name: DeLeonDiana 8/19/2015 4:44:34 PM Approved By Name: MarkiewiczJoanne Title: Division Director - Procurement Services, Administrative Services Department Date: 8/19/2015 8:07:50 PM Name: MarkiewiczJoanne Title: Division Director - Procurement Services, Administrative Services Department Date: 8/19/2015 8:08:08 PM Name: pochopinpat Title: Administrative Assistant, Administrative Services Department Date: 8/20/2015 1:48:28 PM Packet Page -1902- 9/8/2015 16. E.13. Name: NorthrupAdam Title: Procurement Specialist, Administrative Services Department Date: 8/20/2015 3:04:51 PM Name: PriceLen Title: Department Head - Administrative Svc, Administrative Services Department Date: 8/24/2015 12:36:54 PM Name: KlatzkowJeff Title: County Attorney, Date: 8/24/2015 1:31:48 PM Name: IsacksonMark Title: Division Director - Corp Fin & Mgmt Svc, Office of Management & Budget Date: 8/24/2015 3:24:45 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 8/26/2015 8:03:06 AM Packet Page -1903- N C � to a o r U CL E U Q d U w c E w m 02 U) c a) p) a tT C O C to y e o O U U m V W a O Ir vE Q w E c 0 U O Q w w > c 0 C o E Q Q U U w U � m O d w � c w ac`) O E C O o Q O U U w U Lu > y C Q C V p o O m a< Z Q w 0 rn c � o 6 y ) o a O Z I to a Z Z a Z Z U W a, C a > ll U U 0 � y mE W � U O d a _T E o 2 e °o c 0 0 0 O 0 va 00 60 O to to 00 69 /9 6 to N to Qc N f) U C7 c E aa) ) a) C c w E - L y m � C_ O C C c E to ir d L @ U q * m U O N p) f6 W N C E a2S f, 10 N T U° )aU- r rn Z � Q O E !T L: v O d E O e °o 0 e 0 O O c fD V) 0 ow o° v O w O O y a) L C6 U v E a E C6 a Y c E 7 .a E E d Q i? U y U C W N E O O � a Co m o O V U U U W � w Vj N W r c 0 O C m- Y U 7 � U E E a' O E L m c m a o U 0 U a) m "o C C !1 y U O > E Ly E'o a o E a > CD c 6 L a N E C o to E > T p r O it O E LL U N m m «L ao > w Como m--o Q Z U U F a m LO Cm r > C E to V t0 7 O p 3 y E N N > .In O 0 0 0 O 0 O to LO a' m ro N U3 0 m M to N to CO Co O O N 69 O O M O w E � c N y A � 0 m °o � G 0 U 7 y C c O O C 7 O U ¢ Z 3 E C O y m O o o to a c a E 8 ¢ z 7 rn C 7 a E O ¢ E N Z N m E E m 3 a U a E c fa �S y 11 a y E ¢ s _ z C a z E r c � 1 Y i o � � y U i N fa f C C E o V U > o t C D Y U @ I A Co y w 1 s N N ° O O E ❑ Z U > F I J � I C ('b U I � I O O 3 m i M > o J Packet Page -19 1 i i i i ) 7 i i i 3 i ) 7 7 ) ) n n $ -o c m N 0 g o (a y N L � U i � w I � � I - J 0 a 9/8/2015 16.E.13. `o E E o E tO a v 0 m O O LL O E C6 v w p` C O y y O E o E o ~ C � O C m m y 'c c N 0 E 0 o a 0 06 — a m O � U O) w w 3 a ' m rn y C_ 3 O a 0 ro r 7 w O `O L M 75 6 w N O E O O N Co CT cc O fT E .N rn S � CD P to t a E C o E E � � o o - o O C N T m C to rn o T a w E U) 3 d O y M o N U 7 E L U) C T > 8 ¢ E L L.. O O C � � =m m � C 0 C C tm ;-, N m W 0) a) t a 0 ¢ o c E m a E Q N O v O O w Z -r- H a H m N m s �z U C 0 O m o •� a y y C > N OH y m ' O Q U E a y On a Y c E J .a E E Q i? C W N O � 7a� m o C7 2 U U FO- Cm U C ' @ N W r t i U O C m- Z � E O 0 a 9/8/2015 16.E.13. `o E E o E tO a v 0 m O O LL O E C6 v w p` C O y y O E o E o ~ C � O C m m y 'c c N 0 E 0 o a 0 06 — a m O � U O) w w 3 a ' m rn y C_ 3 O a 0 ro r 7 w O `O L M 75 6 w N O E O O N Co CT cc O fT E .N rn S � CD P to t a E C o E E � � o o - o O C N T m C to rn o T a w E U) 3 d O y M o N U 7 E L U) C T > 8 ¢ E L L.. O O C � � =m m � C 0 C C tm ;-, N m W 0) a) t a 0 ¢ o c E m a E Q N O v O O w Z -r- H a H m N m s �z U C 0 O m o •� a y y C > N OH O d O °D� c U aE m E U (Dz ° O` Uw c E w m d d to = ci d p� D C m y m U rn 0 d e U U m '6 t1 G O Q U tq 0 a W C LU 0 Ir O W O Z 2 U Lu 1 Q c I- tn Z_ D Q d c � d o r 0 E Q U N 0 _ > G O ` a O 5aQ U U w U m C V ` O O Q U L) d c c U > c O ro E Q a O) C U 'N d > O o a O Z Z z 5 z 2 U d O d G d 0 > C U U O CD r 0 fn d N m LL V m O a a` T dz° 0 O � O m c rn C d a e _a o d O L 0 0 N a N C to Q E Z d N Z N d d 69 aE co C O Q N Q N Z E m r Q a Z � d N L p� O ('p U N d m w Q � a Z C O U N d U A O d Q E a p O L C U Lu c c o a m @ E LL CD O C N m d U C .2 d 0 a C N m m 3 O N vi LL N N d CD U m .£ Q to (COO m 7 ViZ�Uu'. L 0 L rn m C N C O p -D 3 o d m ID > U 0� 0 O a O o �^ E E d W o c o O 0 d 9 G 0 Q d Z d N N E ci o c 0 r fa a Q O z `o c Q Q L Z X W N L m m a L tT c L Q 3 c, Z O N J N U � CL M a a -j m y E m m u �a a L d X W cp U a) N .a) X N d N �L E u ti m m c co tj d O tm C c d O N E (V y E C N d d U C E d tll d w C7 O co d fm tU N co E'4 rn Q u, m o m '> L O` LL �UQ F a Eb m io m @ Z = C d r (n V O � d yo > 0 m 0 t0 0 0 O 0 0 N C LO N fH 00 69 7. O 0 O Oi co 0 69 N O m LO LO fA r 0 o � a C 0 0 C tb O C O p t9 (p C @ N E C d m N C W C - d c y U ~ Y m 3 d p S m N U_ m C d .L.. `n E m O E o o 1 E a E d in a c Of .2. 3 d 8 m m N Q' m C c a m L a C U a o to m n Q C V L , C U d U 7 M Eo d 2 m.. o y tt5 m m E U O U ccoo�UU� O I-0 d O to C m m m w r O C a� c d C O > 0.2 icket Page -1905- N W Y o m ° a d rn e � � E 0 PE o t3 C @ o O 10 o '= m Cl) a to Y O N `- @ n a m d U o � U o g m Gu G0D y c m a c N N tm C d CL 0 O a O C m m c C o a CD OD ° m u� "9 U N a � U 3 C °o E i0 O O L � U y cD ^ W SY co � o, m "0 C 0 m n C o o 0 o a ((D U m C m Pj0 0 O L c C c d E O O c C Q C ? N O N _ 3 U m M O C C LL m g d C m U C O d m n a N = t? O d E L O 0 - > O r O Q y a O a m y m U LL 1 d d T J 7 C CO L E w0� U �Et�6 N @ d d d a J 4k M j d (p O U d J UO 'NO O co 01 T N '" @ M co L m w - >°m�Uw H E c tli n d m r N C C co V N O O o p d a 0 o Z a N O d 0 > U O ° m 9/8/2015 16.E.13. 0 co co N o co N N fV °tn ui N- CO t rn a 0 IT co Lo a O fiq O 0 0 0 m tD 69 O U a � � � O N a d a C H U c a o 2 m N � O to y N c7 y l9 - N N Q N O LL (, CU a, c3) 0' W to 0 3 �I -UZLL LO N d c 0 0 Co C U tU d 'p U aCCU o O m N 0 N o � 0 C O � U 'O C m w. N O Ld O L � a U (q C O d` tU m o c c m y N O) @ C � m V = d U O o a 3 n d 'd0 d d d > c 0 7 & |0 § //§ . �|�® SE -m Co ® &}� ! § -« f C§6 § L )- //� E ()E 6 °} �/0 ■�E 3u � m E [ I t E `�E / �k� ( - 2- 2 @u >k \ /�. \} \ < E� k/ / � md\a| fz\z2 k/0 a�3o8 k) \ IL /z z � § z z $k \\ /ƒ \ � \$ m ¥ Ew \ / 22 - < 0 ;\ ! 3 F & I f E <� /2 ` =a$ee / § § 7 / \) /) ) \ $E ¢2 cc a \\ )) \ / ): Co E k o \ k\ ) 3 k \ _ \ �e 0 § § 7 / \) /) ) \ $E ¢2 cc a \\ )) z § 7 q ): \ } k\ ) 3 k EE \i \ �e - ({ - �ƒ \ \ \ Co 3 7� { CN I&9 (� § < §/y 2z »eG J ) < <0 \S {\ /<\ Ju _ \ §2$0== 4 4 \{ C Cn 5 Co 5 } z § 7 7 Ci § § k 7 \ E } Q ' o \ \ ) � E 7/ (( EE - yu )E /0 2[ \> \\ [E k2 CLIn In CD e) C k \- � E {\ {) \ »&) C K\ = <2M }z$L) &\ k0 (2 cc ° }\ %0 0 § CD ) / 201516.E.13. 7 ) E / .J o . [ ±E }) EE - &e {E i0 2[ � }{ \\ (� k) (� e! {/ f- )� ) E L0 j 0 §\ 0 a) 8zn &\ /u &I {2 ° {\ 0 } tE k k EE �e - ({ - �ƒ Co L E Eka ) < <0 0 { {\ /<\ §2$0== 4 4 \{ C Cn 5 Co 5 } � ± ± Packet Page -190E 7 Ci § § k 7 \ E } Q ' o \ \ ) � E 7/ (( EE - yu )E /0 2[ \> \\ [E k2 CLIn In CD e) C k \- � E {\ {) \ »&) C K\ = <2M }z$L) &\ k0 (2 cc ° }\ %0 0 § CD ) / 201516.E.13. 7 ) E / .J o . [ ±E }) EE - &e {E i0 2[ � }{ \\ (� k) (� e! {/ f- )� ) E L0 j 0 §\ 0 a) 8zn &\ /u &I {2 ° {\ 0 § CD ) / 201516.E.13. 7 ) E / .J o . [ ±E }) EE - &e {E i0 2[ � }{ \\ (� k) (� e! {/ f- )� ) E L0 j 0 §\ 0 a) 8zn &\ /u &I {2 ° {\ 0 N � C a 3 � a) L) E � E Q m E Z a O U w nE `ID m m U) = 6 m m C o c m y m t U U U m N O c E U ¢ w y C r 0 E U ¢ w m > c 0 a oo E 5a¢ U U w U � [D O w m c ir c o ui d O O O ¢ Ow U U w U Z a x U W > y C < oiU o 0 F- Q O m a CL z ¢ '^ cl C � O is y d '> o 'o a 6 y C G R z z a z z U y 0o d c a c o > d U U d > p LL L) U of O IL a E o 2 z a C, z c m � _ `o E m 7 o m o c E m C! o m E = m m o �U f�a E m E a 0 a � z E a a of N E O m O CD L F O 0 w a `z a z a U z m � _ E E CL H N m CL N LL u c E m o E = m o U d E m E a 0 T m a a of 'o N O O L C U X W N fa c N m N U m O O c E U 0 N d U N C � O m m m m E c N m O C o EE E m o 2 a o m T - g «L. N c # U a m U o m m m fn tmD m c cu dz RUCD 0 a C LO d O = m U n U C C r o m U N O $ C U m d C to > o N .0 o U) O w o °o 0 `o a, 7 o N o o m o � U W z E aci E m m L H fA O p O U O m u9 �i 7 m 0 m a � z L O. m m m `m a m c Q O z E qD a vi 0 c Q U z m E a� � V w QI LL N C E LL m E o E E n U O o a E a n 0 a a U n o> L .0 X .O W N 0 m U w a C O` U C 'an, LL a U 0 N O C Z U m m w m c E U a) c O O m m 2 E m 7 w a C w N c o o U 'D N T O mm N ai aammc E'o U z U 0 C 6 O Ln m U C C r � L CO U N C C O U fa O C r m a > O N P� 0 0 0 6 N 7 o m o .c o � o m �0 z E a a) E m CD L F- f/`1 O O O U o m � c 7 0 CD a � z c CL T o� m `m a m c a O z E T a ui _0 c 0 a U z C: cc N a F N � d � 'E o E E n E 7 � c U d E m E c T a .c a a Ir U 'o L C X W N N m m U m n O U d 7 U �O N O c Z a) m y m c E U a c O O m U m Q 7 E @ 7 C Q O L« N o U v U o o @ m m E 4 a m c m o z�UC7 OF- a C t O C U C c U m o U O C O U co � C 0 m a O m cket Page -1907- a 0 0 0 e 0 0 1¢ z 0 O 0 w a z Q z 0 y m w m U tea aci E C a� E m m L F- a U z a � _ m E E CL F fn m a m LL _ m o EL a m C C C v w E CL Qm a m > m U 'o N L C O W N U N m @ ,U fa c v, n m O O O U U d fa N O a� c z m N j E U m c E N w E omi E m o 2 a o m N C N m_ 7 Ch m N m a) E aoi 0 co m m o O z U 7 H a c d O LO m U = C C m O U) w p C O U (a 41 C 0 > n o U) 0 0 0 00 c Q z 0 a z Q z Q z 9/8/2015 16.E.13. 0 a) 7 CL) m m U m E m E m m L f fn m a m LL � _ o E CL m ° N C C C °E ON O m C T a a U a 'o C W a) W m m L) N U a O O O U U d fa c N O a� E U c N m E = - a a z m N j it O E m °' w E y a N c0 m -mo 2z�U� m o V-2 7 O m_ m t U m O a C p O U 3 la O C > p o D7 U (V > 27 o� N E 0 m E o C 0 cciaE 0 o w j a o a�iL ` O`Uw m o m « m � L E m CO = m m w o m O CD m c t 4 a) wc Q m L U O O O o a' w � c w 1 o U a E @ m X O W N O C 4 3 C v m � U CO y o ¢ E ) > c E a z C O o U ~ E U M 7 o m U) E U L H C C G O p m E o UOa to w o E a E m 0 « o � m o d a o � L E z U U w ° > U � m _ O u "o CL w � c w 1 o a C N a E _Q z i 5e O U U w U > C ~ O (> > O ,°f m o. E o- a Z a w O Q m C O j> 'N d •> o o n. O Z a) m a Z Z iS z 2 u a 9 a U) R C tm 0 0 c m ` > n U U n r m N m � � V O a n. _T P z Q z e °o 0 0 O O Q z O 0 69 Q z Z Q z `o a) d m C a) E E m m L N H N CL N c 2 o E a E m o N C y C C O a) O C ° > d 3 ¢ 14 a- _ u "o E d - 0 > a C N L C X O W N O C 4 3 v m � U CO N N a a E ) 0 0 0 C O N d U a) 7 o c m � U U) E U N Co c 0 •O T Or 15 E m Q N U) N C r N C it p N O U p N N a) Q m.0 m o Yz�L) m9 FO d C O 0 in O O) U T CD m 0) L) " = 0 0 0 U 0 U m � C O N > L r _ O N e °o 0 0 O O Q z O 0 69 Q z Z Q z `o a) d m C a) E E m m L N 0 0 `o o L O O o m Q Ez � E m m L H Ni O p O o� m c 0 a 0 m N Q � z � E. m O) m m a m c Q '> z ° E a) T a N C O ~ a N a) LL c = O E o a N C C C O C F- vi d° I Q a _ = V 'o E d > a C N L C W U N O C 4 3 ui m � U CO N N a ) O O O C O N 07 U d U N O N 7 C C c m � U U) d o E U h m m e 3 o D C ._ a) m 15 E= m m 0 U) N E N o E U m 3 N M N O) a U r N 0) m E �Q�D m9 m o C O W O C c o LO T CD m 0) L) " = c c !n V N o 0 U c U E LO a-) c r _ O N N a>) L > C1 O N 0 0 `o o L O O o m Q Ez � E m m L H Ni O p O o� m c 0 a 0 m N Q � z � E. m O) m m a m c Q '> z ° E a) T a N C O e 0 0 a) () i a) C Q1 E .o a) E m CD L F f/1 O � U i m � C `o N v a m m T m a m c i > o E m T a N C O C O U D E a) U d N m LL ° a) = o Ea a C C C N O a) O` C T 1 3 Q m a � � U 'o > L C X ° W N U m t0 U N m n a E O O N a N O N E c a) 0 w m N E U a) c y C _ O m T m E � Q o N N M a) m a U L C @ 0 Cn L) F 0 0 m 0) U = C c n d L O CO U N O 0 U m a- c > O a) V N > L O N Q) V n N V c O U O m m C U fa O 9/8/2015 16. E.13. O Q U z 0 N E F- vi m d N LL a) _ o E d 0_ a C N C C O N -O i O C 4 3 Q m a CO = U 'o > L C X W N c m � U N N E E O O C%, U d N C o E U m 3 N w 1 m N E � 'C- Q C O W O C N T CD m a) d z U F a c c o LO m U r _ a C o a L C1 0 0 U m °) c O Co N u > O N Packet Page -1908- e 0 0 a) () i a) C Q1 E .o a) E m CD L F f/1 O � U i m � C `o N v a m m T m a m c i > o E m T a N C O C O U D E a) U d N m LL ° a) = o Ea a C C C N O a) O` C T 1 3 Q m a � � U 'o > L C X ° W N U m t0 U N m n a E O O N a N O N E c a) 0 w m N E U a) c y C _ O m T m E � Q o N N M a) m a U L C @ 0 Cn L) F 0 0 m 0) U = C c n d L O CO U N O 0 U m a- c > O a) V N > L O N Q) V n N V c O U O m m C U fa O 9/8/2015 16. E.13. n w o� N E E m Z E. E U) m Gi m c i U U M LL Q T CM E e m U Y U C i c_ `m d D r e L 0 U E � � 7 0 E o ¢ � w 0 m c cm O c Y E L G ¢ U � w d � v O O E U 3 w V > � U O U m a m 7 ° C � O O1 Y E O w c O N > O o a` d m O a x W O U Z y ° c D Z O O U Y C N U E Z 2 Z Z d O U r V � d C d > d U d N d � 0 a- 0 Z 0 0 o ° I c @ m a L N N y L m ; L N ° c e G .L.. C C CU CU C Cl) L N C p � O N ta M O O U E a o c O 0 tM c C O a E 0 o m w a� a a ; N m p m O ° N N N N C ¢ o M N m c m a° rnw O C ° � C N E a'o � N U w w C 0 C m o m m N U U ti N Oi C .O C °" N �» a- s N C O O C E C a N �Lm E m C m CD o U U m o � N j a > 0 U- Yp � 3 � m N O (D co w m O a) N a ' M rom N N O Ll N U M C m L c m w W !p N C N m ° o c L > O O N N 'm0 O OC O m N O p � 'N U N S U M E 0 U O� O C '- m Z U y N ° O m Z U o ¢ 0 5 o 0 0 c y 0 p C N ` m m o m o � � C .L- m E N o > O O N ' c ° E O m m 76 m .° w m y a � N y °o a N a o0 c a m O c @ m o N O O 'm0 O N p C O n ° c O ' O m O N N > m N N N � th o aX m O ° o a ti 0 m M to C .a E Z m m co cm U C O C N 49 D m m C m MA -0 N L 0 a I L) CL ¢ _ =1 O U O N O o m o c 0 ° 6 o Cl) m d c am 16 U ° ? C O a� CD O m O 0 N LO M co a u� C3) n 0 ° O � m L m O N C N m >@ > .00 N C a Cl) m -o m NL * (L) c ° N L) N m C c C f") 0 m N° N E N O U 2 °U E FO- .N a N IM �c m m � U � O = ° N oa > O m fn N •� N d U ' P• N Q N c °o 0 w c O O E d O `o O N O) L U m icket Page -1909- 9/8/2015 16. E.13. 1 9/8/2015 16.E.13. c ® Contract Modification El Work Order Modification ❑ Amendment Contract #: 14 8228 / Change#: Purchase Order #: 45- 151711 `1,— 1 Project #: Contractor/Firrn Name: I CM/Coastal Planning & Engineers I project Name; 15 yr Beach Renourishment permit Project Manager Name: i Gary MnAipin Department: Coastal Zone Management Frocuronent Services Original Contract/V11ork Order Amount $ 127,566.00 6124114 16A17 Original f Change Order Form Current BCC Approved Amount $ 127;5W,C 6124!14 ISA17 Last BCC Approval Elate; Agenula item V Current Contract/Work Order Amount $ 127,568.00 ;r7/14/2015 SAP Contract Bsrpiration Date (Master) Dollar Amount of this Change $ 0.00 0. 0011/6 Total Change from Original Amount Revised Contract/Work Order Total $ 127,566.00 i$ 0.00'% Change from Current BCC Approved Amount Cumulative Channes 0.00 D.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to ProewA 7/1412014 ✓ Original 'j/142015 W Last Approved x/14/2015 Revised Date 12/31/2010 � Date Completion Date Data (includes this change) # of Days Added 1 170 Select Tasks ❑ Add new task(a) ❑ Delete task(s) E3 Change task(s) Other (sea below) Provide a response to the following: 1.) detailed and specific ezplartationlretionale of the requested change(s) to the task(s) and i or the additional days added (if requested); 2.) why this change was not included In the original contract; and, 3.) describe the Impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1.) detailed and specific explanationlrationale of the requested change(s) to the task(s) and 1 or the additional days added (if requested); A 170 day time extension is requested to retain CB &I's consulting services through finalization of the 15•year beach renourishment state and federal permits. 2.) why this change was not included in the original contract; and, The Initial contract could not anticipate the amount of time needed for consultation with federal agenciss,it took a lot longerthan 3,) describe the impact if this change is not processed. If not processed, the contract will expire prior to the finalization of the permits and CB &I will not be able to coordinate with the agencies and County to bring these permits to completion. e Prepared by: Date: �/ r l� Acceptance of this Change Order shall coDstitule a modification to contract J 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 fulty as If the same were stated in this acceptance. The adjustment, H any, to the Contract.,# l GPristitute a full and final settlement of any and all claims of the Contractor 7 Vendor / Consultant I Design Professional arisiq .f ' related to the change set forth herein, including claims for impact and delay costs. - f' Accepted by: Date: f Je6, dreW4 P,S M Diredor (Approved by� �, ""C L C Date ti Approved by: ate: Amy Patterson, Division Director i saian§ a, apartment Bead 8 Qeputy /i /-, County Manager Approved by: (Divisions who may require additional signatures may include on separate sheet.) Packet Page -1910- 6/1912015 Date: Revised: 10/2612014 oral June 8, 2015 Gary McAlpin, Director Collier County Coastal Zone Management 28DO N. Horseshoe Drive Naples, FL 34104 Re: Time Extension of PO 45- 151711 Dear Gary: 9/8/2015 16. E.13. CB &I Coastal Planning & Engineering, Inc. 2461 NW Boca Raton Bivd. Boca Raton, FL 33431 Tel: +1 581 391 8102 Fax: +1 561 3919116 www.CBi.00m CB &I Coastal Planning & Engineering, Inc. would like to request a time extension of 170 days to PO 45- 151711 in order to support the County through the finalization of 15 -year beach renourishment state and federal permits. Very truly yours, Thomas P. Pierro, P.E., d.CE. Director CB &I Coastal Planning & Engineering, Inc. cc: Gail Hambright, Collier County Govemment Tara Brenner, P.G., CB &I Lauren Floyd, CB &I Packet Page -1911- 9/8/2015 16. E.13. Co rer Co"Hil;Y Procurement Services AdmsisrralwSerwoEY S-W Change Order Form P,aewemvuf sarmw Contract Modification ❑ Work Order Modification Amendment Contract #: 14 -6252 Change #: El Purchase Order #: 4500156974 Project M 1A Contractor /Firm Name: AMEC Foster Wheeler Enviro & infr Project Name: I Colorado Avenue Improvements Completion Date, Description of the Task(s) Change, and Rationale forthe Change Notice to Proceed 1130/15 Original 6130115 Last Approved 6130115 Revised Date 7i34tt5—' Date Completion Bate Date (Includes this change) # of Days Added �3t - 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 t 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. Purpose Extend completion date of this CEI contract to coincide with the completion date of the related construction contact for Marquee Development, Inc. 14 -6251. Impact If this change is not processed The construction engineering inspection (CEI) firm would not be available to perform CEI services at the end of this construction project. Field supervision, testing, as -built review and daily reports would all need to be performed by CRA staff. 2 This change was not anticipated because there was no way of knowing the construction would be delayed. Prepared by: Manager Name and Date: 6126115 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 adiustment, if any, to the Contract shall cans ute a full and final settlement of any and all claims of the Contractor / Vendor I consultant,' Design Professional arising' ou �itSr rela o the change set ' herein, including claims for impact and delay costs. Accepted by: t Date: t. t (Contra for ! Vendor/ Consultant i Design Professional and Name of Firm, if project applicable) Approved by: 1v. , i ;� Date: (Design;?,,mssional and Name oi�irm, if proieci applicable; Approved by: Date: (Procurement Professional (Divisions who may require additional signatures may include on separate sheets) Revised: 101'2812014 Packet Page -1912- Bradley Muckel Immokalee CRA Project Manager Name: Department: Original ContracttWork Order Amount $ 18,478.00 1/1.3115; 16.8.3 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 18,478.00 1/13115 :16,B.3 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 18,478.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ D -00 0.00 ° /a 'Total Change from Original Amount Revised Contract/Work Order Total S 18,478.00 0.00% Change from Current BCC Approved Amount Cumulative Chances _....:__..._..- $ 0.00 1 0.00% Chance from CurrentAmount Completion Date, Description of the Task(s) Change, and Rationale forthe Change Notice to Proceed 1130/15 Original 6130115 Last Approved 6130115 Revised Date 7i34tt5—' Date Completion Bate Date (Includes this change) # of Days Added �3t - 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 t 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. Purpose Extend completion date of this CEI contract to coincide with the completion date of the related construction contact for Marquee Development, Inc. 14 -6251. Impact If this change is not processed The construction engineering inspection (CEI) firm would not be available to perform CEI services at the end of this construction project. Field supervision, testing, as -built review and daily reports would all need to be performed by CRA staff. 2 This change was not anticipated because there was no way of knowing the construction would be delayed. Prepared by: Manager Name and Date: 6126115 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 adiustment, if any, to the Contract shall cans ute a full and final settlement of any and all claims of the Contractor / Vendor I consultant,' Design Professional arising' ou �itSr rela o the change set ' herein, including claims for impact and delay costs. Accepted by: t Date: t. t (Contra for ! Vendor/ Consultant i Design Professional and Name of Firm, if project applicable) Approved by: 1v. , i ;� Date: (Design;?,,mssional and Name oi�irm, if proieci applicable; Approved by: Date: (Procurement Professional (Divisions who may require additional signatures may include on separate sheets) Revised: 101'2812014 Packet Page -1912- 9/8/2015 16. E.13. Exhibit E: Construction 3 Change Order Form r Contract #: 14 -6320 Change #: Purchase Order #: 4500155836 Project M NA [_""' ContractortFirm Name: uanelta Utility Construction, Inc. Project Name: Wanderbilt Beach Utility Conversion Project Manager Name: Harry Sells Department: PTNE Original ContractiWork Order Amount $ 2,637,081.00 10/28/14; 11F Current BCC Approved Amount $ 21637,081.00 10/28/14; 11 F Current Contract/Work Order Amount $ 2,637,073.86 115/2016 Dollar Amount of this Change $ 2,318.82 -0.09% Revised Contract/Work Order Total $ 2,634,755.041 -0.09% Cumulative Changes $ 2,325.96 -0.09% Original BCC Approval Date; Agenda item # Last BCC Approval Date; Agenda Item # SAP Contract Expiration Date (Master) Total Change from Original Amount Change from Current BCC Approved Amount Change from Current Amount Completion Date, Description of the Task(s) Change,.and Rationale for the Change Notice to Proceed ,lan 5, 2015 Original 01105!16 Last Approved 01/05116 Revised Date 01/05/16 Date Completion Date Date dudes 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 explanationtraiionale of the requested change(s) to the task(s) and J 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 andlor Contractor if needed. The plans for this project were developed using subsurface maps and drawings on file with the County. Once construction began, changes are needed because conditions underground are different than what was portrayed on the maps and drawings. Below is a line item list of changes that are needed. If these changes are not completed, we will spend considerable amounts of money on multiple bores when the conditions on site only require a single bore. _ Tasks Changes _ITEM DES'CFUPTION Unit UNIT Qty Add city Subtract $ Add $.Su,bttacY PRICE 5 Trenching Feet incl. inst. Of conduit, backfill and compaction LF $10.62 14368 $152,588.16 6 One 2" Conduit under Mangroves into State Park LF $6.50 345 $2,242.50 9 Three 2" Ccondits LF $9.46 2000 $18,920.00 in Four 2" Conduits LF $11.23 600 $6,736.00 13 One 6" Conduit Sub Aeqeous Crossing Charge for actual length Pt Ito Pt 772' LF 335:48 772 $27.390.56 14 One 6" Conduit LF $14.78 2000 $29,560.00 18 Two 6" Conduits LF $20.1C. 500 $10,050.00 21 Four 4" and two 2" Conduit Sub Aeqeous Crossing Charge for actual length Point to point 772' LF $47,30 - 772 $56,515.60 30 Soft Dig Pii EA $378.00 20 $7.560.00 43 4 "HDPE SDR 13.5 FT 3.11 35000 $111,960M a4-21 Sub Aqueous Crossing Low Voltage 24" LF $315.00 800 1 5252,000.00 3613 lStreef Light Hand Holes EA $35500 10 1 $3,550.00 Prepared by: Seile/Project Manager PTNE Division, Collier County $328,378.00 $330,696.62 Difference of: $2,318.82 Date: (1 291 Acceptance of this Change Order shall constitute a modification to contract J 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 ail claims of the Contractor / Vendor / Consultant / Design Professional arising out of or related to the change set forth herein:, including claims for impact and delay costs. (Divisions who may require additional signatures may include on separate sheet.) Revised: 10t28;2014 Packet Page -1913- A zcepted by: W-C-W 1 (Daneila Utility Construct) Inc.) Approved by: 1 11 W. Teri Approved by: A UQ64 Approved by: ve Approved by: PE Vice President Hole Mc d NmAhr. Oiubht, Trana4 Q Inc. Inbnnecmcn! (Divisions who may require additional signatures may include on separate sheet.) Packet Page -1914- Date: 9/8/2015 16.E.13. Date: Date: 7-/ Ij Date: —6 ` t Date: Revised: 90/2812014 CJ ,► Cry AtlmHstadue 8e vma 0 %Asion Pmanwwd fiOM= ❑ Contract Modification [3 Work Order Modification ® Amendment 9/8/2015 16.E.13. Procurement Services. 1 Change Order Form; Contract #: 15 -6442 Change #: EE Purchase Order #: N/A Project #: NIA Contractor /Firm Name: Quallty Enterprises USA, Inc. Project Name: Concrete: Sidewalks, Curbs, Floors Travis Gossard Road Maintenance Project Manager Name: Department Original -ContraotWork Order Amount Original BC. .Approval Date; Agenda Item # Current BCC Approved Amount Last. BCC Approval Date, .Agenda Item # Current Contract/Work Order Amount. to I io SAP. Contract'Eicpiration. Date (Master) Dollar Amount of this Change *N/A 'Total Change from Original Amount Revised Contract/Work. Order Total #N /A . #WA Change from Current BCC Approved Amount Cumulative Chan es.' #NA #N /A Change from ^!Current Amount O Q D Noticg10 Proceed N/A Original NIA LastApproyed.. NIA Revised Date N/A Date Completion Date • Date eludes this change) 6 # of Days Added Select Tasks Q Add =new task(s) ❑Delete task(s) , Q Ghartge . k(s) ® Other (see below) Pcovide-a response to•.the-following: l.) detaiied and. specific explanation /rationale of the requested changes) to the task(s) and./ or ;the additional days added (if requested) ;,Z) why this•changewvas. not included In the-original contract,.and, :,S descrlbe'the impact If this change is not,processed. Attach additional'information-fro'mthe Design Professional and/or Contractor if needed. 1. To amend the invitation to Bid, Exhibit IV: Additional ITB Terms and Conditions, by removing Paragraph 4 — Use of Subcontractors. The amendment will facilitate the use of subcontractors on County projects resulting in a less complicated invoice payment process. . 2. Staff was not aware of the extent to which subcontractors were used. 3. If this change is not processed, the contractors on this contract will be limited in their use of subcontractors and jobs that require specialized skills, that are above the contractors expertise, will not be able to be completed. UK Prepared by: sz:l � Date: 21 (Travis Gossard, Director, Road. Maintenance) 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: Please see sioned amendment Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm; lf,project applicable) Approved by: Date:: ( ©esi of4ss7n-al and N rrf of Firm, if project applicable) Approved by: Date: (Procuremenssi nal (Divisions who may require additional signatures may include on separate sheet.) Revised: 10/28/2014 Packet Page -1915- 9/8/2015 16.E.13. EXHIBIT A -1 Contract Amendment #1 to Contract #15 -6442 "Concrete: Sidewalks, Curbs, Floors and Other Applications" This amendment dated 2015 to the referenced agreement shall be by and between the parties to the original Agreement, QualityJ Enterprises USA, Inc. (to be referred to as "Contractor ") and Board of County Commissioners for Collier County, a political subdivision of the State of Florida (to be referred to as the "County "). Statement of Understanding R.E: Contract # 15 -6442 - "Concrete: Sidewalks, Curbs, Floors and Other Applications" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Agreement as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement. Note: Language deleted has been strae gk. In accordance with the Invitation to Bid, Exhibit N: Additional ITB Terms and Conditions, Paragraph 4 is hereby removed in its entirely: 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. Contractor's First Witness: B x/ JSusan J. Seh �ltz v Print Name and Title Contractor's Second Witness: By: Marcie Cohen Print Name and Title Approved as to Form and Legality: Assistant C , my Attorney Accepted: , \ 7 , 2015 COUNTY: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA Joanne Markiewicz, Director Procurement Services Division CONTRACTOR: Quality Enterprises USA, Inc. By: Louis T Gaudio- Vice Presid ent Print Name and Title Packet Page -1916- Contract #: 13 -6012 Change #: = Purchase Order #: 4500152407 ProjectM Contractor /Firm Name: RWA Engineerng ContractlProject: Thomasson DdHamilton Av Sreetscape Design Project Manager Name: Elly Soto McKuen Division Nam Bayshore gateway CRA e: Original ContractiWork Order Amount $ 390,148.00 6/10114 16.B.1 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 390,148.00 6/10/14 116.13.1 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 390,148.00 Py /f,•,, 46 / SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 18,000.00 4.61% Total Change from Original Amount Revised Contract/Work Order Total $ 408,148.00 4.61% Change from Current BCC Approved Amount Cumulative Changes $ i8 hnn nnI 4.61% Change from Current Amount. Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 8127!2094 Original 8/15/2016 Last Approved KTI� Re vised Date N!A Date Completion Date Date (includes this change) # of Days Added t—J 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) The proposed modification to the contract is to add two tasks to the existing contract. Change Order #1 will allow the engineer to review the feasibility of potential roundbouts at 3 locations along Thomasson Drive. The components of the change order are to. A. Conduct Traffic Data Collection and Support B. Prepare Roundabout Feasibility Study 2) When the initial contract was executed the engineer, the Bayshore CRA and Advisory Committee did not include the possibility of roundabouts in the design of the road improvements. Not until a presentation was made by the engineer to the CRA Advisory Board on June 2 did the committee ask staff to review the possibility of replacing 3 traditional 4 -way intersections with potential roundabouts. 3) it would be in the best interest of the County to obtain awareness of all of the potential options for this community redevelopment project Staff has learned that FDOT is promoting roundabouts throughout the state as potential ways of improving the safety of both the travelling public and pedestrians. Prepared by: Date: 7- 23 - 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 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 a 1 ing out of or relateS4 the change set forth herein, including claims for impact and delay costs. Accepted by: A- .1- n,-,- Date: Z 3 I S (Contractor / Vendor / Consultant ! Design Profes onal and Name of Firm, if project applicable) Approved by: _ NIA Date: (Design rr #esslonal and .Name of F)grn, if project apocable) Approved by; Professional) �7 (Divisions who may require additional signatures may include on separate sheet) Packet Page -1917- Date: -7 Revised: 10128/2014 9/8/2015 16. E.13. te c-'Ou t ProQUrement Services _ Change Order Forihi Contract Modification F1 Work 4rder'Modiflcation ❑ Amendment, Contract M 13.61D7 Change #: = Purchase Order #; 45- 163286 Projectfl: NIA QontractorlFirm Name; Se- mloble Tribe of Florida, Inc, Contract/Project, Fuel Additive ' PrdjectManager Name; Dan Croft Division Name; Fleet M @nagem9nt County- wld��sldar1�3 =6707 �. t rigfrta1 Contraot/Work Order Amount N1A t)2125/14;10E8 Original Bi C Approval pate; Agenda Item # Crtrrrent BCC Approved Amount. #N%A x2/25'/14;1 6�1,8 Last BOO Approval Date, Agenda Item # CurreintContrapt/Work Order Amount #t3 /A 311/2-0 16' SAP CgntracY.Lxpiratlgn,Date (Master) DdllaY Arriount of this Change r l WA: WN/Al Total Change f.mm'Original Amount Revised Contract/Work Order Total � #Nl N/ Change from Current BCC Approved Amount ONli4 Ch8r1aa from Current Amount 0ampletion Data; De,eorlptlon:esfthe'T s:k(sj;Cttange, bnd'f d'tlglielp!for thetbhartge Notice to Proceed NiA Original N/A heat Approved N!A Revised Date Date Completion Data bats (Inoludes this change) . 1 # of Days. Added &sieot Tasks Add new took(s) ❑Delete task(s) Cj Change task(s) [] ether (see below) Provide a response to the following; 1.) detailed-and specific explanatlaWration ale •of.the requested change(s) to the.task(es) and I or tho.odditionai days-added (if requested)r 2.) why this change was not Included In the original eontracti and, 3.) describe the impact if this-change Is not processed. Attach a6didonal Information from the Design Professional and /or Contractor if needed. 1. To add product "diesel biocide and lubricity additive" to Exibit A of contract, as authorized by the contract (item #23 ADDITIONAL ITEMS /SERVICES). This item is needed to help prevent algae /bacteria and fungi growth in fuel storage tanks as well as prevent engine componient failures caused by fuel elegges. en 10 2 S. Th'e ;need for'this item was=not anticipated at time of solicitation. 3. If this product is not added to the contract, the County risks loss of entire tanks of stored fuel because of algae /bacteria and fingi growth. If this fuel is used it will cause problems with the County vehicle Fleet. These situations will result in uneeded expenses to the County. Added Item Valvtect diesel Additive Prepared by: .0250 per gallon Date: Acceptance of this Charige Order shell constltute a modification to eorilrect / work order ldentlfled 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 e.eNlement of any and all claims of the Contractor / Vendor/ Consultant / Design Professional adsing out of lMed to the change set forth herein, including claims for impact and delay costs,-1 Accepted by: Date: I (Michael Ull to) CFO, Semino a of Florida, Ina.) j Approved by: Date: J f (Michael Ullzlo, CFO Inote Trib.. Flo • o, Ina.) Data: Approved by. M w C e, Procureme 9trategisl, Procurement Services Division) (Divisions who may require addillonal signatures may Include an separate sheet.) Revised: 1 U728/2014 Packet Page -1918- Askar 0 if Company 3170 South Horseshoe Drive Naples, Florida 34104 PHONE: (239) 262-4124 FAX: (239) 262-7861 Ship To: COLLIER CO. BD-COMM FLEET MNGMT TRNSPT/FUELS 2901 COUNTY BARN RD. Naples, FL 34112 (239) 774-8481 'i r, 4 ;-.1 : rr V 9/8/2015 16.E.13. A COMPLETE LINE OF LLIBRICA7, ION PRODUCTS LIT IECK 7 n. .7; 'THER PDU UTAN T TAX PAID (YI I V 10N COR FIE." Nk� 7,7 mti���M 1,111 1 111 7/2312015 0003279 596000558 0000 4500153256 QUOTE1 1 3,000 EACH 699000 VALVTECT DIESEL ADDITIVE 3,000 0.0250 75.00 NOTES MIN 30D-WIRE 75.00 FOR EMERGENCY SPILL, LEAK, FIRE OR ACCIDENT: CALL 800-633-8253 24 HOURS/DAY 7 DAYS/WEEK Packet Page -1919- 9/8/2015 16. E.13. v Exhibit A 13-6107 - Gasoline and Diesel Fuel Page 9 of 34 Packet Page -1920- Unleaded — Reg. 87 AKI Transport 0.040000 Unleaded — Reg. 87 AKI Tank Wagon 0,110000 Combo - Reg. 87 AKI Transport 0.040000 Combo - #2 Diesel ULSD Transport 0.045000 Diesel - #2 Ultra Low Sulfur Transport 0.045000 Diesel - #2 High Sulfur Transport 0.045000 Diesel - #2 Ultra Low Sulfur Tank Wagon 0.110000 Diesel - #2 High Sulfur Tank Wagon 0.110000 A Retail location - Unleaded 87 AKI Markup (per gal) 0.100000 Retail location - #2 Diesel Markup (per gal) 0,100000 Page 9 of 34 Packet Page -1920- 9/8/2015 16. E.13. 19. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision - making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision - making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat, 20. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 22. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 23. ADDITIONAL ITEMS /SERVICES. Additional items and /or services may be added to this contract in compliance with the Purchasing Ordinance and Purchasing Procedures. 24. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB and /or the Contractor's Proposal, the Contract Documents shall take precedence. 25. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 26. BACKGROUND CHECKS. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement Page 6 of 34 Packet Page -1921- �n 9/8/2015 16.E.13. 1 ■ Procurement Services Gofer Change Order Form gdmydWAW Setvi®s DAis on F,=Xone tSarvk'ss ❑ Contract Modification ❑Work Order Modification Amendment Am Change #: Purchase Order #: NIA Project #: N/A Contract #: E�Kl- e: Ferguson Enterprises, Inc, Project Name: Automatic Meter Reading System Contractor/Firm Nam —� Public Utilities project Libby Department: Manager Name: _ roval Date; Agenda Item # Original Contract/Work Order Amount Original BCC App m royal Date; Agenda Item# roved Amount Last BCC App Cuttent BCC App SAP Contract Expiration Date (Master) Current Contract/Work Order Amount q. °��� #NIA Total Change from Original Amount Dollar Amount of this Change" #N /A #N /A Change from Current BCC Approved Amount Revised Contract(Work Order Total #N /A #N /A Chan e from Current Amount Cumulative Changes a;:;;•:if, t,.;y.;; >a NIA Last Approved NIA Revised Date N1A Original Date dudes this change) Notice to Proceed Completion Date Date Other (see below) p Add new task(s) F1 Delete task(s) ❑ Change task(s) # of Days Added C� Select Tasks • ❑ and I or Provide a response to the following: requested); why this change was not inc uded n the originall contracth and, 3.) describes the) impact if thl days added (if req ) t not processed. Attach additional information from the Design Professional and/or Contractor f needed. d the contract 1 replace c pricing remains t e same. Price List with the Attached Exhibit B in order to add five (5) part nd delete one () P items may be added to the contract as provided by item 22, additional items /services. hanges were not anticipated ave been replaced because the parts be ng added periodically updated. The parts that are being removed are obsolete and 3. If this change is not processed, ordering will be more cumbersome due to improper part identification. Date: --- 7 S Prepared by: (Project Manager Name and Depa ) Acceptance of this C as conta ned nathe contr t / orkio de� ndicated above, as fully as f theesame were stated in sdocceptlance same terms and conditions adjustment, if any, to the rContract of shallllcon to a full an set forth tlereln,toany including claims foclaims f the and Contractor costsndor 1 Consultant Design Professional arising Date: Accepted by: Please see si ned amendment (Contractor I Vendor / Consultant I Design Professional and Name of Firm, f project applicable) Date: Approved by: N/ if Firm applicable) fessi Name if Date: Approved by: (Divisions who may require additional signatures may include on separate sheet.) Revised: 10/28/2014 Packet Page -1922- _ e 9/8/2015 16. E.13. EXHIBIT A -3 Contract Amendment # 3 to Contract # 12 -5968 "Automatic Meter Reading System" This amendment, dated �y ' 3 2015 to the referenced Agreement shall be by and between the parties to the original Agreem nit, Ferguson Enterprises, Inc., d/b /a/ Ferguson Waterworks (to be referred to as "Contractor ") and Collier County, Florida, (to be referred to as "County "). Statement of Understanding RE: Contract # 12 -5965 - "Automatic Meter Reading System" in order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract as per the revised Exhibit "A3 -B" attached to this Amendment and incorporated herein. "Replace existing Exhibit B with the attached revised Exhibit A3 -13 in order to update five (5) part numbers. New part numbers, related descriptions, and pricing have been underlined in Exhibit A3 -B (Revised). Deleted part numbers have been 4fuek-�" 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, executed this Amendment on the date(s) indicated below. CONTRACTOR: Ferguson Enterprises, Inc., d /b /a/ Ferguson Waterworks - By: 4M4K``k—,"cLS Print Name and Title Contractor's Second Wit e s: By: fi,14,1 Tr � G ,✓P� Print Name Approved as to orm and Legality: �County Attorney A `18p- iy Accepted:—'\ 2015 COUNTY: OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA tit r c tGi By:t -, T��t V:trry ur�cc Joanne Markiewicz, Director Procurement Services Division Packet Page -1923- `'ter rr 9/8/2015 16.E.13. EXHIBIT A3 -13 (Revised) 12 -5968 Automatic Meter Reading System Updated Price List Note: New part have been underlined. r-Arnu92929 � L7T r ❑ si. Pry r TD USG 6 lAq-E Y7x 7T= fl Sr�[z C- G'QQ'V�1iib BA 2�v�-ov 205 8 HVOKS29294 LF 1 PD MTR USG 6 WHL EA 220.50 HWONN29194 LF 1 -1/2" PD MTR USG 6 WHL EA 308.70 HWOPN29194 LF 2 PD MTR USG 6 WHL EA 406.70 SP- MIAEZMAINT- ANNUAL MAINTENANCE (50001- 100000) EA 2500.00 SP- MAHRMOBILE- HOT ROD MOBILE AMR KIT* EA 8000.00 SP- :"ANNUAL STREET MACHINE EA 1000.00 SP- MAHRSTREET- STREET MACHINE KIT EA 4400.00 SP- METER- TEST -SM 3/4" METER TESTING EA 60.00 SP- METER - TEST -SMG 1" METER TESTING EA 60.00 SP- METER -TEST- 1 -1/2" METER TESTING EA 115.00 SP -METER -TEST- 2" METER TESTING EA 115.00 SP- MD35PDC /D REPLACEMENT TRANSLATOR EA 140.00 HQ9NS20394 1 -1/2 MVR100 MTR W/ SI & FE EA 308.70 HQ9PS20394 2 MVR160 MTR W/ SI & FE EA 406.70 HVOHB29294RCM LF 3/4 RECLMD MTR BRZ BOT TRL6 EA 205.80 HV OKS29294RCM LF l BRZ POS DSPLCMNT MTR PURP EA 220.50 H09NS20394RCM 1-1/2 .MVR100 MTR W/ SI & FE .PURP EA 308.70 H09PS20394RCM 2 MVR100 MTR W/ SI & FE PURP EA 406.70 HVOHB29294 LF 3/4 MTR BRZ BOT USG TRL6 HRHP EA 205.80 22% OFF CURRENT LIST PRICE PARTS LIST FOR ALL METERS AND * Startup cost includes: • (1) Street Machine Mobile Receiver, Vehicle Antenna, all necessary cables • (1) Pit Stop Diagnostic Handheld • EZ Reader Route Management Software • EZ Mobile Collection Software • Microsoft MapPoint • EZ Profiler Data Logging Software • (3) days of on -site training for County personnel provided by Mueller System Implementation Specialist • MVRS Interface Note: • Annual Maintenance Agreement is per Street Machine • Annual Maintenance and Licensing Agreements will be billed directly to the County by Mueller Systems 2 Nal Packet Page -1924- 9/8/2015 16.E.13. RECEIVED Procurement Services JUL 2 3 2015 Change Order Form ® Contract Madiiication ❑ Work Order Modification Contract is 136134 Change M I ° i Purchase Order M 450014021 i/ proje� 80i 18 Co tractodFirm Name Comrnuntty Asphalt Project Name: Construction for Intersection improvamartts (SR 90) US 41, SR/CR 951'RRR Project Manager Marne: Kevin Dugan Department- TtMportstion Engineering Current BCC Approved Amount S 20,557,81039 'woof 113. 1 1A ungmar 111;Q Approval Date; Agenda item # Last BCC Approval Date; Agenda Item # Current Contract/Work OrderAmount Dollar Amount of this Change _S 20,557.810.28 SAP Contract Expiration Date (Master) Revised Contract /Work Order Total r"anrliathmr:hannaa $ 0.00 20 557,875.279 1.! - - 0.63% 010096 - --_. Total Change from Criginal Amount Change from Current BCC Approved Amount _. Completion Date, Description of the Task(.) Change. and Rational. for the Change Notice to Proce 112:%1014 rlginat 912111015 last Approved :0r1S20 :5 evisod Date Ttlsz rt5 Die / Completion Date �� r f me �udec this change) it of Days Added Nine (9) Select Tasks ® Add now task(s) ❑ Delete task(s) [I Change task(s) [J Qflrer (see blow) Provide a response to the following: 1.) detailed and specific ezplanationfradonah of the requestaad changes) 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 V this change Is not processed. Attach additional information from the Design Professional and/or Contractor if needed. i. i nis change is to pay the contractor to make afield in pltace adjustment to structure S419 after the initial installation In order to properly fit the revisal curb grade due to grade changes made to the entrance of Dunkin Donuts. This change is cover an overrun on existing pay Item 630 -1_12 Signals conduit Furnish & Install Under pavement due to field conditions the drilled shaft location had to be modified. This change Is to transfer money from existing pay Items on the °SR951 "/ RRR roadway portion to the "SR90 "/ (US 41) roadway to cover overruns from underruns. Payment for these changes will be deducted from allowance in the amount of $5,969.00. 2. These changes were not anticipated at the time of contract because site conditions required something different than what was originally in the plans. 3. if these changes are not processed, the resulting construction would be a severe trip hazard to pedestrians, eventually needing to be fixed for additional cost. Prepared by. Dugan, Date: Acceptance of this Change Order snail 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 1 work order indicated above, as fully as If the same were stated In this acceptance. The adjustrnent, if any, to the Contract shadf constitute a full and final Settlement of any and all claims of the Contractor / Vendor / Consuttent / Design Professional arising out of or related to the change set forth herein, Including claims for impact and delay costa. Accepted by: Approved by: Approved by. 11Pa9e Community Asphalt) ... date: 7 17 Date: (Steve Ritter, Road Construction Manager, Collier County) -7/24 1 f t? �T,F-CMZ vr C ounty) data: Packet Page -1925- Approved by. Approved by. :IPage 9/8/2015 16.E.13. Prowrment Services Change Order Form Packet Page -1926- 7 I - Dale: 6. ' Bate: 7 'S AS 1 9/8/2015 16. E.13. PROCESSED BY: Lisa Tamer GROWTH MANAGEMENT DEPARTMENT DATE: July 9, 2015 TO: David S. Wilkison, P.E FRONT: Kevin Dugan- SUBJECT: Summary of Change Order #5 Intersection Capacity Improvements (US 41/ SR 951) The items below are included in Change Order # 5 at zero (0) dollar change to the contract. Change (1) is to pay the contractor for an in the field place adjustment of Structure S- 119. This structure had to be field adjusted after initial installation to properly fit the revised curb grade due to grade changes to the entrance to Dunkin Donuts. This work will be performed for a cost of $5,474.00 which is available in the "SR 90" / US41 Roadway Allowance Change (2) is to cover an over run on Pay Item 630 -1 -12 Conduit — Signals Furnish & Install underground. This overrun was due to unforeseen Field conditions that required the contractor to modify the location of the proposed Drilled Shaft. The amount of the overrun is $495.00 which is available in the "SR 951" / RRR Signalization Allowance Change (3) is to transfer money from existing pay items on the "SR 951/RRR" Roadway portion to "SR 90" (US41) Roadway portion. This will allow us to cover the over runs on SR 90" (US41) by transferring money from the under runs on "SR 951/RRR" Packet Page -1927- 9/8/2015 16.E.13. ty Procurement Services Change Order Form [X Contract Modification ❑ Work Order Modification Amendment Contract #: 14 -6338 Change #: Purchase Order #: 4500156863 Project #: 80286 ContractorTFlrm Name: !✓ictor J Latavish Architect PA 7 Contract/Project Eagle Lakes Community Park Pool Design Project Manager Name; Margaret Bishop Division Name: Facilities Management Original Contract/Work Order Amount $ 588,640.00 1/13/15,16. D.5 _Original BCC Approval Date, Agenda Item # Current BCC Approved Amount $ 588,640..00 1/13/1.5, 16.D.5 Last BCC Approval Date, Agenda Item # Current Contract/1/Vork Order Amount $ 588,640.00 5 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 47,800,00 B.12% ;Total Change from Original Amount Revised ContractlWork Order Total $ 636,440.001 8.12%1 ;Change from Current BCC Approved Amount Cumulative Changes $ 47,800.00 8.12% :Change from Current Amount Completion Date, Description of the Task(s) Change, and RafionAle'for the Change Notice to Proceed 219115 Original 5124118 Last Approved r Revised Date > /�� //w Date Completion Date Date (includes this change) # of Days Added Select Tasks 0 Add new task(s) ❑ Delete task(s) ❑ Change task(s) ❑ Other (see below) Provide a response to the following: 1.) detailed and specific explanationtrationale of the requested change(s) to the task(s) and 1 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 chance is not processed. Attach additional information from the Design Professional and/or contractor it needed. Additional design services are required for the Eagle Lakes Pool because the original location of the pool shown in the concept plan dated March 2010 has been relocated. The community center building design was approved at the September 11, 2012 BCC meeting with the pool located behind the Donna Fiala Community Center as a future phase. The construction of the community center was completed in April 2015 and the design contract forthe pool was approved at the January 13, 2015 BCC meeting. The Notice to Proceed for the pool design was issued on February 9, 2015. g1 Stakeholder meetings were held to obtain public input and three alternative plans were developed from the information. After vetting the options, it was determined that a larger space was needed to accommodate the requested features and meet the demand for future growth. The option chosen resulted in relocating the pool to an open field next to the basketball courts at the park This relocation resulted in the need for additional design work that includes additional parking spaces, access road and turn around for bus drop off, access for pool equipment, landscape buffers, and a Site Development Plan Amendment. If the change order Is not processed, the pool will be designed for the original location and will not address public input or meet the demand for the future. No additions or expansion can be made to the project if the pool is built according to the.original site plan because of property boundary space restraints. Prepared by: ect Mandjer Name and'Division) Mqfgaret Bishop, PE, Facilities Management Date: 8 -10 -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 / Vendor / Consultant / Design Professional arisiout of oyrelated to the change set forth herein, including claims for impact and delay costs. Approved by Approved by (Contract? /Vendor /Consultant / Design Professional and Name of Firm, if project applicable) Victor J. Latavish, AIA, .President, Victor J. Latavish Architect, PA AAC001831 (Divisions who may require additional signatures may include on separate sheet_) Packet Page -1928- Date: NtA- Date:. Sl�l Revised: 10128/2014 9/8/2015 16. E.13. �t ADDITIONAL SERVICES FEE SCHEDULE: Task Vill 1 Engineering Survey LS $3,790.00 2 Engineering Concept Plan LS $9,830.00 3 Engineering Design LS $15,800.00 4 Landscape Design LS $1,880.00 5 FDEP Permitting T/M $1,540.00 6 SDPA Permitting T/M $9,790.00 7 Dewatering Permit T/M $4,620.00 8 Reimbursable Expenses T/M $550.00 Total $47,800.00 Any services requested beyond the scope of this Proposal can be performed on a time and material basis, or for a fee negotiated when the scope of additional services is known. All other conditions of the original scope still apply. Please feel free to call if you have any questions, need additional information, or if adjustments to this proposal are needed. Very truly yours, VICTOR J. LATAVISH ARCHITECT, PA Victor J. Latavish, AIA Florida Registered Architect AR11042 Corporate Certificate otAuthorizabon AAO01831 Page 3 of") Packet Page -1929- 9/8/2015 16.E.13. -r cc Procurement Services Change Order Form Contract Modification ❑ Work Order Modific —ation ❑ Amendment Contra ct 9: 12 -5952 Change #. [�D urchase Order #* 4500142952 Project 4: 70091 ContractorfFirm Name: Mitchell & Stark Construction Co., Inc. Project Name: FNC F ASHTlFEI" Project Manager Name:eter Schaft Department _PP M — —� Original Contract/Work Order Amount r ;' $ = 6;307 000-.00 21" 7 t t 3. i;1 H Original BCC Approval Date; Agenda Item Current BCC Approved Amount $ fr;05t3, 98 24 4/?i4r15:16E7 Last BCC Approval Date; Agenda Item Current ContracMork Order Amount $ & t]58,498 24; R/7—' f t S-- SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 016,275 :7)' -6.42%1 Total Change from Original Amount Revised ContractAMork Order Total $ 5,902,222.571 Change from Current BCC Approved Amount Cumulative Changes $ (404,777.43)1 Change from Current Amount Completion: Date, Description of the Tasi k(s), Change, anId Rationalefor'the Change Notice to Proceed 328/13 Original 8/19114 Last Approved 8/23/15 Revised Date 823115 Date Completion Date Date (Includes this change) # of Days Added Select Tasks ❑ Add new task(s) ® Delete task(s) Q Change task(s) ❑ Other (see below) Provide a response to the following: 1.). detailed and specific eXp12nationirationale 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 final deductive change order reconciles the .final closeout of the project and reduces the final contract amount by an additional ('156,275.67). This resulted from deductians For engineering inspection overtime costs and the deletion of a 24" plant influent relocation, project sign and aerial photos which were determined to not be needed; and unused allowance funds. This will allow project close out, the ability to return funds back to the County project budget and will allow final payment to the contractor Prior to starting construction it is impossible to anticipate unforeseen conditions. Through active and efficient project management and value engineering, it -vas possible to complete the project vdthout using all of the approved alloomce funds. and return the saved funds back to the Count- project budget for an overall under budget project completion Impact if this change is not processed: The unused funs could not be returned to the project budget and the contractor could not receive final payment for services rendered Prepared' b3t:. , Planning & Date: Aaceptanee of this Change Girder shalt aarislttuta a modification to cwumct 1. work puler iientffied etmve and wIU he =sutrjeat'to all the same toirns.and otidliians aa cuntainedan ttae contract t :work order Indicated above,.as u hm . -The w _adFusttnedt:.ifany, to the Cantract shall consftta.a full and final settlement °of any and all:ciaims of the Contractor/ Vendor k Consultant Design Professional. arising out of or related to the change set forth herein, including claims for impact and delay costs. / Accepted by., �_ _ _T Date: 211L, zr S Mike Westhafer; RE. . e> side 2y7tilitchetl.& Stara Construction Company, Inc. Approved by: Date. ✓f. Cllftord Pepper, P c1l nri)irector, Hole tones �J Approved ley: r Date: Swainson er6LSfte st. (Dhds[ons who may require additional signatures may include on separate sheet.,) Ftemttlt 1012BI2014 Packet Page -1930- 9/8/201516.E.13. CO tl 25 FINAL — PO 4500142952 Project 70091 Prepared by: (� _S -- - — - Date: ' I u I Peter Schalt, PMP, Senior Project Manager Pub 'c Utilities PP Approved by: Date: Craig Pajer, P. ., rinci Project Manager Public Ufi Approved b PP Y' n l � Date: l'om elik, P.E. , P. Director Approved by: ublic tilitics PPMID o� Date: Jos BA ;(e; finance Director Pu U ' ities Division Approve Date: %` %6° Beth hnssen, 'astewater Director Pub c Utilitie Division Approved by: �.__Y -, _ _. - -- ---- -� -hate: It George Yilmaz, Public Utilities Department Head e- ` Public Utilities Division Packet Page -1931- f i C:�o er county Proci 9/8/2015 16.E.13. Change Order Form ❑ Contract Modification ❑ Work Order Modification ® Amendment tract #: 15 -6379 Change #: F1 , Amend 1 Purchase Order #: N/A Project #: N/A Contractor /Firm Name; FDEC Contracting Group, Inc. Contract/Project: CAT Facility Improvements – Phase II Project Manager Name: Brenda Brilhart I Division Name: Procurement Services Original Contract/Work Order Amount #N /A 6/23/15; 11E Original BCC Approval Date; Agenda Item # Current BCC Approved Amount #NIA N/A Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount #N /A N/A SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 #N /A Total Change from Original Amount Revised Contract/Work Order Total #N/Al #N /A Change from Current BCC Approved Amount Cumulative Changes #N/Al #N /A Change from Current Amount Completion Date, Description of the Task(s);Chi n. a and Rationale for the Change Notice to Proceed N/A Original NIA Last Approved N/A Revised Date NIA 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. 1. To replace the revised Davis Bacon wage rate tables in the contract with a table dated March 20, 2015 in order to comply with Federal Transit Authority (FTA) requirements. The new table was revised after the contract had been finalized. 3. The granting agency could possibly withhold funding for the project. Prepared by: � ' I A �✓_'_'� � � Date: 5 /-7 / � (Brenda rilhart, Pro'summent Servic —` es) 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 I Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Please see amendment document Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: N/A _ _ Date: (Design - Dcf®ssionat =and Name of Firm, if project applicable) ,iroved by: _._ Date: 7 /7//.5 (Sandra Flefrera, Manager, Contract Administration, Procurement Services) (Divisions who may require arl fifi I -+—b— ^ , i —hide on separate sheet.) Packet Page -1932- Revised: 10/2812014 9/8/2015 16. E.13. EX I III I'T' A -1 Contract A III endnt ell t # 1 to Contract H 15 -6379 "Collier Area Transit (CAT) Facility Imptvvements - Phnse TI" - FTA Grant Funded This intendment, dme(I au-,A 14_ 2015 to the referenced agreement shall be by and bcl.vecn the parties to the original Agreement, DEC Contracting Group, Inc, (to be referred to as "Contractor") and Collier Comity, Florida, (to he referred to as "Owner-). Statement or Understanding RE: Conlruct H 15 -6379 "Collier Aren Transit (CAT) Fncfllt�, Improvements - I'hase 1I" F "I'A Grow Funded In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract by replacing in its entirety the allachntents to Exhibit IA "Federal Transit Adiiiiiiisiratior Provisions CFDA 20.500120.507" with the revised Davis Bacon wage rate lables doted March 20, 2015, attached hereto as Exhibit Al -1 and made on integral part or this Amendment. All other terms and conditions ofthe agreement shall remain in force. IN WITNESS WI-II;I2EOF, the parlics have each, respectively, by an authorized person or agent, have executed this Antcnchnent on the dale(s) indicated below. Crnttractor's First witncs. Bv: L Prr t Name Contract �•'s,5ccortd l�s / By: ' l>v/'jN T� . Print Name Approved as to Form and I_ciplity: ��d2IL L- Li4;i,4tmtt County Attorney DepwV,� . Accepted: rU' t 2015 COUNTY: BOAf(D OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA Joann Nlarkicwicz. director t �� uremenl Services Division CONTRACTOR: DEC Contract rig G:•ot p, tic. By: � - 17:4✓Gt-nS Print Name and Title Packet Page -1933- Cr\ 9/8/2015 16. E.13. Page 1 of 6 Exhibit AI -1 AN MURCK fn !I r r F a C Lour W, MA 0"has an nowly VOML�,I, o f W 7,1 >zn:"MWl musl Pa7 V! W=WrE in M fal a" 4mrs Epm.� --ne 21 &Los Packet Page -1934- 9/8/2015 16. E.13. Pagt ol'6 i'e t I .I' uT- F n Tl�n'S r)U7 1" r t v, 7 f4 rl — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — ---------------------------------------------------------------- ---------------— ----—------------------------------------------- -- - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ., �k v, 1',- 201 Packet Page -1935- 9/8/2015 16.E.13. 4 Page 3 of'6 ARPENTEP ...... ............. * .7 3 70 �.-EM,ENT MASON,, ----'JNCRE'TE F I N 7 SH E:F,, $ 1 '015 1.49 iNsriLAT3E. - & I-- 13 1 3. 03 1 Aspna shov� 1 pr, . 3 7. HG' 0.0111 - Cr General ....... 1 2 . 103 L-K .............. Ma s or- Teridei L r ABC ? Rl:: Ka s o n _ender Ce-,.ten- /1-- �r. F, 14- 9() 1 B OR ?Lpclaver — ... i'19 LABORER: ?'Cof --oarc;ff. 0.00 LABORER: LLn,dscar)c an-� ga t on 12 . C) )P EFR;TDR T.spna It S.-ireader ...... _1.61 p E ..?',. Dr:. anti: C; C- X V 0 :7 ...... "is ...... DC. C, 0 ER-T% 7") F-, c., T 0 C; 10 E i�' .- ........ ........ J 'j F S 4 r"2 0; 2 015 Packet Page -1936- 9/8/2015 16. E.13. Page 4 of'6 Roofs On:'y .................. ... S 1-4-26 (1 S-q ROOFER, includes 15uili: up, IlOr K:3zi--fied 3i7umen, k Sh a S I C: ngle, sir,ule P" y, TSle Roofs (ExcLubcs .netallati 0., -f Metal 13.92 0.52 SHES" METAL WORKF-R, Excludes HVAC" Duct InsZaila--iOn ...... 18.79 3,21 SE",TEF .............. ....... 1 14.61 TRUCE DRTVER : Dunr Tfuck ........ $ u. "R'JCi' DRIVPF: 7 �` -,3wbc y Trucl ...... 2.iii CIO ---------------------------------------------------------------- WELDERS - Receive rare OreSCI-Lbed r,,a --C; wn --, ch we I di rig i s, ir. ciden:: a i . ------------ ------- U;I, !-Ieeaed loo work nw, i;I(:-uded w;.1thi-, tne sr-,,--me of tne ciassi f:1cati,ons I ist-ed may oe added after award Y &a P-rcv-Qed in the labor standard: contract clauses j 2 9 C FF R E-, . --' ( a ) , 1 � ( i i ? : . "tie c& Ch wac � , - — '" .01-, - - S t S ni,�- C�; ass' C�d L J ul? al id 1,.a7t- -na' nave. nee-. fcunc tc ne �.reva,iinc fQr, ne Of ZjrC -a covace s c, w, u,:, e, (culrent ur;ior neg-t"-i�-Tec r.;�te fr- L SUrveY ra -e (Wel'J nted -`V-a!:&OC rall-C''! 01 average _rate DVerage fa Le . Union lnen-. --ienq C) U r ieZ C-r I J L e0 1.l r! e !Deli L n n. i rig v, ,^-N a, Lan "SU" ci r neno-eS U7,110t! CaSS-110EL-107), and -`8`E Were FIJU M 1 2014. PLJ, V S an a b b r e v, i a o n a e n f 'a e r CtY ric ,7 n i n r ev a e d ir. Lhe- s, 1 r c-, , in ..-.S exaMP.Le WO-1c bc -�Umbers. C'9� UT, i on I r 0-.- ul I c (:oull C n Umr t,h 1 9 n n u mr, C- .:e7i-IEII T-JUMZ)E:r USCC T-,&--- 14 is -�nc ef I --ct I ve sate t)f C fjE Curren,- riE-.cc,: --ated' ra -e wn c,-I in s examnie iE Jr: -, on p r c lizi 2 1 i m wLi pe - ate: a -re upda t e n S£ �- i e- r6 2.dvb?�=4 4/20/203 j Packet Page -1937- -n j. s Ci a F, s _- f :. C a -_ i on and rate. Survev Rate ltentlfierr Cl as F, a fi,:7,at _- ons listed under L^C- "SU," dent ilriez indicate th a t one rate ii ec for t.,'I Is ciass--tic-ation in the survey and !�,he published rats is derived by compul7'nc a weah-':ed average rat ail the rates reported the survey rcr- that ns Chs welahte_c averacie rate _..eludes ail rates reported in the survey, it may Include botl: union and nDji-union, rate_'. Example: SULA'20121-007 5/13/2014. SU _irldi'ca*_e_• the rates are Survey rates nased on a weighted average, ca�cu_'ation of rates and are no` ma]orjt_y rates. LA indicates the S`.ati of Lo-_i;s_-ara_ 20^,2 is the year of survey on wtiicl-: these -and rates are based. The neyl number-, OD-1 D the example, _s an internal number "sed in proauci n(7 th e wane detcrminat. i cjT�� 5,13/202: 4 indicates the S.'lrVey completion -e for tnu �cnz and rates urzicier that i0entifier. waue rc,',es are ni�,7, uncaa:ied and remain 1- effec' u%til Z, new s ;r'vey Ln, Avraraae hate ider:tiz ­a L UAVG ':iartif.,cr ina'CZLCC r,_ E ^,q, E �ja-j or t,; rat prevailed for Lnose 1 Ca t t On, 5; howevelT, 177'0" of daC"a rep'crted _`O-: tht', U;WG-CJH U _ndicates- _haC the ra:e La is weichted union averaa< ra,_E:. CT -nd-cates :he state. ''he next -iuraber, 0010 in num, I DeT ''Sed �T �� ' pruou""ng the wage a e - c rm." L n a t 0 r . 0 2 2, P, t e S e SLarvey completlori date fcir iinc rates under that identifier. UAV'G rz t;_' t"_Il I­­ c"nce _� Yea— e a C h, Y e117 iMei a kited a V e r61' 0 1, t he Ur r e T."t ,r. cr, - o C a s I r i C , t n. e c 15 b o lec- __ or. L'_ Lhe r1a: 1, C r Z C an c veer. a�. a.. exL:3r ing purr wage oeze rr-,L inaz 41 on F-arvey under ;'an• 6 wacie ae- e r7 _i r: a o r" or, a-C 7 .13 "11, V j... 9/8/2015 16. E.13. Page S of 6 _1112-dvib"'v' 4 4/20,2101 _5 Packet Page -1938- 9/8/2015 16.E.13. Page 6 of 6 and 3. � shcuId be WiLh regE,,d t arry other jratzer - Cy* - Yet I - P e f: 0 r' LrI t fczatd' process described here, initial contact should re with the Branch of Construction Sage Determinations. Write :o: Br=nch Of Construction Wage Determinations Wage and Hour Dlvisicn Depar .ment. of Labor 200 Const-:1-ut-ion Avenue, N.W. Was!iington, DC 20210 'f the --wer €o the question In 11.) is yes, then an interested (,hose af�-ected 1�,V the acti on) can request -ev,ew and from the Waqe and -Hour Administrator ;,'See 29 CFF Piz--- I . 6 and _29 C"FR Part 7 ` . Write wane and liouzz .nrranistraror, DePar':, men' of Labor 20CI ­UT'SL i CUL i0E. Avenue, N. Wasr:,� i7-on, DC '20 -71C requv-.SL shoul_d be accompanied ny a full statement of the n- eres'e- par—Y's position and by any _,nforma-ion (wage payraent d8ra, pro"iec-t desz:r j.PtIon, area practice material, etc.', that the requesL-cr considers rejetra%­ to e :.ssue. f thc- 'Iec s i or of !:r e AomJ ni�st rator s no-- favorable, ar LU- � s-� , a L.;_f e ..erestec party may ai:'-peal direct",,, -c) -�-je A n-*- (-,-,7 -- e w ILI o a r J- c rm e i i t e Wage e a C r d W e � 0 a ,7E' Rev :, e w, BOO Deparu.men, of Labor r.- Adm TI-s--ra -vi: Re Board are final F N EF GAF G -_- � I E FI, P. I D. E, -_ I S _7 0 N, http:,i/%,,­,N,w.wdoI govl,,Ardc)l,iscaiiies/di�'i5bacoii/Ft,, I 2.dvb?v--4 4; `2 0 /2 0 15 Packet Page -1939- 9/8/2015 16. E.13. Co d, Procurement Services 2�_. a�,alasslava�, Change Order Form sc� Contract Modification ❑ Work Order Modification Amendment Contract M 15 -6442 Change #: C1,A1 Purchase Order #: N/A Project #: N/A Contractor /Firm Name: Neubert Construction Services, Inc. Project Name: Concrete: Sidewalks, Curbs, Floors Project Manager Name: Travis Gossard Department: Road Maintenance Original Contract/Work Order Amount Original BCC Approval Date; Agenda Item # Current BCC Approved Amount ffM Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount SAP Contract Expiration Date (Master) Dollar Amount of this Change #N /A Total Change from Original Amount Revised ContractlWork Order Total #N/Al! #N /A Change from Current BCC Approved Amount Cumulative Chan4es _ MAL #N /A Change from Current Amount �a� firti „ ":€ y X'� yIb nIOtl�as 1p 1DtP x @ S sYi @� �d �IEI aio Pik a�g2 �ittu�ky rca'�l.i u4 r 3 A+a`5,. A4 Notice to Proceed N/A Original N/A Last Approved N/A Revised Date N/A Date Completion Date Date cludes this change) # of Days Added [:E= 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 /rationaie 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 invitation to Bid by the following: Removing Paragraph 4 — Use of Subcontractors from Exhibit IV: Additional ITB Terms and Conditions, and; Decrease the material markup from 35% to 25% 2. Staff was not aware of the extent to which subcontractors were used and Procurement Services requested a decrease to the awarded vendors material markup to be more in line with current market conditions. 3. If this change is not processed, the contractors on this contract will be limited in their use of subcontractors and jobs that require specialized skills, that are above the contractors expertise, will not be able to be completed and the County will pay more for materials not specificly listed on the bid than they would with other contractors. Prepared by: (Travis Gossard, Director, Road Date: 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: Please see signed amendment Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: N/A (Design - ro ssiona and Nam f}F'rm, if project applicable) Approved by: (Procurement Profes final (Divisions who may require additional signatures may include on separate sheet.) Packet Page -1940- Date: Date: Revised: 10/28/2014 9/8/2015 16. E.13.. e — , EXMBIT A -1 Contract Amendment #1 to Contract 915 -6442 "Concrete: Sidewalks, Curbs, Floors and Other Applications" This amendment, dated Aug `'C , 2015 to the referenced agreement shall be by and between the parties to the original Agreement, Neubert onstruction Services, Inc., (to be referred to as "Contractor ") and Board of County Commissioners for Collier County, a political subdivision of the State of Florida (to be referred to as the "County "). Statement of Understanding RE: Contract # 15 -6442 - "Concrete: Sidewalks, Curbs, Floors and Other Applications" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Agreement as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement. Note: Language deleted has been stmak thfeug .. Change # 1: Page 24 Exhibit B — Price Schedule is hereby amended as follows: 93 Material Materials mark up (only for items not listed on 3 "11 25% Items Bid Tab) # Change # 2: Invitation to Bid, Exhibit IV: Additional ITB Terms and Conditions, Paragraph 4 is hereby removed in its entirely: ifieluding eenstfuetien, mast be qualified and dir-eetly respensible fer- 551% ef mare Bidders an any sen,iee related ef + selieitatien amount fer- , All other terms and conditions of the agreement shall remain in force. (signature page to follow) Pagel of 2 Cq Packet Page -1941- 9/8/2015 16. E.13. IN WITNESS WHEREOF, the Contractor and the County have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s) indicated below. Accepted: '� / 19 , 2015 COUNTY: Contr asst.Witness: BOARD OF COUNTY COMMISSIONERS � OF COLLIER COUNTY, FLORIDA By: h G —o (1,6T `1, P Joan Markiew ,Director , Print Name and Title rocurement Services Division Contractor's Second Witness: CONTRACTOR: B Ne""uberrtt Construction Services, Inc. 6i 111 �5i �r�c�F -i ' B� Print Name and Title Approved as to Form and Legality: Print Name and Title PA��L�4 ssistant C u ty Att rney Page 2 of 2 AO Packet Page -1942- Couie-r County Proc 9/8/2015 16.E.13. CliamyC vruer rorm r ❑ Contract Modification ❑ Work Order Modification ® Amendment Contract #: 15 -6437 Change #: 1, Amend 1 Purchase Order #: N/A Project M N/A -] Contractor /Firm Name: MasTec North America, Inc. ContractlProject: FPL Utility Conversion at VBR Project Manager Name: Rhonda Cummings Division Name: Procurement Services 1 9 Original Contract/Work Order Amount #N /A 7/7/15; 16D6 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount #N /A N/A Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount #NIA N/A SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 #N /A Total Change from Original Amount Revised Contract/Work Order Total #N /A #N /A Change from Current BCC Approved Amount Cumulative Changes I #N/Al #N /A Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed N/A Original N/A Last Approved N/A Revised Date N/A Date Completion Date Date (Includes this change) # of Days Added 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. To add a paragraph regarding "public records requests ", that was inadvertently left out of Exhibit H: General Terms and Conditions, Section 8.3. 2. The language was inadvertently left out. 3. If this change is not processed, the contract would be missing the complete public records request language which is required by law. Prepared by: (Rhonda ist, Procurement Services) Date: 1:�, / / 7 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: Please see amendment document Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: Approved by: (Design Profe&sKwi }-aaW N Manager, Contract Administration, Procurement Services) (Divisions who may require additional signatures may include on separate sheet.) Packet Page -1943- Date: Date: Revised: 10/2812014 9/8/2015 16. E.13. EXHIBIT H -1 Contract Amendment # 1 to Contract #15 -6437 "FPL Utility Conversion at Vanderbilt Beach Road" This amendment, dated , 20 (5- to the referenced agreement shall be by and between the parties to the original AgreemasTec North America, Inc. (to be referred to as "Contractor ") and Collier County, Florida, (to be referred to as "Owner "). Statement of Understanding RE: Contract 4 15 -6437 - "FPL Utility Conversion at Vanderbilt Beach Road" In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract by the modified language below. Amendment #1: Add the following paragraph that was inadvertently left out of EXHIBIT H: GENERAL TERMS AND CONDITIONS, SECTION 8.3: t * * *] 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Worl: hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119, including specifically those contractual requirements in F.S. § l I9.0701(2)(a) — (d) and (3) as follows: (2) In addition to other contract requirements provided by law, each public agency contract for services must include a provision that requires the contractor to comply with public records laws, specifically to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by lacy. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. (3) If a contractor does not comply with a public records request the public agency shall enforce the contract provisions in accordance with the contract. C***] Note: Language deleted has been s4tiekzn�gh. New language has been underlined. All other terms and conditions of the agreement shall remain in force. Amendment 1 to Contract 15 -6437 Packet Page -1944- 9/8/201- 16.. ="-. 1 -2 IN WITNESS WHEREOF, the parties have each. respectivei\. b-, an authorized person or agen-., havt executed, this Amendment on the date(s) indicated below. ontracto's ."lrs. Witness: Slailliturt- Prim Namt C onirac�rjs Seconc Wyzncss: ,,;wrturc Print Narn- !z-,p - -1 and —'-.gajn� ,T)roved as ic Forn '--k's�si"smni Count, morne, Accepted try tivc, G 20 OWNTER: BOARD OF COUN'T"' COMMISSIONERS OFIC01-LIER COUNTY. FLORID. Joanne Vlarki.-wicz. Director Procuremen'. Services DivisioT,, CON TRACTOR: MlasTec North America, Wt. BY: Si- 6hii C. Audi lo rn ..AuE Reg*ortal Vice -PrCsideii. Priii`Narne and Titit "acke-. "age -"a4_ Proc 9/8/2015 16.E.13. �r TF" SATT�r Change Order Form ❑ Contract Modification ❑ Work Order Modification ® Amendment tract #: 14 -6307 Change #: 1, Amend 1 Purchase Order #: N/A Project #: N/A Contractor /Firm Name: FBradanna, Inc. Contract/Project: General Contractor Services Project Manager Name: Rhonda Cummings Division Name: Facilities Management Original Contract/Work Order Amount #N /A 6/23/15; 11 F Original BCC Approval Date; Agenda Item # Current BCC Approved Amount #N /A N/A Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount #N /A 6/2212016 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 #N /A Total Change from Original Amount Revised Contract/Work Order Total #N/Al #N /A Change from Current BCC Approved Amount Cumulative Changes #N/A] #N /A Change from Current Amount Completion bate, 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 explanationirationale of the requested change(s) to the task(s) and I or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and /or Contractor if needed. 1. To amend the F—r 19 , Exhibit IV: Additional (Terms and Conditions, by removing Paragraph 4 — Use of Subcontractors. The amendment will facilitate the use of subcontractors on County projects resulting in a less complicated invoice payment process. 2. Staff was not aware of the extent to which subcontractors were used. 3. If this change is not processed, the contractors on this contract will be limited in their use of subcontractors and jobs that require specialized skills, that are above the contractors expertise, will not be able to be completed. Prepared by: a Cummings, Procurement Services) Date: 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 fu 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: Please see amendment document Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: N/A Date: (Design--Professional and Name of Firm, if project applicable) .-)roved by: (Sandra-He rrera, Manager, Contract Administration, Procurement Services) (Divisions who may require ad Cl ^ ^ °I ^ ^ °'i— --,,, i ^ ^'ude on separate sheet.) Packet Page -1946- Date Revised: 10/28/2014 9/8/2015 16. E.13. , EXHIBIT A -1 Contract Amendment #1 to Contract #14 -6307 "General Contractor Services" This amendment, dated , 2015 to the referenced agreement shall be by and between the parties to the original Agreement, Bradanna, Inc., (to be referred to as "Contractor ") and Board of County Commissioners for Collier County, a political subdivision of the State of Florida (to be referred to as the "County "). Statement of Understanding RE: Contract # 14 -6307 "General Contractor Services" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Request for Proposal as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement, Note: Language deleted has been stfaak thfough. Change # 1: Request for Proposal, Exhibit IV: Additional RFP Terms and Conditions, Paragraph 4 is hereby removed in its entirety: , fflust be qualified and difeetly fespensible far- 0 All other terms and conditions of the agreement shall remain in force. (signature page to follow) Page 1 of 2 Packet Page -1947- G 9/8/2015 16. E.13. IN WITNESS WHEREOF, the Contractor and the County have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s) indicated below. Accepted: COUNTY: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA C ctor's Fi t Witness: � By: B }. Print Name and Title Contractor's Second Witness: By: - k" cle , Lg,�,Id - Print Name and Title Approved as to Form and Legality: Assistant County Attorney Joanne Markiewicz, Director Procurement Services Division CONT CTOR: Brad a, Inc x By: . tae l n rw,nv, u�► Print Name and Title Page 2 of 2 Packet Page -1948- 2015 CO sr County Prod 9/8/2015 16. E.13. Change Order Form ❑ Contract Modification ❑ Work Order Modification ® Amendment Contract #: 14 -8307 Change #: 1, Amend 1 Purchase Order #: N/A -1 Project #: [H/A: Contractor /Firm Name: Compass Construction, Inc. Contract/Project: General Contractor Services Project Manager Name: Rhonda Cummings Division Name: LFacilities Management Original Contract/Work Order Amount #N /A 6/23/15; 11 F Original BCC Approval Date; Agenda Item # Current BCC Approved Amount #N /A N/A Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount #N /A 6/22/2016 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 #N/Al Total Change from Original Amount Revised Contract/Work Order Total #N /A #NIA Change from Current BCC Approved Amount Cumulative Changes #N /A #N /A Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed N/A Original N/A Last Approved N/A Revised Date N/A Date Completion Date Date (Includes this change) # of Days Added 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. To amend the 91-- P , Exhibit IV: Additional R�Terms and Conditions, by removing Paragraph 4 — Use of Subcontractors The amendment will facilitate the use of subcontractors u, i County projects resulting in a less complicated invoice payment process. 2. Staff was not aware of the extent to which subcontractors were used. 3. If this change is not processed, the contractors on this contract will be limited in their use of subcontractors and jobs that require specialized skills, that are above the contractors expertise, will not be able to be completed. Prepared by: Procurement Services) Date: Acceptance of this Change Order shall con stitute—ae'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: Please see amendment document Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: _ Date: (Design, Professional and Name of Firm, if project applicable) Approved by. Date (Sandra &sera -, Manager, Contract Administration, Procurement Services) (Divisions who may require a—'; ___, _:__ _...__ _ __ _..:.- 'ude on separate sheet ) Packet Page -1949- Revised: 10/28!2014 9/8/2015 16.E.13. EXHIBIT A -1 Contract Amendment #1 to Contract #14 -6307 "General Contractor Services" This amendment, dated , 2015 to the referenced agreement shall be by and between the parties to the original Agreement, Compass Construction Inc., (to be referred to as "Contractor ") and Board of County Commissioners for Collier County, a political subdivision of the State of Florida (to be referred to as the "County "). Statement of Understanding RE: Contract # 14 -6307 "General Contractor Services" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Request for Proposal as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement. Note: Language deleted has been struck thr-eugh. Change # l: Request for Proposal, Exhibit N: Additional RFP Terms and Conditions, Paragraph 4 is hereby removed in its entirety: WINE All other terms and conditions of the agreement shall remain in force. (signature page to follow) Page 1 of 2 Packet Page -1950- CA 9/8/2015 16.E.13. 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. Contractor's First Witness: : Print Name and Title Contractor's Second Witness: Print Name and Title Approved as to Form and Legality: Assistant County Attorney Accepted: COUNTY: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA IN Joanne Markiewicz, Director Procurement Services Division CONTRACTOR: Compass Construction Inc. : Print Name and Title Page 2 of Packet Page -1951- 2015 cA Corrir Cm4nt , Proc 9/8/2015 16. E.13. Change Order Form ❑ Contract Modification ❑ Work Order Modification ® Amendment atract #: 14 -6307 Change #: 1, Amend 1 Purchase Order #: N/A Project #: N/A Contractor /Firm Name: FP BS Contractors Contract/Project: General Contractor Services Rhonda Cummings. Facilities Management Project Manager Name: Division Name: Original Contract/Work Order Amount #N /A 6/23/15; 11F Original BCC Approval Date; Agenda Item # Current BCC Approved Amount #N /A NIA Last BCC Approval Date; Agenda Item # Current ContractM/ork Order Amount #N /A 6/22/2016 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 #NIA Total Change from Original Amount Revised Contract/Work Order Total I #N/Al #NIA Change from Current BCC Approved Amount Cumulative Changes I *N /A #N /A Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed NIA Original N/A Last Approved N /P, 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. 1. To amend the /Q FP , Exhibit IV: Additional KfTTerms and Conditions, by removing Paragraph 4 — Use of Subcontractors. The amendment will facilitate the use of subcontractors on County projects resulting in a less complicated invoice payment process. 1 Staff was not aware of the extent to which subcontractors were used. 3. If this change is not processed, the contractors on this contract will be limited in their use of subcontractors and jobs that require specialized skills, that are above the contractors expertise, will not be able to be completed. Prepared by: mings, Procurement Stratgis't,, Procurement Services) Date: Acceptance of this Change Order shall constitute a rrr. ific flon 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: Please see amendment document Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: N/A (Design Pr ofessipnaLandf,Name of Firm, if project applicable) proved by: (Sandra Herrera, Manager, Contract Administration, Procurement Services) Date: Date: (Divisions who may require ar'-' "- - _'_.._ _` --- ' 'ude on separate sheet.) Packet Page -1952- Revised: 10128;2014 9/8/2015 16. E. �.� EXPIIBIT A -1 Contract Amendment 41 to Contract #14 -6307 "General Contractor Services" This amendment, dated , 2015 to the referenced agreement shall be by and between the parties to the original Agreement, PBS Contractors (to be referred to as "Contractor ") and Board of County Commissioners for Collier County, a political subdivision of the State of Florida (to be referred to as the "County "). Statement of Understanding RE: Contract 4 14 -6307 "General Contractor Services" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Request for Proposal as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement. Note: Language deleted has been s gh. Change # 1: Request for Proposal, Exhibit IV: Additional RFP Tenns and Conditions, Paragraph 4 is hereby removed in its entirety: All other terns and conditions of the agreement shall remain in force. (signature page to follow) Pagel of 2 Packet Page -1953- 9/8/2015 16. E.13. 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. 14001 1 Con tor's cond Witness B' 11 Print Name and Title Approved as to Form and Legality: Assistant County Attorney Accepted: , 2015 COUNTY: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA Joanne Markiewicz, Director Procurement Services Division CONTRACTOR: PBS Contractors Digitally signed by By: Bart Zino, President 14:01:50 -04'00' Print Name and Title Page 2 oft Packet Page -1954- C Q�1r Con"*' Prod 9/8/2015 16.E.13. Change Order Form ❑ Contract Modification ❑ Work Order Modification ® Amendment Contract #: 146307 Change #: 1, Amend 1 Purchase Order #: N/A Project #: [LIA Contractor /Firm Name: Fsurety Construction Company Contract/Project: General Contractor Services Project Manager Name: Rhonda Cummings Division Name; Facilities Management Original Contract/Work Order Amount *N/A 6123/15; 11F Original BCC Approval Date; Agenda Item # Current BCC Approved Amount #N /A N/A Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount #N /A 6/22/2016 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ _0.00 #N/Al Total Change from Original Amount Revised Contract/Work Order Total _ #N /A #N /A Change from Current BCC Approved Amount Cumulative Changes #N /A *N /A Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed NIA Original N/A Last Approved NlA 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 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. To amend the R r F) Exhibit IV: Additional IZ'FPTerms and Conditions, by removing Paragraph 4 — Use of Subcontractors The amendment will facilitate the use of subcontractors on County projects resulting in a less complicated invoice payment process. 2. Staff was not aware of the extent to which subcontractors were used. 3. If this change is not processed, the contractors on this contract will be limited in their use of subcontractors and jobs that require specialized skills, that are above the contractors expertise, will not be able to be completed. Prepared by: Cummings, Procurement Services) Date: Ell Acceptance of this Change Order shall constitute a modificati n to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work o der 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: Please see amendment document Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: N/A (Desjgn- Professional and Name of Firm, if project applicable) Approved by _ e (Sandra Herrera, Manager, Contract Administration, Procurement Services) Date: Date: (Divisions who may require a ° -- -` - - Jude on separate sheet.) Packet Page -1955- Revised: 10/28/2014 EXHIBIT A -i Contract Amendment #1 to Contract #14 -6307 "General Contractor Services" 9/8/2015 16. E.13. This amendment, dated August 2 2015 to the referenced agreement shall be by and between the parties to the original Agreement, Surety Construction Company (to be referred to as "Contractor ") and Board of County Commissioners for Collier County, a political subdivision of the State of Florida (to be referred to as the "County "). Statement of Understanding RE: Contract # 14 -6307 "General Contractor Services" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Request for Proposal as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement. Note: Language deleted has been stFueli through. Change # 1: Request for Proposal, Exhibit IV: Additional RFP Terms and Conditions, Paragraph 4 is hereby removed in its entirety: All other terms and conditions of the agreement shall remain in force. (signature page to follo'",j Page i of 2 Packet Page -1956- 9/8/2015 16 E 13 ��W-W4TNESS WHEREOF, the Contractor and the County have each, respectively, by an authorized person or . a . ent, hereunder set their hands and seals on the date(s) indicated below, t3 Contractor's ess: B Jeffery 7u r, Sr. Vic e President Print Name and -Title Contrktorls Seco VV By: Secretary/T�easurer Print N4m�and Title Approved as to Form and Legality: Assistant County Attornev Accepted: August 19th COUNTY: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA �Joanne arkiewicz, Director Procurement Services Division CONTRACTOR: Surety Construction Company B rerry, �Ily��r sident 'j itle 2015 Page 2 of 2 Packet Page -1957- C-1 c klr County Proc 9/8/2015 16.E.13. Change Order Form ❑ Contract Modification ❑ Work Order Modification ® Amendment tract M 14 -6307 Change #: 1, Amend 1 Purchase Order #: N/A Project #: N/A Contractor /Firm Name: Fight Construction Group, Inc. Contract/Project: General Contractor Services Project Manager Name: Rhonda Cummings Division Name: Facilities Management Original Contract/Work Order Amount #N /A 6/23/15; 11 F Original BCC Approval Date; Agenda Item # Current BCC Approved Amount #N /A N/A Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount #N /A 6/22/2016 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 #N /A Total Change from Original Amount Revised Contract/Work Order Total #N /A #N /A Change from Current BCC Approved Amount Cumulative Chances #N /A #N /A Change from Current Amount Completion Date, Description of the Tasks)rChange and Rationale ',for thethange Notice to Proceed N/A Original N/A Last Approved NIA 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. 1. To amend the R Fp Exhibit IV: Additional 00 Terms and Conditions, by removing Paragraph 4 — Use of Subcontractors. The amendment will facilitate the use of subcontractors on County projects resulting in a less complicated invoice payment process. ,. Staff was not aware of the extent to which subcontractors were used. 3. If this change is not processed, the contractors on this contract will be limited in their use of subcontractors and jobs that require specialized skills, that are above the contractors expertise, will not be able to be completed. Prepared by. , Procurement Services) Date: Acceptance of this Change Order shall constitute a mcidi cati h 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: Please see amendment document Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: ,,roved by: ( nal and Name of Firm, if project applicable) ra, Manager, Contract Administration, Procurement Services) Date. Date: (Divisions who may require ar­­ -:___...___ ___.. - ride on separate sheet.) Packet Page -1958- Revised 10128/2014 9/8/2015 16. E.13. EXHIBIT A -1 Contract Amendment #1 to Contract #14 -6307 "General Contractor Services" This amendment, dated August 2A , 2015 to the referenced agreement shall be by and between the parties to the original Agreement, Wright Construction Group, Inc., (to be referred to as "Contractor ") and Board of County Commissioners for Collier County, apolitical subdivision of the State of Florida (to be referred to as the "County"). Statement of Understanding RE: Contract # 14 -6307 "General Contractor Services" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Request for Proposal as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement. Note: Language deleted has been std -ugh. Change # 1: Request for Proposal, Exhibit N: Additional RFP Terms and Conditions, Paragraph 4 is hereby removed in its entirety: All other terms and conditions of the agreement shall remain in force. (signature page to follow) Page i of 2 Packet Page -1959 - 9/8/2015 16.E.13 IN WITNESS WHEREOF, the Contractor and the County have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s) indicated below. Accepted: COUNTY: BOARD OF COUNTY COMMISSIONERS Contractor's First Witness: OF COLLIER COUNTY, FLORIDA Joanne Markiewicz Director ' Procurement Services Division Sharon Chick-Miller Print Name and Title Contractor's Second Witness: b Jonathan Owen Print Name and Title Approved as to Form and Legality: Assistant County Attorney CONTRACTOR: Wright Construction Group, Inc. By: Fred Edman, President Print Name and Title Page 2 of 2 2015 Packet Page - 1960 -, C©er Cointy Prdc 9/8/2015 16.E.'13. Change Order Form ❑ Contract Modification ❑ Work Order Modification ® Amendment Contract #: 14 -6213 7 Change #: 2, Amend 2 1 Purchase Order #: N/A Project #: N/A Contractor /Firm Name: Douglas N. Higgins Contract/Project: Fnderground Utility Contractors Project Manager Name: Swainson P. Hall Division Name: Public Utilities Planning & Project Mgmt Original ContractlWork Order Amount #N /A 7/8/14; 16C10 Original BCC Approval Date Agenda Item #, Current BCC A oved Amount pPr._, . TNT-Al N/A ;Last BCC Approval Date; Agenda Item # Current Contract /Work Order Amount #N /A 7/7/2016 jSAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 #N /A 70tal Change from Original Amount Revised Contract /Work Order Total #N /A #N/A !Change from Current BCC Approved Amount Cumulative Changes #N /Al #N /A Change from Current Amount Gompletiorr Date, Description of the Tasks) Change, and Rationale for the Change Notice to Proceed N/A Original N!A Last Approved NIA 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. 1. To amend the !{FP Exhibit IV: Additional RFP Terms and Conditions, by removing Paragraph 4 — Use of Subcontractors. f he amendment will facilitate the use or subcontractors on County projects resulting in a less complicated invoice payment process. 2. Staff was not aware of the extent to which subcontractors were used. 3. If this change is not processed, the contractors on this contract will be limited in their use of subcontractors and jobs that require specialized skills, that are above the contractors expertise, will not be able to be completed. Prepared by: 2 Services) Date: tJ 11 71A) 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: Please see amendment document Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: (Design Professional and Name of Firm, if project applicable) Approved by: , Contract Administration) (Divisions who may require arlriitinnai sinnnfimac mnki inriude on separate sheet.) Packet Page -1961- Date: s Date: , -7 r y a Revised: 10 128/2014 9/8/2015 16. E.13. EXHIM A -2 Contract Amendment #2 to Contract #14-6213 "Underground Utility Contractors" This amendment, dated a 2415 to the referenced agreement shall be by and between the parties to the original Agreement, Douglas N. Higgins, Inc., (to be referred to as "Contractor") and Board of County Commissioners for Collier County, a political subdivision of the State of Florida (to be referred to as the "County "). Statement of Understanding RE: Contract # 14 -6213 "Underground Utility Contractors" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to.amend the Request for Proposal as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement. Note: Language deleted has been stmseugk. Change # is Request for Proposal, Exhibit IV: Additional Terms and Conditions for RFP, Paragraph 4 is hereby removed in its entirety: fora a seliokafivn acaeunt fef 9EHd `+fieric All other terms and conditions of the agreement shall remain in force. (signature page to follow) Page i of -2 Packet Page- 1962 - 9/8/2015 16. E.13. 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. Contractor's First Witness: By:, u Print Name and Title Contractor's Second Witness: By: Print Name and Title Approved as to Form and Legality: Assistant County Attorney Accepted: COUNTY: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA-, !L , 4,oaruie Marldew- M4 Director Procurement Services Division CONTRACTOR: Doaglas N. Higgins, Ine- Print Name and Title Page 2 of Packet Page -1963- 2015 Co tee-r County Proc 9/8/2015 16.E.13. Change Order Form ❑ Contract Modification ❑ Work Order Modification ® Amendment tract #: 14 -6213 Change #: 2, Amend 2 Purchase Order #: N/A Project M N/A Contractor /Firm Name: FHaskins. Inc. Contract/Project: Underground Utility Contractors Project Manager Name: Swainson P. Hall Division Name Public Utilities Planning & Project Mgmt Original Contract /Work Order Amount #N /A 7/8/14; 16C10 i0riginal BCC Approval Date; Agenda Item # "; Current BCC Approved Amount #NIA N/A ILast BCC Approval Date; Agenda Item # Current Contract/V1/ork Order Amount #NIA 7/7/2016 !SAP Contract Expiration Date (Master) -. Dollar Amount of this Change $ 0.00 #N /A 'Total Change from Original Amount Revised Contract /Work Order Total #N /A #N /A ;Change from Current BCC Approved Amount Cumulative Changes #N /A #N /A =Change from Current Amount Completion Date,, Description of the 48,6) Change, and Raponalefor the Change Notice to Proceed N/A Original NIA Last Approved N/A Revised Date NIA 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. 1. To amend the R F? Exhibit IV: Additional RfPTerms and Conditions, by removing Paragraph 4 — Use of Subcontractors. l he amendment will facilitate the use of subcontractors on County projects resulting in a less complicated invoice payment process. Staff was not aware of the extent to which subcontractors were used. 3. If this change is not processed, the contractors on this contract will be limited in their use of subcontractors and jobs that require specialized skills, that are above the contractors expertise, will not be able to be completed. Prepared by:_ ( rement Services) Date: 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 acceptande. 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: Please see amendment document Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: N/A Date: (Design Professional_ and Name of Firm, if project applicable) Date: ,roved � l/ 7 roved by: i (Sandra Herrera—,Manager, Contract Administration) j (Divisions who may require ar+tfitinnai cinnotiirac m, v in,lude on separate sheet.) Packet Page -1964- Revised: 10/28/2014 9/8/2015 16. E.13. FMMrr A -2 Contract Ameadmeat #2 to Coatsvet #14 -Q13 "Underground Utility Qmftwetwe This amendment, dated � 24 , 2015 to the referenced agreement shall be try and between the parties to the original Agreement, Haskins, Inc., (to be referred to as "Contractor") and Board of County Commissioners for Collier County, a political subdivision of the State of Florida (to be referred to as the "County "). Statesneat of Undenmumhag REs Contract # 14 -6213 "Underground Utility Contractors" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Request for Proposal as stated below. This Amendment shall be retroadsve to the original date the Board approved the AgM=nent. Now Language dthftd has boon so Wk dw ## : Request for Proposal, Exhibit IV: Additional Terms and Conditions for RFP, Paragrap ► 4 is hereby removed in its entirety: s s+► *s* All other terns and conditions of the agreement shall remain in force. (signature page to fibltaw) Page I of G ,,0 Packet Page -1965- 9/8/2015 16.E.13 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 dates) indicated below. Contractor's First Witness: By. Mable Lago, Administrative Assistant Print Name and Title Con is Second Witness: By: Dreana Snorf, Administrative Ass i ant Print Name and Title Approved as to Form and Legality: Assistant County Attorney Accepted 2015 COUNTY: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA Joanne Markiewicz, Director Procurement Services Division CONTRACTOR: Haskins, Iac. By: � Rvan MacPhee, Secretary Print Name and Title Page 2 of 2 Packet Page -1966- C©r r CO�fnty Proc 9/8/2015 16.E.1'3. Change Order Form ❑ Contract Modification ❑ Work Order Modification ® Amendment Contract #: 14 -6213 Change #: 2, Amend 2 Purchase Order #: N/A Project #: N/A ' Contractor /Firm Name; Kyle Construction, Inc. ContractlProject: Underground Utility Contractors Project Manager Name: Swainson P. Hall Division Name; Public Utilities Planning & Project Mgmt Original Contract /Work Order Amount #N /A 7/8/14; 16C10 Original BCC Approval Date; Agenda Item #, Current BCC Approved Amount #N /A _. ._ .. N/A Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount #N /A 7/712016 iSAP Contract Expiration Date (Master) _. Dollar Amount of this Change $ 0.00 #N /A ;Total Change from Original Amount Revised Contract /Work Order Total #N/A 1. #N/A. ,Change from Current BCC Appro�d Amount Cumulative Changes #N /A _. #N /A Change from Current Amount Comp {etion Date, Description of the Task(sJ 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) ❑ 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. To amend the 12 'FP Exhibit IV: Additional KfP Terms and Conditions, by removing Paragraph 4 — Use of Subcontractors. 1 he amendment will facilitate the use of subcontractors on County projects resulting in a less complicated invoice payment process. 2. Staff was not aware of the extent to which subcontractors were used. 3. If this change is not processed, the contractors on this contract will be limited in their use of subcontractors and jobs that require specialized skills, that are above the contractors expertise, will not be able to be completed. Prepared by: Procurement Services) Date 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: Please see amendment document Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: Approved by: (Design Pr final- and -Name of Firm, if project applicable) (Sandra Herrera, Manager, Contract Administration) Date: Date: (Divisions who may require a^,4!1 ; - - -1 `­•• -- -•• "lude on separate sheet.) Packet Page -1967- Revised: 10/2812014 9/8/2015 16. E.13. EXHIBIT A -2 Contract Amendment 92 to Contract #14-6213 "Underground Utility Contractors" This amendment, dated , 2015 to the referenced ag mment shall be by and between the parties to the original Agreement, Kyle Construction, Inc., (to be referred to as "Contractor") and Board of County Commissioners for Collier County, a political subdivision of the State of Florida (to be referred to as the "County "). Statement of Understanding RD Contract # 14-6213 "Underground Utility Contractors" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Request for Proposal as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement. Note: Language deleted has been straele thmugh. Change # 1: Request for Proposal, Exhibit IV: Additional Terms and Conditions for RFP, Paragraph 4 is hereby removed in its entirety: 116A, Rm. All other terms and conditions of the agreement shall remain in force. (signature page to follow) Page t of 2 j CP _ _ Packet Page -1968- 9/8/2015 16.E.13. 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. Contractor's First Witness: By: - Print Name and Title Contractor's Second Witness: By: Print Name and Title Approved as to Form and Legality: Assistant County Attorney Accepted: 2015 COUNTY: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: Joanne Markiewicz, Director Procurement Services Division CONTRACTOR: Kyle Construction, Inc By: Print Name and Title Page 2 of 2 Packet Page -1969- IiS7 Proc 9/8/2015 16. E.13. G& Zr �o�niy _. Change Order Form ❑ Contract Modification ❑ Work Order Modification ® Amendment tract #: 14 -6213 Change #: 2, Amend 2 Purchase Order #: N/A Project #: N/A Contractor /Firm Name: Mitchell & Stark Construction Co., Inc. Contract/Project: Underground Utility Contractors Project Manager Name: Swainson P. Hall Division Name: Public Utilities Planning & Project Mgmt Original Contract /Work Order Amount #NIA 7/8/14; 16C10 :Original BCC Approval Date; Agenda Item #' ..... _.. _.. . Current BCC Approved Amount #N /A N/A € Last BCC Approval Date; Agenda Item # Current Contract /Work Order Amount #N /A 7/7/2016 !SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 #N /A jTotal Change from Original Amount _ Revised Contract /Work Order Total #N /A #N /A ;Change from Current BCC Approved Amount Cumulative Changes #N/Al #N /A Change from Current Amount Completion Date, Description of the Tasks) ;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. 1. To amend the RFP Exhibit IV: Additional (?IF terms and Conditions, by removing Paragraph 4 – Use of Subcontractors. I he amendment will facilitate the use,of subcontractors on County projects resulting in a less complicated invoice payment process. Staff was not aware of the extent to which subcontractors were used. 3. If this change is not processed, the contractors on this contract will be limited in their use of subcontractors and jobs that require specialized skills, that are above the contractors expertise, will not be able to be completed. Prepared by: Procurement Services) Date: / % hd /.S 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: Please see amendment document Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: N/A Date: (Design -Pro' essional..and Name of Firm, if project applicable) _ J roved by: (Sandra Herrera, Manager, Contract Administration) (Divisions who may require arlr+iri —1 i — +.,— ,. — i "ude on separate sheet.) Packet Page -1970- Date Revised: 10/2812014 9/8/2015 16. E.13. EXHIBIT A-2 Contract Amendment #2 to Contract #14 -6213 "Underground Utility Contractors" This amendment, dated Aa 2015 to the referenced agreement shall be by and between the parties to the original Agreement, Mitchell Stark Construction Co., Inc., (to be referred to as "Contractor") and Board of County Commissioners for Collier County, a political subdivision of the State of Florida (to be referred to as the "County"). Statement of Understanding RE: Contract# 14 -6213 "Underground Utility Contractors" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Request for Proposal as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement Note: Language deleted has been std -tie. Change 4 1: Request for Proposal, Exhibit IV: Additional Terms and Conditions for RFP, Paragraph 4 is hereby removed in its entirety: All other terms and conditions of the agreement shall remain in force. (signature page io_follow) Page I of2 Packet Page -1971- CAI; 9/8/2015 16.E.13. IN WITNESS Va EREOF, the Contractor and the County have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s) indicated below. Accepted: COUNTY: 2015 BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA Contract s itness: B� . - Joanne iewicz. Director Procurement Services Division Print Nam d Title G r;u` ./✓� ^/ e! CONTRACTOR: Contractor's Second Witness: Mitchell & Stark Construction Co., Inc. �•' G: t!. h"Gr:r ./` �L'r -•1 !'CC..S �pt`�..J'" .�(� Z.- /'✓ �j - :s.:r�'�.- G! `-- � -=�..% Print Name and Title F Print Name and Title Approved as to Form and Legality: Assistant County Attorney Page 2 o{'2 Packet Page -1972- Corr- C014nty Proc 9/8/2015 16.E.13. Change Order Form ❑ Contract Modification ❑ Work Order Modification ® Amendment Contract #; 14 -6213 7 Change #: 2, Amend 2 1 Purchase Order #: N/A I project #: N/A Contractor /Firm Name: FQuality Enterprises USA, Inc. Contract/Project: Underground Utility Contractors Project Manager Name: Swainson P. Hall Division Name: Public Utilities Planning & Project Mgmt Original Contract /Work Order Amount #N /A 7/8/14; 16C10 :Original BCC Approval Date; Agenda Item # Current BCC Approved Amount #N/A7 N/A `;Last BCC Approval Date; Agenda Item # Current Contract /Work Order Amount #N /A 7/7/2016 ;..SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 #N /A ;Total Change from Original Amount Revised Contract /Work Order Total #NIA #N /A .1 I =. Chan ge from Current BCC Approved Amount Cumulative Changes #N /A #N /A iChange from Current Amount CompletionrDate, Description of the Tasks) Change, and'Rationale for the Change Notice to Proceed NIA 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) ❑ 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. To amend the QFP ., Exhibit IV: Additional RPPTerms and Conditions, by removing Paragraph 4 – Use of Subcontractors. the amendment will facilitate the use of subcontractors on County projects resulting in a less complicated invoice payment process. 2. Staff was not aware of the extent to which subcontractors were used. 3. If this change is not processed, the contractors on this contract will be limited in their use of subcontractors and jobs that require specialized skills, that are above the contractors expertise, will not be able to be completed. Prepared by: nson P: Hall, Procurement Services) Date: 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: Please see amendment document Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: Approved by (Design Professional and Name of Firm,..if.project applicable) (Sandra Herrera, Manager, Contract Administration) Date Date: /)7//) i (Divisions who may require arq,44i I —, '^ -hide on separate sheet.) Packet Page -1973- Revised: 10/28/2014 9/8/2015 16. E.13. EXHIBIT A-2 Contract Amendment 92 to Contract 914 -6213 "Underground Utility Contractors" This amendment, dated , 2015 to the referenced agreement shall be by and between the parties to the original Agreement, Quality Enterprises USA, Inc., (to be referred to as "Contractor") and Board. of County Commissioners for Collier County, a political subdivision of the State of Florida (to be referred to as the "County "). Statement of Understanding RE: Contract # 14 -6213 "Underground Utility Contractons" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Request for Proposal as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement. Note: Language deleted has been oWaek4hangh- Change # 1: Request for Proposal, Exhibit IV: Additional Terms and Conditions for RFP, Paragraph 4 is hereby removed in its entirety: * ** All other terms and conditions of the agreement shall remain in force. (signature page to follow) Page t of 2 IN Packet Page -1974- 9/8/2015 16. E.13. 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. Contractor's First Witness: By: Print Name and Title Contractor's Second Witness: By: Accepted; '2015 COUNTY: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: Joanne Markiewicz, Director Procurement Services Division CONTRACTOR: Quality Enterprises USA, Inc. By: Print Name and Title j Print Name and Title Approved as to Form and Legality: Assistant County Attorney I Page 2 of 2 - -- Packet Page -1975- Cotil, Co"nty Proc 9/8/2015 16.E.13. Change Order Form ❑ Contract Modification ❑ Work Order Modification ® Amendment itract #: 14 -6213 Change #: 2, Amend 2 Purchase Order #: N/A Project #: N/A Contractor /Firm Name: Southwest Utility Systems Contract/Project: Underground Utility Contractors Project Manager Name: Swainson P. Hall Division Name: Public Utilities Planning & Project Mgmt Original Contract /Work Order Amount #N /A 7/8/14; 16C10 }Original BCC Approval Date; Agenda Item # Current BCC Approved Amount #N/A N/A Last BCC Approval Date; Agenda Item # Current Contract/Work OrderAmount #N /A 7/7/2016 :SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 #N /A ;Total Change from Original Amount Revised Contract /Work Order Total #N /A #N /A :Change from Current BCC Approved Amount Cumulative Changes #N /A #N /A ;Change from Current Amount Completion Date, Description of the Task(s) Change, and.Rationale for the Change Notice to Proceed N/A Original N/A Last Approved N/A Revised Date N/A Date Completion Date Date (Includes this change) # of Days Added 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. To amend the R P ', Exhibit IV: Additional KF Terms and Conditions, by removing Paragraph 4 — Use of Subcontractors. The amendment will facilitate the use of subcontractors on County projects resulting in a less complicated invoice payment process. .. Staff was not aware of the extent to which subcontractors were used. 3. If this change is not processed, the contractors on this contract will be limited in their use of subcontractors and jobs that require specialized skills, that are above the contractors expertise, will not be able to be completed. Prepared by: , Procurement Services) Date: v> Z 7 6/ 5 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: Please see amendment document Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: N/A Date: (Design Professional and Name of Firm, if project applicable) roved by: t— --- — Date: (Sandra- Herrera- Manager. Contract Administration) j (Divisions who may require a,'Hifi— I —, +^dude on separate sheet.) Packet Page -1976- Revised: 1012812014 9/8/2015 16.E.13. EXHIBIT A -2 Contract Amendment #2 to Contract #14-6213 "Underground Utility Contractors" This amendment, dated ' 2015 to the referenced agreement shall be by and between the parties to the original Agreement, Southwest Utility Systems (to be referred to as "Contractor") and Board of County Commissioners for Collier County, a political subdivision of the State of Florida (to be referred to as the "County "). Statement or Understanding RE: Contract # 14 -6213 "Underground Utility Contractors" In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Request for Proposal as stated below. This Amendment shall be retroactive to the original date the Board approved the Agreement. Note: Language deleted has been stvak4hfeugh. Change # 1: Request for Proposal, Exhibit IV: Additional Terms and Conditions for RFP, Paragraph 4 is hereby removed in its entirety: * ** 4. Use 4 Subeen#wAer-s Biddefs Bin afty seFyiee related ineltidifig eeflstmWeH; fmst be dinWy responsible let. 0 or- mem pn�ee� qualified and All other terms and conditions of the agreement shall remain in force. (signature page to follow) Page 1 of 2 GQ' — — — Packet Page -1977- 9/8/2015 16. E.13. 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. Contractor's First Witness: By: Print Name and Title Contractor's Second Witness: By: Print Name and Title Approved as to Form and Legality: Assistant County Attorney Accepted: _, 2015 COUNTY: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: Joanne Markiewicz, Director Procurement Services Division CONTRACTOR: Southwest Utility Systems By: Print Name and Title Page 2 of 2 Packet Page -1978- u _.. _. 9/8/2015 16. E.13 rC;osa>et Procurement services Change Order Farm f wumr«arcaa.n« F1 Contract Modification g Work truer Modification i] Amendment a Contract*,, t36t64 -CZ Change #. Purchase Order A: 45- 151621 Contractor/Firm Name: Hu listen A fM Engineers project Name: tAsneo island Central Beach Re tirade " J. Gary McAipin Caaatitl Zone Management Project ttAanager Name: Department: Original Contract/Work Circler Amount S 169,724 dot tE9 Ckigtrrai f3CC Approval Date; Agenda Item� Current BCC Approved Amount '; 969, ?Artl ""it 1i9 1aisUBCC Approval Date, Ada heart* Current Contract/Work, Order Amount 4% 188,724;00,.r 3IW2019; ;SAP Contract Bqitrafion Darte (Master) Dollar Amount of this Change $ 0.00 0.t7n°16 : 1 Total Change frr3tn Lklginai Am urtt i,Rivvised ContractWork Order Total 1 $ 169 724,nD -00 !Change from Current BCC Approved Amount Cumulative Chan es 0.0n fl.t3n% iCho horn CurrentAmount° Completion Date, Descrip0on cf the TseMa) Ohaange, and Ratiortsle far#he Ghangs Notice to Procee 7i8t20.14 Original 7182016 1swt Approved 1 ^ 1q 5 Revised Date Date L� �� Completion forte lisle � (includes ttt chartlla) � t< # of Days ceded 1$4 ± Select Tasks ❑.Add oew t"k(s) © Delete t"i ls) © change tasks) JgOthar (see 2 cwt,. Provide a reaponse "to the frill owing: 1:) dstsltsd and specific cptanat#i irationaie ohttw requerst+ad "ohangs(s) to tare tsek(a) and Lor the additional days added {if requested); 2J why" this change wins mt inciuded:in'the original contrast, and, 1) describe -ths impart N this change"la not prooessed. Attadh,additional information from 'the Design Professional' +aidior Contractor if needed. 1.) detailed and sPecific explanationtrationahi of the requested chilmSe(s) to the tasks)and i or the additionatdays added (if requestedi, To#aollitate the parmitting: process, aseries Mpre -appliostion meetings -wwa t eld. Concemsexprgssaid by FWC 8 FWS has resented in extended dialogue with these agancles to re sch agreament on'the "projectin advance of filing the state and federal applications. Staff did not-want to spend engineering 'funds;untilagreement was reached that"F'WCt 3would silawv permitting to proceed. 2,) why this change was not included in the original coninot; The concerns from FWC 8 "F FS snrens.notanticipated given the history of authorized projects in the area 'U ofbelieve the additional :mestinge and dialogue wall help significantly In "the <permit processing of this work with the state and federal agencies. S:l describe the impact If this change is not processed. There would.be insufficient time to :obtainthe state and federal permits. Staff did not want to spend engineering funds until agreement was reachead that FUf IMS would allow pennitting iso proceed Prepared by;.._. Date: &A !� I �. ry McAiptnt F'.E., t ZM Manifiger Acceptance of this Change Order shall constetalea modification to cont- act l work order identified aoove and will be subjed to all the same terms and conditions as contained in the ,contract ;I work order indicated above, as fully.as it the same were slated in this accepla nce. The I adjustment, if any, to the Contract shall consiitulaa full ant# final settlement of airy and -alt claims of the Contractor J Vendor/ Consultant i Design Professional �g for related to the change set forth herein, including claims for impact and delay costs. Accepted by: c' ----- _._ Efate: �� i7 � � ��t� iMohame".. Dabess Vice - President Approved by 1; r . I i t L a Date ~ Approve" Date: A' Amy F terson, DIVIsion Director fJ sal Department He3ad & Deputy CountyManager Approved by: i Date: 6/19/2015 Adam Northru t Professional (Divisions who may inquire additional signatures may include on separate shaei.) . Revised: 'i:tU2t3t2Q1� ', Packet Page -1979- 9/8/2015 16.E.13. HUMISTON ENGINEERS 56r99IRM CDW COASTAL wUsrtiaM asso ENGO"ItING DESIGN F*x2* $42U6 At1D`PER<•fiITTING - HIiQNL2JSi111iti'24- June - 9,.2015 Gary McAlpira Collier County Coastal Zone Management 2800 Horseshoe Drive Naples, FL 34104 REF: Contract 13. 616 -CZ Change Order Request #1 Purchase Order* 45-151621 Dear Gary: This is written request'for a 184 day y.additional to the task,t me line for the March Island Central Beach. Re -Grade project. Additional time was needed to4acilitate the permitting process,,and address concerns by the FWC and,FWS to reach agreement in advance af°filing the state and federal applications, Sincerely Ht1MISTON & MOORE ENGINEERS Mohamed A. Dabees, PhD, P.E. Packet Page -1980- 9/8/2015 16. E.13. Exhibit E: Construction �pr� O✓ettr�� vq Change Order Form Contract # 14 62 i3 / Change #: ,' 3 1 Purchase Order #: 4500!55 t88 Project #- 70103.5 ContraetorlFirm Name: ( Haskins, Inc. Immokalee Rd. W Water Main Project Name: � Protect Manager Name: Alicia Abbott '� Department: Planning d Project Management � r •,a,raru u ^i t,ru: ter r�7- v unginat 13CC Approval Date; Agenda Item # Currant BCC Approved Amount ) 7 f9J7;'I'Oi�Oj t �j,4';�Jjo BCC Approval Date; Agenda Item # Current Contraat/Work Order Amount �$ 7 „jg 4111 -M001 SAP Contract Expiration Date (Master) Dollar Amount of this Change ti $i '; 0f00 Total Change from Original Amount Revised Contract/Work Order Total $ 719.710.00 0.00% Change from Current 8CC Approved Amount Cumulative Chan $ 0.00 0.00% Change from CurrentAmount r Cofnpi'ation Date, Desoriptiop ofrthe Taskjs) Ciieng ' snd R on 10c e Change Notice to Proceed 11nB114 Original 5!17115 Last Approved fi1Z2J15 Revised Data 9/2ti /t5 V Date Completion Date bats dudes this change) # of flays Added 90 Select Tasks ❑ Add new task(s) ❑ Delete task(s) 11 Change task(&) ® Other (see below) Provide a response to the tr llowing:1.) detailed and specific expianationtratlonale of the requested change(s) to the task(*) and I or the additional days added (if requested 2) why this change was not Included to the original contract; and, 3.) describe the impact it this change (a not processed. Attach a ditionel information from the Design Professional and/or Contractor If needed. 1.) This change is to request g0 additional days to complete the work. The requested time extension Is to allow sufficient time for the contractor to property clean 35,00 feet of the exisling 39 inch crater main along lmmokalee Road, fluting initial pipe cleaning, it was discovered that excessive amounts of sand and debris still remained within the pipe from the original construction. The removal of sand and debuts will require added contract time for multiple cleaning attempts and sufficient time to order and obtain additional mechanical cleaning accessories. 2.) The delivery time to obtain aftemate cleaning accessories, In order to remove the remaining sand and debris within the existing pipe, could not have been anticipated during preparation of the original contract schedule. 3.) If the Change Order Is not processed, the Contractor will not have sufficient time to property clean the pipe prior to pressure testing. This could result in sand and debris becoming lodged in the valves and gaskets which would cause damage. in addition the pipe would require proper ctesning by another Contractor In the future which would result In an additional expense. Prepared by: _ 1\1 � Date: Alicia Abbott, Project Manager PPMD 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 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 Corttrac sir Il tute a full and final settlement of any and all claims of the Contrador / Vendor / Consultant I Design Professions jagst� ou of ef��o the charge set forth herein, including claims for impact and delay costs. Accepted by: Approved by: Approved by; Ben EiWell, Haskins, in-c. Bill Packet Page -1981- Date: / Ct Date- in, Z b / Date: Ai !f J r t 9/8/2015 16.E.13. Imni, Kaiee `Road 36' Water Main Change Order— Haskins Inc. Page 2 Approved by. Date: Os r Martinez, PE, inten�Mp Principal Project Manager S _ Approved by: K." Date:�� / S ev�eMessnrRepartment Director 1 Approved by: Jr� — "� Date: Tom' Phmelik, P.EE.,, PPMD Director Approved by: L-^ Date: E Josqfl3h Bellone. Operations Support Director Approved by: Date: George Yilmaz, Public Utilities Administrator i 1 (Divisions who may require additional signatures may include on separate sheet.) Revlsea: 1012812014 Packet Page -1982- O CL a I-i o N cu m C y ;