Loading...
Agenda 11/10/2015 Item #16E4 11/10/2015 16.E.4. EXECUTIVE SUMMARY Recommendation to approve the administrative reports prepared by the Procurement Services Division for modifications to work orders, change orders, surplus property and other items as identified. 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 September 19- October 19, 2015, except for the surplus disposal and revenue disbursement report which covers the period September 21 —October 19,2015. FISCAL IMPACT: The net total for 10 changes to contracts is a deductive $72,000.00. The total number of days added to four (4) contracts is 657. No revenue was received for the disposal of surplus items. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality, and requires majority vote for approval. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: That the Board of County Commissioners ratifies/approves work order modifications, change orders and/or Contract Amendments ; surplus disposal and revenue disbursement; and other items as determined by the County Manager or designee in accordance with Procurement Ordinance 2013-69 as amended by 2015-37. Prepared By: Diana De Leon, CPPB, Contracts Technician, Procurement Services Division Attachments: 1)Change Order Report 2) Change Orders(backup) 3) Surplus Disposal and Revenue Report Packet Page -1340- 11/10/2015 16.E.4. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.4. Item Summary: Recommendation to approve the administrative reports prepared by the Procurement Services Division for modifications to work orders, change orders, surplus property and other items as identified. Meeting Date: 11/10/2015 Prepared By Name:NorthrupAdam Title: Procurement Specialist,Procurement Services 10/20/2015 12:53:56 PM Submitted by Title: Procurement Specialist,Procurement Services Name: NorthrupAdam 10/20/2015 12:53:57 PM Approved By Name: MarkiewiczJoanne Title: Division Director-Procurement Services, Procurement Services Date: 10/21/2015 8:58:20 AM Name: pochopinpat Title: Operations Coordinator, Administrative Services Department Date: 10/22/2015 9:30:08 AM Name: NorthrupAdam Title:Procurement Specialist,Procurement Services Date: 10/22/2015 11:31:39 AM Name: HerreraSandra Title: Manager-Procurement,Procurement Services Date: 10/22/2015 11:55:53 AM Packet Page -1341- 11/10/2015 16.E.4. Name: PriceLen Title: Department Head-Administrative Svc, Administrative Services Department Date: 10/26/2015 1:59:20 PM Name: KlatzkowJeff Title: County Attorney, Date: 10/28/2015 11:09:08 AM Name: KlatzkowJeff Title: County Attorney, Date: 10/28/2015 2:12:55 PM Name: WellsLaura Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 10/28/2015 2:58:15 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 11/1/2015 2:04:23 PM Packet Page-1342- 11/10/2015 16.E.4: Cot er Cattrii-v Procurement Services Change Order Form Contract Modteestion 0 Work Order Modification 0 Amendment 1. Contract I: 15.6416 /I Change f1: 3 ✓ Purchase Order t 45-158875 project d 195-80285 ContrsctorfFinn Man.:I Quality Enterprise USA.Inc. contract/project Wiggins Pass Channel Interim Dredging Project Manager Marne: Clint p.rn rnan Division}lame: Coastal Zone Management Original Cottrec WJork Order Amount $ 242,304.00 9128115:16A8 Original 8CC Approval Date;Agenda Item• Current BCC Approved Amount $ 242,304.00 (4128/15:16A8 Last BCC Approval Data;Agenda Item d Current Contract/Work Order Amount S 242.304.00 8/11/2015 SAP Contract Expiration Date(Master) Dollar Amount of this Change S 0.00 • • 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 242,304.00 / 0.00% Change from Current BCC Approved Amount Cumulative Changes S 0.00 0.00%_ Change from Current Amount Completion Date,Description of the Tinkle)Charge,end Rate ale With*Chengs'- Mottle.to l 7162015 �riginsl 8/512015 1 Last Approved 10/10/15 'Revised Dots 12/31/2015 Date II D Completion Date Date (knee this ) g of Days Added 62 / select Tasks 0 Add new ankle) 0 Delete teek(s) 0 Change task(*) 1210ther(see Minn Provide a response to eve following:1.)detailed and specific explanatiorrlretiermle of the mounded chamois)*the task(r)and I or the additional days added(If requested);2.)why this change wee net Included in the original contract;and,i.) describe the impact If this change M not processed. Attach additional inlomntion from the Design Professional and/or Contractor It needed. On July 6,2015,staff issued a Notice to Proceed to the contractor Quality Enterprises USA.Inc.for the contrnetvem enf of construction *mines on the Wiggins Pass Channel Interim Dredging Psoj.et. The scope of work aseoe+eled with its proj.rd inci des the dredging or 7,200 c.y.of material to be removed from two shallow Hot Spot areas within the Wiggins Channel and disposed of in two separate disposal areas. Since the commencement of construction services there has been a high concentration enration of unusual bad weather oedema during this period of year musing rain and excessive high sea weather conditions. This tmtau l pattern of bad weather disturbance of high sees his resulted In excessive delays to the construction schedule and the progress of work;this pattern of unusual bed weather conditions has been consistent and the continuation of Its existence bas been undetermined. On July 24,2015 staff approved and lased(Change Order No.2)for an extension of 60 days to the duration of the contract However, more time is required to address the continual loss of time associated with the construction schedule and work progress due to the continuous unforeseen conditions. Stall is hereby requesting that an additional eighty two(12)days be added to the drri ion of the contact to allow the contractor extended time to complete the intended scope of work in view of the unforeseen circtenstwices. If this change is not processed,Quality Enterprises will not be able to complete the required dredging,that may cause boaters to run aground while navigating the pass. Dredging will then need to be completed at a later date,with considerable additional cost. Prepared by: Date;'T, , f S Conk L. xf�an, ,Project Manager,Coastal Zone Management Acceptance of this Change Order shat constitute a modification to contract/work order Identified above and wit be subject to at the same terms and concretions as contained in the contract/work order indicated above,as fully as if the sans we stated in this acceptance. The adjustment,it any,to the Contract shall constitute a full and final*Moment of any end sit claims of the Contractor/vendor/Corrsueartr Design Professional rrisi ng out of or related to the change set forth herein,ixiuding- ' .• impel and.,delay costs. \� by. ^�"�-� �--- • ta: Gaudio04 President,Quality •Enterprises USA,Inc. o Approved • I///r. in .1. _ hit Date: _s'��n Appro • by./ �'�� Dais: g` `!! - �P "4. .' , •fir 'Director 'avid -Wiitkisot,P.E.Department-Head cn=adamnorthrup @colliergov.net 1;(/),-, '00'0409:22152015.0925 .,'` y� Date: by: •�:. N. Pr. rement Strategist,Purchasing Division (Divisions who may require additional signatures may include on separate sheet) Revised:10/2812014 Packet Page -1343- — 11/10/2015/10/2015 16.E.4. Go7*eir Coz-inty Procurement Services Change Order Form ®Contract Modification ❑Work Order Modification ❑Amendment Contract If: 12.5885 Change#I:I 9 Purchase Ordere: 4600141536 Project#:1 33300 , Contractor/Firm Name: Hole Mantes Contract/Project Design&Related Svcs for UM RW 9-27 Rehab Project Manager Name: Justin Lobb Division Name: Airport Authority Original Contract/Work Order Amount $ 791,000.00/1/13/12 14A2 Original BCC Approval Date;Agenda Item# - Current BCC Approved Amount S 1,635,698.5e 10/22/13 14A4 I act BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 1,635,698,50 SAP Contract Expiration Date(Master) Dollar Amount of this Change ,$ (20,000.00)✓'— 112.31%' Total Change from Original Amount Reused Contrect/Work Order Total V S 1,615,698.50 V -1,22% Change from Current BCC Approved Amount Cumulative Changes $ 854,698.50 If -1.22% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed Original N/A Last Approved N/A. Revised Date N/A Date Completion Date Date (includes this change) 1 . #of Days Added PUA Select Tasks ❑Add new task(s) ❑Delete task(s) ❑Change task(s) (3 Other(sea below) Provide a response to the foilowing:1.)detailed and specific explanation/rationale of the requested change(s)to the tasks)and/or the additional days added(if requested);2.)why this change was not included In the original contract;and,3_) describe the impact if this change Is not processed, Attach additional Information from the Design Professional and/or Contractor if needed. _ I Reduce contract amount for Task 1 Construction Administration of Amendment 1 in order to make funding available for mitigation credits required to obtain South Florida Water Managerment District(SFWMD)permit required for clearing vegetation in the Runway Visability Zone(RV2). 2. Construction administration costs were less than initially anticipated. Based on costs to date,there will be funds remaining in Task 1 that can be utilized for other items within the scope of the grant. 3. The Airport Authority will be unable to comply with FAA regulations for line of sight requirements. / i___,Prepared d� /„;,r � Date: ci1G((I� Justin Ldbb,Airpo• • r"ject anager,Airport Authority Acceptancekrt this C ange Orde sh:fl constitute a modification to contract/work order identified above and will be subject to all the same terms and co lion as coMaine• the contract/work ardel indicated above,as fully as if the same were stated in this acceptance. The adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor I Vendor/Consultant./ Desion Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. Approved by. -.L.•t —. {-_ Date: ('./9 ��� Robert L Murray,Senior Vice President,Hole Monies.Inc. • • • Approved by: Date' C/i!bPC-- . Gene Shue,Di -ctor-Operations Support,Growth Management Department Approved by � !� Date; 1 ' ''". Nice-•- .a •uida, pull C. Tanager Approved by _--._ Date: ///://5 • ',Ion,P..• urement Strategist,Purchasing Department 5,. /v IDivis' ns who may require additional signatures may include on separate steel.) Revised:10128/2014 • Packet Page-1344- 11/10/2015 16.E.4. Nam HOLE MONTES EflG1NEE1 •PLAK1L •4L"11YEYp1L 6207 Wniskey Creek Drwe•Fort Myers,Ronda 35919•Phone 239.985 1200•Fax:239.985,1259 • June 9, 2015 • Mr. Justin Lob!) Airport Manager . Collier County Airport Authority 2005 Mainsail Drive • Naples, FL 34114 • • RE: Design and Related Services for IMM Runway 9-27 Rehabilitation • Contract No. 12-5885 Purchase Order No.4500/41536 • Collier County Project No.33300 NM Project No. 2012.065 _ Dear Justin: . The construction for the Runway 9-27 Rehabilitation Project at the lmmokalee Regional Airport, along with the engineering services for Construction Administration for this project,is complete. Based on costs to date, it appears that there will be funds remaining in this engineering task that the Authority could utilize for other items within the scope of the grants. If this would be beneficial to the Authority, it is suggested an amendment to the agreement be prepared reducing Task 1, Construction Administration by the sum of $20,000. The balance of the work for this project will primarily be performed under Task 3, Miscellaneous Services, which primarily covers project closeout including the FAA AGIS submittal and some work performed for Environmental Services under Task 5. Very truly yours, H ,f jC. _yaw j Luc J, 'arriere, P.E. Vice 'resident LJC,kgc Enclosures • • Naples•Fcrt Myers Packet Page -1345- 11/10/2015 16.E.4. Alter Cnuray Procurement Services Change Order Form El Contract Modification, r-'1 Work Order Modification f-"I Amendment LJ Ll L1 Contract#: 12-5885 Change#: 10 Purchase Order#: 4500141536 Project#: 33300 • Contractor/Firm Name: Hole Mantes Contract/Project: Design&Related Svcs for IMM RW 9-27 Rehab Project Manager Name: Justin Lobb Division Name: Airport Authority Original Contract/Work Order Amount $ . 761,000.00 11/13/12 14A2 Original BCC Approval Date; Agenda Item# Current BCC A roved Amount $ 1,635,698.5d 10/22/13 14A4 Last BCC Approval pproval Date; Agenda Item# Current Contract/Work Order Amount $ 1,615,698.50 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ (60,000.00) 104.43% Total Change from Original Amount Revised Contract/Work Order Total $ 1,555,698.50 -4.89% Change from Current BCC Approved Amount Cumulative Changes $ 794,698.50 -3.71% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change; Notice to Proceed 12/4/13 Original N/A Last Approved N/A - Revised Date N/A Date Completion Date Date (Includes this change) #of Days Added N/A Select Tasks 0 Add new task(s) 0 Delete task(s) ❑Change task(s) 0 Other(see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested); 2.)why this change was not included in the original contract;and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. Reduce contract amount for Task 1 Construction Administration$15,000, Task 2 Construction Inspection $15,000, and Task 3 Miscellaneous Services$30,000 in order to make funding available for construction of Runway Visibility Zone(RVZ)vegetation removal for a total of$60,000; and Reallocate $2,000 from Task 1 Construction Administration, $2,000 from Task 2 Construction Inspection, $4,000 from Task 3 Miscellaneous Services, and $3,200 from Task 4 Ecological Services to Task 5 Environmental Services to cover costs associated with monitoring of listed species during the removal of vegetation in the RVZ. See detailed breakdown below: TASK CURRENT DEDUCT REALLOCATE REVISED Task 1 —Construction Administration $229,577.00 ($15,000.00) ($2,000.00) $212,577.00 Task 2—Construction Inspection $280,457.00 ($15,000.00) ($2,000.00) $263,457.00 Task 3—Miscellaneous Services $210,450.00 ($30,000.00) ($4,000.00) $176,450.00 Task 4—Ecological Services $ 47,407.50 ($3,200.00) $ 44,207.50 Task 5— Environmental Services $ 37,611.00 $11,200.00 $ 48,811.00 $805,502.50 ($60,000.00) $ 0.00 $745,502.50 2. Construction administration, construction inspection, miscellaneous services, and ecological services costs were less than initially anticipated. Based on costs to date, there will be funds remaining in Tasks 1 —4 that can be utilized for other items within the scope of the grant. 3. If we are unable to comply with the FAA requirements, the Airport may be cited for deficiencies: and, unable to comply with FAA regulations for line of sight requirements without this CO. Prepared by: f ` , r Date:� l -( ∎ ;bje ' Justin L�6,Airpor`fi oleo Manager,Airport Authority 1 � (J V I �J (Divisions who may require additional signatures may include on separate sheet.) Packet Page-1346- Revised:10/28/2014 _ 11/10/2015 16.E.4. Ace prance of this Change Ordershaii canstituto a modification to contracts 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,tote Contract shall constitute a full and ftnai settlement of arty and all claims of the Contractor/Vendor t Consultant./ Design Professional arising out of nr related to the chance set forth herein:including claims for impact and delay costs. Approved by: 4 _ Date: 71.02/ �1J Luc Carriere President,Hole Monies,Inc Approved by: 0�' —yj Date: 9l i2.31 Gene 'ham!rect•r- perstions Support,Growth Management Department sad //��/ � 'l Approve, b • Mr __.. Date: rte, David jS..LNnlii_dsoon,, 7E.,Department Head,Growth Management Department i j//'�'-""' / // Date: 9- Z Approved by:. ._..___ .�.__. Jason Crouch,Proo.i ment Strategist,Purchasing Department • • • • ;Divisions wno may require udditirna;::tgnaturts may irctude an separate sheet) Revised:'10128/2014 ' I Packet Page -1347- 11/10/2015 16.E.4. Fi0LE-MONTES 62.00 Whisk EN,Creek Drive.Fort tVIVer<,t io;i.-t 3391%Phone.229.9 ?_120 l Fax:239:935.125x' September 15, 2015 Mr. Justin Lobb • Airport Manager Immokalee Regional Airport 165 Airpark Blvd. Immokalee, FL 34142 RE: Runway Visibility Zone Vegetation Removal(RVZ) Immokalee Regional Airport HM Project No. 2012.465 Dear.l ustin: In order to accommodate the construction of the RVZ Vegetation Removal Project,the Authority will need to redesignate funds currently assigned to engineering services during construction. The current balance in the engineering contract is $123,407.12 and, it is recommended that the- contract value be reduced by$60,000, The funds would be taken from the following categories; Task 1 Construction Administration $15,000 Task 2 Construction Inspection $15,000 Task 3 Miscellaneous Services $30,000 Cost associated with engineering services during the bid and construction phase of the RVZ Vegetation Removal Project will be invoiced against the remaining balance. While there are sufficient funds overall, some will need to be transferrer to cover the cost under the Environmental Services to address listed species during construction. It is estimated that this task will cost $15.000 and there is currently a balance of $3,846.80. It is recommended that the funds be transferred to Task 5 from the following tasks: Task 1 Construction Administration S2,000 Task 2 Construction inspection 52,000 Task 3 Miscellaneous Services $4,000 Task 4 Ecological Services $3,200 This recommended transfer will provide sufficient funds for the construction activities and, the required engineering services associated with the vegetation removal. If you have any questions or need any further information, please do not hesitate to call or email this office. Very_tru�lyY yYe�ur�;—„ HO,E"MONTES, 9. // ` fr •r LuT arriere, P.E. Vic resident Packet Page -1348- 11/10/2015 16.E.4. ot .r ' ��,�-fly Procurement Services ..` Change Order Form I F uni nstrauv ri icev ni tan r Fruxuvnn=nl Seritr 4 Contract Modification [ Work Order Modification. ❑Amendment • Contract#: 13-6178 Change#: 3 Purchase Order#f: 4500152314 Project#: N/A Contractor/Firm Name: Hole Monies Inc. Project Name: Vanderbilt Beach MSTU Utility Conversion PTNE(Public Transit&Neighborhood , Project Manager Name: Harry Sells Department: Enhancement) Original Contract/Work Order Amount $ 546,093:00 4/8/14, 16.D.2 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 9.4„W3.4xa 4/8/14, 16..0.2 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 578;493.00 ,'/7--lift.il SAP Contract Expiration Date (Master) D • ollar Amount of this Change $ 8,000,00. 7.40% Total Change from Original Amount Revised ContractNVork Order Total $ 588;493,00' 7 4O% Change from Current BCC Approved Amount Cumulative Changes _ $ 40,400.00 _ 1.38% Change from Current Amount Completion Date, Description of the Teak(s)Change,and Rationale for the Change Notice to Proceed 8/25/14 Original 8/24/16 Last Approved 8124/16 Revised Date fJA Date Completion Date Date (Includes this change) #Of Days Added 0 Select Tasks ❑Add new task(s) ❑ Delete task(S) Change task(s) ®other(see Below) Provide a response to the following:1.)deteiled'and specific explanation/rationale of the requested chenge(s)•to the task(s)and.f 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. An additional$8,000 is needed for survey services on Vanderbilt Drive,Vanderbilt Beach Road,and Bluebill Avenue. T&M Add $ 8,000 Existing limit for Item 5.1 $ 4,900 New total for Item 5.1 $12,900 1 2. The surveys were underestimated by in-house design. After performing the survey work it was discovered that additional surveys were required to allow the contractor to remain in the right-of way. 3. If surveys are not completed now,large sections of utility runs may be missed that will need to be replaced at a later date with greater cost to the taxpayer. Prepared by: Date August 12, 2015 Harry Sells, Pu�Transit&'Neighborhood Enhancement Acceptance of this Change Order shall constitute a modification to contract/work order idenlified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above,as fully as tithe 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: // 1 itif' df,,,Z11. Date:`� -1)if Accepted by: 7 W.TerryCle,PE Vice President Hole Montes Inc. Approved by: (//1"------------ ,l�_'^, . :-- -Y Date: P-NN 7ir Michelle Ar old, Director;Public Transit )1r6hborhood Enhancement Approved by: Air eJ,/ t � Date: 1'-7,, 5 Pp Y Steve-. arneli,Adrnr istratopPublic Services Division '.- J i I"'L. (,44 1y1.'"Approved by 4. Date: 0____. (Procurement Professional (Divisions who may require additional signatures may include on separate sheet.) Revised;10/23/2014 Packet Page-1349- • , 1 11/10/2015 16.E.4. HOLE MONTES ENGINEERS•PLANNERS•SURVEYORS 950 Encore Way•Naples,Florida 34110.Phone 239.254.2000.Fax:239.254.2099 July 29, 2015 VIA E-MAIL& US.MAIL Mr.Harry Sells,Project Manager Collier County Government Public Transit and Neighborhood Enhancement Department 3299 Tarniami Trail East, Suite 103 Naples, Florida 34112 Re: Vanderbilt Beach Beautification Utility Conversion MSTU Additional Services to Contract#13-6178,P.O.#4500152314 HM File No.: 8200A/2011059 Dear Mr. Sells: Based on our meeting and discussions related to the above referenced project,it is our pleasure to provide you with the following Scope of Services for survey related work to provide ROW staking for the remainder of Phases 2 and 3 and for Vanderbilt Dr north of Bluebill Avenue up to the north side of the third bridge waterway of Bluebill Avenue, The Consultant shall provide survey services required to locate the ROW, as needed, and requested by the County project manager. The personnel involved with this task shall include a 2-man survey crew, survey tech, and surveyor. The Consultant shall complete any requested survey within 5 working days of said requests Time and Materials: $8,000 The work will be billed on a time and material basis.We will bill in accordance with the provisions of our present contract. We look forward to working with you on this project. Please let us know if additional information is required as to the format of this Change Order. If this proposal meets with your approval, please indicate so by signing and dating a copy of this letter and returning a copy to our office. Please do not hesitate to contact me should you have any questions. Very truly yours, HO 'NTES1 ,INC. . Ban. E.Jones,P.E. Senior Froject Manager BEJ/selc AUTHORIZATION TO PROCEED: Authorized Signature/Title Date H:\8200\A-Markcting\15\WTC1Vanderbilt MSTU-Additional Services\HS 150729 Additional Services Proposal ROW Staking.docx NaniP.S•Fort MvP.rS Packet Page-1350- 11/10/2015 16. .4.•` • Exhibit E:Construction Change Order Form Contract ft: 143270 Change!f: 9 Purchase Order ft: 4500J'152007 Project ri: 70009.10 Contractor/Firm Name: Quality Enterprises USA,inc. Project Name: SGRWTP SRO MV Cable Replscemenl I Alicia Abbott Planning&Project Management :,i Project Manager Name: Department — I Original ContractiWark Orde r Amount '�:=J-�1`�B9:4;999'00.. 7/el 1}11F1 Original B CC Approval Date;Agenda aide Item y Current BCC Approved Amount $:'' 1691;909;00r Last BCC Approval Date;Agenda Item ii i Current ContractlWork Order Amount t,t94,999.O0' SAP Contract Expiration Date(Master) ;j Dollar Amount of this Change $.• 100 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 1,694,999.00 0.00% Change from Current BCC Approved Amount Cumulative Changes , $ 0.00 0.00% Change from Current Amount `.t Completion.Date,Descrlptlon of the Tasft(s)Change,and Rationale for the Change • 1 Notice to Proceed 10/14/14 " Original 8/10115 Last Approved 1019!15 / Revised Date 1118115 `• I , • Date Completion Date Date , etudes this change) 71 II of Days Added 30 f Select Tasks 0 Add new task(s) 0 Delete taslc(s) 0 Change tasit(sj tat Other(see below) IProvide a response to the following:1.)detailed and specific explanationhatlonale of the requested changes)to the tasks)and 1 or the additional days added Of requested);2.)why this change was not included in tile original contract;and,3.) describe the Impact if 1 this change Is not processed. Attach additional information from the Design Professional and/or Contractor if needed, i 1.)This change order Is to add additional time to the contract and to reallocate funds. The change order will add 30 days fo the ' contract to finalize a change request and close out the project Funds will be reallocated,in the amount of$51,288,49, from Task 5 { (Installation of conduit from EMH-W1 to EMH-W2)to Task 10(Electrical Construction llems Allowance).The allowance fund amount will be increased to$151,288.49,to cover costs related le,but not limited to,additional electrical conduit,carrier pipe for the conduit, l additional concrete and steel reinforcement,and an additional manhole for the directional drill.This change was required to cross a -I private road via a horizontal directional drill instead elan open cut I ,I 2.)The neighborhood impact of an open cut was nol fully recognized. I 3.) if this change order is not processed there will not be adequate time to close out the project and there will not be funds in the i11 project allowance to compensate the Contractor for the work performed. Prepared by: � is\ � ``� Dale; e —5-- c= 1 Alicia Abbott,Project Manager,PPMD Acceptance of this Change Order shall constitute a modification to contract!work order identified above and will be subject to all the same terms and conditions as contained in the contract I work order indicated above,as fully es if the same were stated in this acceptance. The i adjustment,it any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor!Consultant//--. \ r? I Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. (J\)' ''� i — If-_,J4 Accepted by: _ Date: /6 �rI'j~ Lours-J. sun.,Quality Enterprises USA,Inc., --__ t�y Approved by: f/ • '�.. - / Date: k)--5--LS- . Jas. clan. .. DM-6rni ' Approved by: Matt Catoe � Dale: /60/9457 PP cwoln Hall,Procurement krategist ` c` i \ .. Packet Page-1351- --- - -- -- -- - 11/10/2015 16.E.4. , f ' I , SCRWTP SRO MV Cable Replacement Change Order-Quality Enterprises USA,Inc. i Page 2 I I ;.. 1 ,7-z----->,---,. -------, ....., , ..., °,/Iv- ; Approved by: Date( 9seas Martinez,P.:E-7-r-PP D pdo- rPiiject Manager ...- --- •.„..i ----- Approved by: s..,, ......_,),,Aiit, Date: !O r Ste Mel ter tap tment Director 1 i g I !: Approved by: pi VA.1) Date: ('' !r: Tom melik,'P'E.,PR-WID Direclor _,,.._ ,1 i",c Approved by: 1, •.....A7.-rf i----L,t..4.6.----------- Date: 4:17Y/ II ' .ICT, 'h BeilOne(0.-rations Support Director i ,.P. 1 p‘ li 6' -.74-iir I Approved by: - ,-= V Date: Ad i d Ge, ge Yikruiz,Public Utilities Administrator 1 R 1.. I 31. i -, A A .i. il • : f [I• il • a • It • • Ei. . 1 i g Li i 1 4 i i ' 1 : e i 1 o - • i i : 1 1 i (Divisions who may require additional signatures may include on separate sheet.) 1 Revised:9/23/2015 : 1 - 1 I Packet Page-1352- 11/10/2015 16.E.4. DocuSign Envelope ID:180E512A-C75A-4ABA-8022-493163DF4105 Gcer2t Procurement Services �,�j�� y Change Order Form ]Contract Modification ❑Work Order Modification Amendment Contract#: 12-5813 Change#: I Purchase Order#: N/A Project#:..+ N/A Contractor/Firm Name: Quest Diagnostics Clinical Contract/Project: B n n1 1 b►" /4JQ (r'ie.4 4-p4CG5 Project Manager Name: Karen Eastman Division Name: Risk Management Original Contract/Work Order Amount $ 259,380.0010/23/12; 16.E.1 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 259,380.00 tc/73 1Z' ►(of Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 259,380.00 3c Ir SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 259,380.00 0.00% Change from Current BCC Approved Amount Cumulafive Changes $ 0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change,and Rationale for the Change Notice to Proceed 10/23/2012 Original 9/30/2016 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. Make changes to the current agreement to: a.condense MyGuide to Health Partners Report, b.Remove the requirement to provide printed MyHealth Reports in the mail directly to employees,c.Lowered Unit Cost of Program Description and Fees (Overall cost to provide services are projected to remain the same as the usage of services is expected to increase based on the amount of employees),and expand description of services provided in Amendment No.2 of items 1 through 7. 2. This is the third year of this contract and needs have changed since the inception of this agreement.Staff wishes to simplify Group Health Plan qualifiers by eliminating the requirement to complete the personal health report.Apart from the objective lab values presented in the report, much of information provided is subjective in nature and not of great value. If approved,members will no longer have to complete the report,eliminating one step in the qualifying process. Rather,they will schedule their blood draw and the results will be sent directly to the Health Advocate(Community Health Partners).At that time,they will proceed to their meeting with the Health Advocate, if necessary.The new report will only compare objective lab values from year to year to assess progress.This change order does not significantly change the essence of the agreement, rather it streamlines the delivery of services and simplifies the qualifying process for the member while reducing overall program cost. 3. If this change is not processed,the County will pay for unneeded products and services at a higher rate. Prepared by: '.,- "---`— Date: `T'/ierVr (P *le Manager Name and Division) Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same 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 Professi na°Lgi5���19��� $�?Fof or related to the change set forth herein, including claims for impact and delay costs. gtAkt,Vt, b 151/41'bin, 9/27/2015 Accepted by: 7 us.. actor Date: (Contr �ndor/Consultant/Design Professional and Name of Firm, if project applicable) Approved by: A Date: (Desk Professih'nal and Jame of Firm,if project applicable) q(;i" Date: '/ /30 I i 5 proved b ., �� (Proourement"Professioal) (Divisions who may uire addrtional signatures may Y re 9 9 Y include on separate sheet.) Revised:10/28/2014 Packet Page-1353- 11/10/2015 16.E.4. AMENDMENT NO. 1 OF MASTER SERVICE AGREEMENT FOR BLUEPRINT FOR WELLNESS SERVICES BETWEEN COLLIER COUNTY GOVERNMENT AND QUEST DIAGNOSTICS CLINICAL LABORATORIES, INC. (Contract No. 12-5813) THIS AMENDMENT NO. 1 is retroactively approved and effective as of the 15th day of October 2013 by and between Quest Diagnostics Clinical Laboratories, Inc., with a principal place of business located at 10101 Renner Blvd Lenexa KS 66209 ("Quest Diagnostics"), and Collier County Government with a principal place of business located at 3311 East Tamiami Trail, Naples, FL 34112. WHEREAS, the parties have previously entered into an Agreement on the 23rd day of October 2012 for the performance of Blueprint for Wellness Services (the"Master Agreement"); and WHEREAS, the parties, by this Amendment No. 1, desire to amend the Master Agreement to (1) modify the Laboratory Test Panel to include the correct laboratory test panel and the Serum Cotinine Lab Test as a separate lab test panel and to include the Lipid and Hemoglobin Al c Retest Program. NOW, THEREFORE, for and in consideration of the covenants and agreements made herein and of the mutual benefits occasioned by the terms of this Amendment No. 1, the presence of which are mutually acknowledged and confessed, the parties each agree as follows: 1. The Laboratory Test Panel section in the Master Agreement shall be changed to read as follows: Main Screening Program: Comprehensive Panel (Collier • Gov) 329334-total cholesterol, HDL, calculated LDL, Triglycerides, calculated cholesterol/HDL ratio, TSH and Free T4, BUN, Creatinine, Bun/Creatinine ratio, calcium, albumin,total protein, globulin, A/G ratio, alkaline phosphatase,ALT, AST,total and direct bilirubin, GGT, Laboratory Tests Included Glucose, Hemoglobin A1c, chloride, potassium, sodium, iron (List Panels,any specific tests or restrictions) TIBC, Iron/TIBC, % Saturation, Ferritin, CBC Hemogram, Serum Cotinine (eReq): Cotinine,Serum 58845 Cotinine Retest: Cotinine, Urine 58860 Hemoglogin A1c Retest: Hemoglobin A2c w/eAG 16802 Lipid Panel Retest: Fasting Lipid Screen 14852 Lipid Panel and Hemoglobin A1c Retest: Hemoglobin A2c ,w/eAG 16802 and Fasting Lipid Screen 14852 All other terms of the Master Agreement, including the Attachment(s) thereto, not specifically modified by this Amendment, remain in full force and effect. In the event of a conflict between the terms of this Amendment and the Master Agreement, the terms of this Amendment shall prevail. QUEST DIAGNOSTICS CLINICAL LABORATORIES, INC. COLLIER COUNTY GOVERNMENT By: By: Print Name: Steve Burton Print Name: Joanne Markiewicz Title: Gen. Mgr., General Health&Wellness Title: Director of Procurement Services Division Date: Date: Approved as to Form and Legality: ssistant County Attorney Packet Page-1354- 0 11/10/2015 16.E.4. AMENDMENT NO. 2 OF MASTER SERVICE AGREEMENT FOR BLUEPRINT FOR WELLNESS SERVICES BETWEEN COLLIER COUNTY GOVERNMENT AND QUEST DIAGNOSTICS CLINICAL LABORATORIES, INC. (Contract No. 12-5813) THIS AMENDMENT NO. 2 is effective as of the day of , 2015 by and between Quest Diagnostics Clinical Laboratories, Inc., with a principal place of business located at 10101 Renner Blvd, Lenexa, KS 66219 ("Quest Diagnostics"), and Collier County Government with a principal place of business located at 3311 East Tamiami Trail, Naples FL 34112 ("Customer") WHEREAS, the parties have previously entered into a Master Service Agreement (Contract No. 12-5813) for Blueprint for Wellness Services on the 23rd day of October, 2012 for the performance of Blueprint for Wellness biometric screening services, as amended by Amendment No. 1 effective October 15, 2013, (collectively,the"Agreement"). WHEREAS, the parties, by this Amendment No. 2, desire to amend certain terms and condition of the Agreement as set forth below: NOW, THEREFORE, for and in consideration of the covenants and agreements made herein and of the mutual benefits occasioned by the terms of this Amendment No. 2, the presence of which are mutually acknowledged and confessed,the parties each agree as follows: 1. The section titled"Program Dates" shall be deleted in its entirety and replaced with a new section titled "Program Dates"to read as follows: Program Dates Main Screening Program(onsite events and PSCs) Program (Registration) opens: November 1, 2015 Program Closes: September 30, 2016 First Event: January 2016 Last Day to visit PSC: September 30, 2016 Retest Screening Programs(PSCs) Program (Registration) opens: July 2016 Program Closes: September 30, 2016 2. The section titled "Services Requested" shall be deleted in its entirety and replaced with a new section titled "Services Requested"to read as follows: Services Requested (modules and pricing, Main Screening Program: below) • Blueprint for Wellness MyGuide to NOTE: Standard Quest Diagnostics e-req used Health unless special exception requested and • Online participant registration approved. and scheduling • Onsite venipuncture collections at client-designated locations nationwhide (minimum of 20 participants required per event) • Offsite venipuncture collections at Quest Diagnostics Patient Service Centers (PSCs) nationwide Page 1 of 8 0 Packet Page -1355- 11/10/2015 16.E.4. f f with easy electronic orders and online test confirmations (no participant minimum) • Biometric measurements— height,weight, blood pressure, BMI, waist circumference, hip circumference,waist/hip ratio for all participants • Customized laboratory solution defined below • Physician medical oversight, including outbound calls to employees with medically actionable values • OurCompany Profile and data analytics to share aggregated, population-level results • Printed MyGuide to Health Reports bulked shipped to Community Health Partners • FTP Transmission of MyGuide to Health Reports (PDF) delivered to Community Health Partners Hemoglobin A1c Retest Program: • Online participant registration and scheduling • Offsite venipuncture collections at Quest Diagnostics Patient Service Centers (PSCs) nationwide with easy electronic orders and online test confirmations (no participant minimum) • Customized laboratory solution defined below • Physician medical oversight, including outbound calls to employees with medically actionable values Lipid Panel Retest Program: • Online participant registration and scheduling • Offsite venipuncture collections at Quest Diagnostics Patient Service Centers (PSCs) nationwide with easy electronic orders and online test confirmations (no participant minimum) • Customized laboratory solution defined below • Physician medical oversight, including outbound calls to Page 2 of 8 CA Packet Page-1356- 11/10/2015 16.E.4. employees with medically actionable values Serum Cotinine Retest Program: • Online participant registration and scheduling • Offsite venipuncture collections at Quest Diagnostics Patient Service Centers (PSCs) nationwide with easy electronic orders and online test confirmations (no participant minimum) • Customized laboratory solution defined below • • Physician medical oversight, including outbound calls to employees with medically actionable values Lipid Panel&Hemoglobin A1c Retest Program: • Online participant registration and scheduling • Offsite venipuncture collections at Quest Diagnostics Patient Service Centers (PSCs) nationwide with easy electronic orders and online test confirmations (no participant minimum) • Customized laboratory solution defined below • Physician medical oversight, including outbound calls to employees with medically actionable values 3. The section titled "Laboratory Tests Included" shall be in its entirety and replaced with a new section titled "Laboratory Tests Included"to read as follows: Laboratory Tests Included(List Panels, any Main Screening Program:Comprehensive specific tests or restrictions) Panel (Collier Gov 2010 Comp 320780) Cotinine Retest:Serum Cotinine 58845 Hemoglobin Al c Retest: Hemoglobin Al c w/eAG 16802 Lipid Panel Retest: Fasting Lipid Screen 14852 Lipid Panel and Hemoglobin Al c Retest: Fasting Lipid Screen 14852 and Hemoglobin Al c w/eAG 16802 Page 3 of 8 Packet Page-1357- 11/10/2015 16.E.4. 4. The section titled "Biometric Measurements Data Requested" shall be deleted in its entirety and replaced with a new section titled "Biometric Measurements Data Requested"to read as follows: Biometric Measurements Data Requested Main Screening Program Only.Bio (Ht, Wt, BP) 19694 Bio (Wst, Hip) 16355 (Height, Weight, Blood Pressure, BMI, Waist Circumference, Hip Circumference, Waist/Hip Ratio) 5. The section titled "Participant Reporting" shall be deleted in its entirety and replaced with a new section titled "Participant Reporting"to read as follows: Participant Reporting *All programs include Online, English version. Select Associated Features of Report Select Custom Cover • Bulk Ship Paper which Reporting Metabolic Letter,Custom Report to report Modalities Syndrome Resources and Community health Included Customization Partners Guide • Transmission of individual prticil.7:3r7t MyGuide Paper and Online Yes;Waist Customization MyGuide Report to Health Circumference Guide PDF delivered to Commtl17ity Health Partners via FTP 6. The section titled "Program Description and Fees" shall be deleted in its entirety and replaced with a new section titled "Program Description and Fees"to read as follows: Program Description and Fees Main Screening Program: MyGuide to Health Profile w/Comprehensive Panel and biometrics $128.00 per participant • October 1, 2015— September 30, 2016 • Onsite Events &Patient Service Centers • FTP transmission of MyGuide to Health participant reports(PDF) to Community Health Partners • Printed MyGuide to Health participant reports bulk shipped to Community Health Partners Serum Cotinine Retest $43.50 per participant • October 1, 2015— September 20, 2016 • Patient Service Centers and Med Centers Only • MyTest Profile Report(printed and online) Hemoglobin A1c Retest: $27.00 per participant • October 1, 2015— September 20, 2016 • Patient Service Centers and Med Centers Only • MyTest Profile Report(printed and online) Lipid Panel Retest: $ 38.81 per participant • October 1, 2015— September 20, 2016 • Patient Service Centers and Med Centers Only • MyTest Profile Report(printed and online) Lipid Panel and Hemoglobin Al c Retest: $65.81 per participant • October 1, 2015— September 20, 2016 • Patient Service Centers and Med Centers Only • MyTest Profile Report(printed and online) Page 4 of 8 Packet Page-1358- 11/10/2015 16.E.4. Physician Results Forms (Hemoglobin A1c Retest and Lipid Panel Retest) $ 19,00 per participant See attachment L for additional terms MyTest Profile Report(printed and online) 7. Attachment C, Blueprint for Wellness DataLink shall be deleted in its entirety and replaced with a new Attachment C, Blueprint for Wellness DataLink," which is attached hereto and incorporated herein by reference. Executed on the dates set forth below by duly authorized representatives of the parties. QUEST DIAGNOSTICS CLINICAL COLLIER COUNTY GOVERNMENT LABORATORIES, INC. By: By: Print Name: Steven L. Burton Print Name: Joanne Markiewicz Title: Gen. Mgr., General Health &Wellness Title: Director of Procurement Services Division Date: Date: proved as to Form and Legality: ssistant County Attorney Page 5 of 8 Packet Page -1359- 11/10/2015 16.E.4. ATTACHMENT C Blueprint for Wellness DataLinkTM Customer Name!Account#(s) Collier County Government 97560562, 97561098, 97561109 Blueprint for Wellness DataLink Flexible data interfaces and data file transfer options offered to link clients with key health partners to help achieve their wellness program goals and objectives. Request to transmit identified Personal Health Information (PHI) Customer has directed Quest Diagnostics to release participant test results or other identifiable health information (the "Data") to a third party, including, by way of example, Customer's Group Health Plan, third party disease management vendor, or wellness provider("Authorized Third Party/'). Data will be provided in one or more files, format and frequency to be mutually agreed upon. As part of Customer's direction to Quest Diagnostics to send Data to an Authorized Third Party, Customer represents and warrants that (i) it will maintain the confidentiality of the Data as required by HIPAA, (ii) has provided the appropriate notice to participants in Customer's HIPAA Notice of Privacy Practices (the"Notice") to allow such third party disclosure, and the disclosure of the Data is consistent with the Notice, (iii) access to the Data by Customer's Authorized Third Party will be limited to only those persons who require access to the Data for the proper performance of their duties, (iv) any Authorized Third Party receiving the Data per Customer's request is a HIPAA- compliant"Business Associate"of Customer, (v) the Data as presented in these files will not be used by Customer or its Authorized Third Party for healthcare treatment purposes, as the Data provided is not in the form of a regulatory mandated laboratory report; and (vi) in no event may Customer or the Authorized Third Party receiving the Data use the Data in a way that places Quest Diagnostics at a commercial disadvantage, such as by providing the Data to Quest Diagnostics competitors or by using the Data to populate a physician desktop management system (also referred to as Electronic Medical Records or Electronic Health Records). Customer acknowledges that Quest Diagnostics does not control the final output of how the Customer, or Authorized Third Party, presents and utilizes the Data, and that Customer is solely responsible for the uses of Data by its Authorized Third Party. Customer shall defend, indemnify and hold harmless Quest Diagnostics (including its employees, directors, officers and agents) for claims of any nature associated with the use of the Data for purposes that are identified as being prohibited under this Agreement, including without limitation the use of the Data for healthcare treatment purposes. Nothing in this Attachment precludes a participant from providing a copy of their Blueprint for Wellness report to their physician, or requesting that Blueprint for Wellness do so on their behalf, and use of that report for TPO purposes. "TPO" means Treatment, Payment and Healthcare Operations. For the avoidance of doubt, Customer, as well as any Authorized Third Party, may not sell or otherwise commercialize the Data. Page 6 of8 eA Packet Page -1360- 11/10/2015 16.E.4. Scope of Services Requested: • Customer requests Standardized data transmission(s) to Business Associate(s) identified below via secured FTP. ❑ Single Standardized data feed per program, is provided at No-Charge. In the Interface Request below, Standard CSV, Standard HL7 and Custom HL7 formats are all considered Quest Diagnostics standardized interface formats. ❑ Additional Standard data feed(s), charged at a rate of$3,500 per feed • Customer requests Custom data transmission(s) to Business Associate(s) identified below via secured FTP. ❑ Each Custom Report will be charged at a rate of$5,000 per feed, plus a development fee quoted at a rate of$200/hour based on specifications DataLink Additional Terms of Service: 1. Thirty days are needed to set up a Standardized data feed. 2. Setup time required for a Custom Report is generally longer than for a Standardized feed, and is quoted with the devebpment fee. 3. Custom Reports can only be provided at the end of the program;transmissions may not occur during the program. 4. If interfaces have previously been designed for a targeted health partner,the turnaround for a new feed is approximately half. 5. Data collected from venipuncture screenings is generally transmitted to third parties two- to-five days following collection. 6. Data collected from alternate sources (Fingerstick, physician result forms or home collection kits for example) is generally transmitted to third parties seven-to-ten days following receipt of results. DataLink Data Interface Request Business Associate Client is Type of Data Information Target Requesting Data Feed for Feed Requested Requested in Data Delivery Charges Feed Date Nightly Co.Name:Community Health Lab Data Partners Service: Health Coaching Address: 851 5th Ave North#201 X Standard CSV E;i`i Naples, FL 34102 X Secured FTP Contact:Jason Donahue Phone/Email: 239.659.7749 donahue • chealthpartners.com = •-=- Business Associate Client is Type of Data Information Target Requesting Data Feed for Feed Requested Requested in Delivery Charges Data Feed Date Page 7 of 8 c� Packet Page-1361- 11/10/2015 16.E.4. MyGuide to Health Nightly Co. Name:Community Health Participant Reports in ° Partners PDF format Service: Health Coaching Address:851 5th Ave North#201 X PDF Format Naples, FL 34102 X Secured FTP Contact:Jason Donahue Phone/Email:239.659.7749 'donahue•chealth•artners.com Printed MyGuide to Nightly Co.Name:Community Health Health Participant Partners Reports mailed to Community Health Service: Health Coaching Partners X Printed Reports Address:851 5th Ave North#201 X USPS P I Naples, FL 34102 Contact:Liz Gomez Phone/Email: I.omez• chealth•artners.com Additional Development Fees hrs. @$200/hr. $ Total Estimated DataLink Charges $0 COLLIER COUNTY GOVERNMENT Quest Diagnostics Clinical Laboratories, Inc., a Delaware corporation and a wholly owned subsidiary of Quest Diagnostics Incorporated Print Name: Print Name: Steven L. Burton Title: Title:General Manager, Health & Wellness Date: Date: Page 8 of 8 Packet Page -1362- 11/10/2015 16.E.4. COIL C.014.11tY Procurement Services ; Change Order Form E Contract Modification ❑Work Order Modification ❑Amendment Pro ect#: N/A Contract#: 12-5981 Change#: 1 Purchase Order#: 4500161389 j 12-5981 —"Roadway Paint, Thermoplastic 1 Contractor/Firm Name: McShea Contracting, LLC Contract/Project: Markings&Raised Markers 1 Marlene Messam Transportation Engineering Project Manager Name: Division Name: Original Contract/Work Order Amount #NIA 01/08/13; 11A Original BCC Approval Date; Agenda Item# Current BCC Approved Amount #t L/P 01/08/13; 11A Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount #NIA 1/7/2016 SAP Contract Expiration Date(Master) Dollar Amount of this Change #NVA #NIA Total Change from Original Amount Revised Contract/Work Order Total #NIA #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 I Notice to Proceed wA Original N/A Last Approved N/A Revised Date N/A Date Completion Date Date (includes this change) #of Days Added N/A Select Tasks ®Add new task(s) ❑Delete task(s) ❑Change task(s) El Other(see below) i i Provide a response to the following:1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and i or the additional days added(if requested);2.)why this change was not included in the original contract;and,3.) describe the impact if h this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1 1) An additional installation unit price line item is to be added to Bid#12-5981 as authorized by Exhibit IV, item 1 of the solicitation, This item is to install temporary channelization curbing within the median at the intersection I of US41 and Lely Resort Blvd.US4I is a State Route and the County has agreed to assist the State to enhance the safety of this intersection, The quick curb material being used will be furnished by the Florida Department of Transportation (FDOT). FDOT will deliver the product to the County's Road & Bridge maintenance yard and i the contractor will retrieve it for installation. This is incidental to the striping and pavement marking work to be f i; performed under the bid 12-5981, r l I i c P 2) The material is not being furnished by the Contractor and is only being installed by the contractor to temporarily channelize the median for safety,A unit price for installation only,was not included on the original bid. 3) If this additional unit price for installation is not added to the contract,the contractor will not be able to install the quick curb material furnished by the FDOT. l NO ha Prepared by: Marlene Messam,Transportation Engineering / /ems--- l e '� �' Date: /o/a r7/4S f (Project Manager Name and Division) ' Acceptance of this Change Order shall constitute a modification to c tiitract/work order •entified above and will be subject to all the same terms and conditions as contained in the contract/work order indic led 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 o rel ted to the change set forth herein,including claims for impact and delay costs. r k Accepted b : '='r, � Date: /i,` w:s--- p Y Dan McWilliams,Vice President,McShea Contracting,LLC t l' r • D r P t __ Packet Page-1363- 11/10/2015 16.E.4. 1 rage .4 or 4 r i, ( ', \ �-•i Z Approved by: L,);',- �-_, G r,_ j! -' fJ 1 Date: „ t• i 1 Anthony Khawaja, PA Chief Traffic,0fis. Engr.,Transportation Engineering Division t- Approved by: ;!�__ 1 Date: /0/') ,,1a' Ahn ad, P ivis.on Dire r,Transportation Engineering Division ! �/ Approved - -`;;;;'‘' /` ./ ` -7(.._.' Date: /0.t 4�S./ i ,,,Ni Dip Wikison, RE., De.artment Head,Growth Management Dept. Approved by: A a I./f„d .' 4'/ Date: /D// '- . (Evelyn Colon,P .curement Specialist, Procurement Services Division / 1 u f 3 • t A f' I. v I R r I € i $ Ry4 i [ri 4 i 1 I 1 (Divisions who may require additional signatures may include on separate sheet.) I Revised:1 0128/2 01 4 I I Packet Page-1364- 11/10/2015 16.E.4. t �'. u 'It GROWTH MANAGEMENT DEPARTMENT INTEROFFICE MEMORANDUM DATE: 11/03/2015 TO: David S. Wilkison, P.E., Department Head of Growth Management Department FROM: Marlene Messam, P.E., Principal Project Manager SUBJECT: Change Order for Contract 12-5981to McShea Contracting, LLC. The attached Change Order #1, and Notice to Proceed request are for the median modification at the intersection of US41 and Lely Resort Boulevard. US41 is a state road, and Lely Resort Boulevard is a county maintained roadway. The County in partnership with the Florida Department of Transportation (FDOT) is seeking to enhance the safety of this intersection. The intersection does not currently meet the warrants for a traffic signal:therefore, FDOT and the County have agreed to a temporary channelization of the median. The County, using its contractor, is willing to provide the construction services for installation of the signing, pavement marking and the labor to install the temporary curbing. The FDOT will he providing the material for the temporary curbing. McShea Contracting, LLC has been awarded bid #12-5981 for "Roadway Paint, Thermoplastic Markings & Raised Markers" and will do the work under this contract. Bid #12-5981 does not cover installation as a separate line item. Installation is typically incidental to the bid line items; however, in this case where the FDOT is supplying the material, a change order is needed to address the installation only. cc: Anthony Khawaja,P. E.,Chief Engineer of Traffic Operations Jay Ahmad, P.E., Director of Transportation and Engineering Attachment: 1)Change Order#1),2)Notice to Proceed Packet Page-1365- 11/10/2015 16.E.4. 1 ii II d �� II ) 4 II_ II_ F 1I I I '' W • I1 6 NMI Mt MU j Ii c ',U . k or. 127 f 1 Cf ud.. II c, 0 ♦ 4T J4iVTI1Ar S r % f r / - t ! 1 i I Packet Page-1366- 11/10/2015 16.E.4. gMCS cON a na Date:11103/2015 Lely Resort Blvd Median Modification November 3, 2015 LOCATION:Naples LINE ITEM ITEM UNIT DESCRIPTION QUANTITY UNIT PRICE TOTAL PAVEMENT MARKINGS 8"Solid Yellow,Thermoplastic 404 LF $ 1.7500 $ 707.00 18"Solid Yellow,Thermoplastic 255 LF $ 4.9500 $ 1262.25 Thermoplastic meassages 112 SF $ 5.0000 $ 560.00 Thermoplastic Arrows 34 SF $ 5.0000 $ 170.00 !!!I Thermoplastic Removal 442 SF $ 1.5000 $ 663.00 Installation Of Qwick Kurb(INSTALLATION ONLY-MATERIAL SUPPLIED BY COUNTY) 168 LF $ 17.6726 $ 2,969.00 TOTAL $ 6,331.26 NOTES A) QUOTE IS BASED ON USING THE GRINDING METHOD FOR ALL REMOVAL OF EXISTING/CONFLICTING PAVEMENT MARKINGS. SINCERELY, MCSHEA CONTRACTING DAN MCWILLIAMS MOO:2319 368.5200•Fait 230 308-1085 008 0MR Aye.North•Lehigh fines,FL 33011 nil Equal Opportunity Emit = Packet Page -1367- 16.E.4. e 0: � ,t7 7i .1; Procurement Services """`s~°-Y'-‘ ^4, ---- .- Change Order Form Q Contract Modification 0 Work Order Modification 0 Amendment • Contract#:1 12-5952 Change#: 26 Final Purchase Order#: 4500142952 Project#: 70091 Contractor/Firm Name: Mitchell and Stark Contract/Project: NCWRF ASHT/FET Project Manager Name: Pete Schalt Division Name: Public Utilities Original Contract/Work Order Amount _ $ 6,307,000.00 2112113, 11b Original BCC Approval Date; Agenda Item # ii Current BCC Approved Amount $ 6,058,498.24. 9/8/15; 16813 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 5,902,222.57 8/23/2015 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0 00 -6.42% Total Change from Original Amount Revised Contract/Work Order Total $ 5,902,222.57 -2.58% Change from Current BCC Approved Amount Cumulative Changes $ (404,777.43) 0.00% Change from Current Amount E. Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 3/28/2013 Original 9/19/14 Last Approved 3/26/2015 Revised Date 8/23/2015 Date Completion Date Date (Includes this change) #of Days Added 150 Select Tasks 0 Add new task(s) 0 Delete task(s) 0 Change task(s) E Other(see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested);2.)why this change was not included in the original contract;and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. To get approval from the Board of County Commissioners for the aggrecate of zero dollar time extensions that were administratively performed over the period of February 11,2015 through June 4,2015.The specific changes are as follows (backup attached): • 2/11/2015—Extension of 60 oays, new completion date 5/25/2015 • 5/7/2015—Extension of 30 days, new completion date 6/24/2015 • Of4/2015—Extension of 60 days, new completion date 8/23/2015 2. Staff determined that this change would be required to enable pre-audit efficiency. This change will result in no additional cost to the project. 3. If this change is not processed the Clerks Finance Department will not make final payment to the contractor to close out this completed project. 1,, C -':,"/ r Prepared by j �,j r°� Date: (Pete Schalt PPMD Senior Project Manager) 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 rela ed to the change set forth herein,including claims for impact and delay costs. Accepted by: Date: /0 _ i J1__-- (Mitchell and Stark Approved by: NA Date;: (Design Professional and t' rte of Firm, if project applicable) Approved by ,/�'` + c - ! Date. +' (.{r `) /". (Swale iaa{;Procurement Strategist) = ,, (Divisions who may require additional signatures rosy include on separate sheet.) Revised:10128/2014 Packet Page-1368- Page 2/2 11/10/2015 16.E.4. Change Order#26 Final Contractor: Mitchell&Stark P0:4500142952 Project#70091 Craig Pajer, P C.) Principal Proj )Manager- Planning& Project Mgmt. Division /r fl 1'7( ' u_. --' t O it 5/2015 Tom CF melik, P.E. Division Director- Planning,& Project Management ' / J Beth Johrnfsen Division irector-Wa n stewater ` "; Joe Bellorxe Divisior4Director-Operations Support George Yilmaz, Ph.D. Department Head—Public Utilities Packet Page-1369- 11/10/2015 16.E.4. c o 7 , C ,.-tty Procurement Services I Change Order Form ®Contract Modification 0 Work Order Modification ❑Amendment Contract#:111-5729 I Change#:I 3 jPurchaseOrder#: P/A Project#: . Contractor/Firm Name: Allegiance Contract/Project: 'Titt'id Poi-77-( ttoka (H FOe 1/-edtW(4 ply Project Manager Name: Alice Toppe Risk Management Division Name: Original Contract/Work Order Amount $ 690,976.00 1 • -S Original BCC Approval Date;Agenda Item* Current BCC Approved Amount $ 2,763,904.00 ' AI _ .//, 3 Last BCC Approval Date;Agenda Item# , Current Contract/Work Order Amount $ 2,763,904.00 SAP Contract Expiration Date(Master) Dollar Amount of this Change 0,pp 300.00% Total Change from Original Amount Revised Contract/Work Order Total • $ 2,763,904.00 0,00% Change from Current BCC Approved Amount Cumulative Changes $ 2,072,928.00 0.00% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed hl/� Original NI(p Last Approved ' f,([ Revised Date -Id/A Date + Completion Date (/` - Date (Includes this change) 1 #of Days Added 0 Select Tasks 0 Add new task(s) El Delete task(s) 0 Change task(s) 0 Other(see below) Provide a response to the following:t)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested); 2.)why this change was not Included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. Benefits and Finance have decided to implement the use of a Debit card for employees enrolling in a Medical Flexible Spending Account for 2016. 2. The use of the Debit card has been available since the approval of the original service agreement with Allegiance but not used, 3. A change order to the service agreement is now requested as the monthly fee to admininster the debit card has been reduced from$1.06 to$.25 per card. Total Monthly FSA Service fee will reduce from$5.46 to$4.90 including the electronic payment card services. This change will be a reduction to the overall administration of the Flexible Spending Account. If this change is not processed, County staff will be unable to have the option of using Flexible Spending debit cards, and the County will not recognize the cost savings in reduced FSA service fees. t 1°1 L '5 Prepared by: . �4= Date: (Project Manager Name and D ion) 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 Professoopa ; • g out of or relate to the change set forth herein, including claims for impact and delay costs. / Accepted by: 1 4 L ofes Date: 4814811/5---(Contractor/Vendor/Consultant/Design ofessional and Name of Firm, if project applicable) Approved by: ., ( Date: ( signs rofessiorial and Nme of Firm,if project applicable) )/i / - o ,� Approved by: � . ,� I/ji °�.t��{-� ����PO-1/V\ (Procurement Professional) - Date: ( / (Divisions who may require additional signatures may include on separate sheet.) Revised: 10/28/2014 Packet Page-1370- 11/10/2015 16.E.4. `y9.^�� y�i M 9 'I 6';:': l i c 410.. &Cigna.ComPanY • DEBIT CARD IMPLEMENTATION AGREEMENT This notice is confirmation that Collier County has elected to implement the debt card option for our reimbursement accounts as of January 1,2016. As sponsor/plan administrator of the plan,we understand: • Successful implementation and efficient administration is directly related to employer understanding and support of the process, clear and appropriate employee communications,and timely submission of plan year enrollment. • Each participant will receive two cards;the second card may be signed and used by the spouse or dependent at the discretion of the participant. • Lost and/or stolen cards will be replaced at a cost of $5.00 per set of two. The fee will be deducted from the participant's available FSA balance. • Plan participants will now have two reimbursement options: traditional claim filing and the debit card. IRS regulations require claims be substantiated. • Participants will receive a cardholder agreement. Employees will certify, upon enrollment and through each use of the_card,that they w111 use the card only for eligible expenses, that any expense paid by the card has not been reimbursed nor will the employee seek reimbursement under any other plan. Participants and their spouses will retain• documentation for all expenses for submission to claims processor, • .. Cards will be Inactivated if a plan participant or their spouse does not provide appropriate documentation;and the participant will be required to-reimburse the plan. Unsubstantiated claims not reimbursed by a participant will be charged to the employer as an expense which is offset by the gain realized when the reimbursement is removed from the plan during year-end plan reconciliation. • Employer will have sufficient funds available at all times to cover card transactions. • If the Employer chooses to use a company bank account,a$1.00 ACH Debit Card processing fee will be charged . against the account at the time of set-up. • Employer will inform temiinated employees that the card will be de-activated. The employer is encouraged to collect the card as part of the exit interview. • Please review the limits of the card and choose one of following: ❑ Please use the Allegiance standard co-pays as the auto-approve standard for the debit card. o Please use our actual co-pays as the auto-approve standard(please attach). ALLEGIANCE STANDARD AUTO APPROVE PARAMETERS DESCRIPTION OF SERVICES STANDARD CO-PAYS Medical $5.00 through $1.00.00 in $5,00 increments Prescription $5.00 through $100.00 in $5.00 increments Emergency $5.00 through$200:00 in $5.00 increments Dental $5.00 through$100.00 in $5.00 increments Vision $5.00.through $100.00 in$5.00 increments • Include dependent care use on the debit caed. ❑Yes ❑No i �4\ v "a-c �` PRINTED NAME ;.2fl SIGNED. r � - -,` � DATE. _ - 1, TITLE: -f�F , � �,. 1 � ;proved as to form and legality Assis,3, t C way ttormey Packet Page-1371- C _ 11/10/2015 16.E.4. Procurement Services ...... Cam-Pay AdrruNstrative Services Division Change Order Form i Procurement Services E Contract Modification 0 Work Order Modification ❑Amendment 1 Contract#: 11-5751 vol Change#: A. Purchase Order#: 4500137702 Project#: 51101 LASIP!I Wingsouth/County Barn I Close-out Contractor/Firm Name: ABB, Inc Project Name: Shane Cox Capital Project Planning, Impact Fees &Program Project Manager Name: Department: Management Division Original Contract/Work Order Amount $ 599,148.00 24JUL'12-16A2 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 599,148.001 24JUL'12-16A2 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 599,148.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0,00% Total Change from Original Amount Revised Contract/Work Order Total $ 599,148.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 30AUG'12 Original 24NOV'15 Last Approved 24NOV15 Revised Date 23DEC'16 / Date Completion Date Date (Includes this change) #of Days Added 395 Select Tasks 0 Add new task(s) 0 Delete task(s) 0 Change task(s) ®Other(see below) Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested); 2.)why this change was not included in the original contract;and,3.) describe the impact If this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. • 1) This PO had three different tasks&related NTPs to go with three distinctly different parts of LASIP. We wish to add a time extension of 395 days to the WINGSOUTH task. • 2) Start of construction of Wingsouth was delayed so that this project could qualify for a grant from the SFWMD during fiscal year • 2016. Plans for this project now include a construction start in January of 2016, and the SFWMD has approved the grant. 3) If this change is not processed,assistance&guidance from the Engineer-of-Record/designer during construction would not be possible ,-==..,--,c1 , N :5.. ---t, - ,'-1.sue. 1 t- --, ,-,- L), .� r, ; - <_ . y, I , 1 Prepared by -' �s .-"t`_.. ..__.� ,... Date: /6'/ ,r ,% ,✓ Shane Cox PE, Sr Project Manager i' Capital Project Planning,Impact Fees&Program Management Division Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated in this acceptance, The adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor!Vendor!Consultant/ Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. (Divisions who may require additional signatures may include on separate sheet.) Revised:10/28/2014 Packet Page-1372- mat k 11/10/2015 16.E.4. ft (. a Atxxpttd by: v V / � .r' Date: October 12,2015 D r I W Bnuntta ' President Abnoli, Barber*Bru dage, Inc O�/1 r V 7 �C� Date [O- 1 ( Approved by: Gerald N Kurtz PE, Principal Project Manager , Capital Project Planning, Impact Fees&Program Management Division �v - 1 S`— 1 S-- Approved by: („L G1`l,{'i_ i , (., (.,,LE, i._.. e l Date Amy Pattersbn, Division Director Capital Project Planning, Impact Fees&Program Management Division 0 provAp e ,j"--. / /�f' Date �! l `s Approve �!�• \'. , (✓ David S.Wilkison FE. J Department Head Growth Management Dept I, / i Approved by: • A ./. / Date /°//0//■.c Evelyn Colon,Proc Cement Strategist Procurement Division (Divisions who may require additional signatures may include on separate sheet) Revised:1 012 8/2 01 4 Packet Page-1373-- Amisiosiommormsi 11/10/2015 16.E.4. )n w y • y o = o V m 0 a o G o 0 0 °a LU aE 00 00 0 0 "o v 0 'o "a 43 E U E R Q o o v c a o c E Z O V w g c o a) E wm ci 2 ° o o d c Z. o f Z- y O C 7 — C@ a y CD o f ' >, a Ca C C O O @ > O R L 03 0 O N @ O o N X' o O 'O CO CD O te O O LW v a) a) Ch j @ O y a) o . ' y ,, @ a) L C U N @ @ p E O U d 0 O) N 0 0 0 N co m 0 0 U O V N as L V C O O a o y C 0 O) (A C 8 r 0 0 > 0`n g Q-3 a) a am v o oQ n 0 E 13) ai cc;ce C O , co N 0) 0 O U p N LT_!A L 69 EO O (» c !n C 7 O N y a @ N 0 `m @ 3 •y c o C o moo` a) 0 @ 0 Q w rnm c 0 CC 0 a 0 cm o 3 a 0 N o co E 0 E 00 0 0 0 CO c 0 o@ 00 . L U < [a ON 0 U a) CO- "CI @ to — U w a � CI y E E)a o N y c y ..c m c H o > C O N" C 1A 0 C m 0 p p. ao o CI) ° m rn m , M E o rn U c n E m E N U m cyi m 0 m o � QQ ni °' M c m NH CD- ..1- o a°i U U p N C O co O m U C _ )n c _ y m c ffl O) Vi N as U . to W a) Ca C 0 0 O a)) E @ co ~ a) O a) 'Y o cc Lu (7 C 00 C a) N �NN O 0 N 00 F@- R' C R 7 O as a O U O .o E m O L ill Q U C Q N co In N CO Co n cal c CO- m > .1-- ° E w U '^ N m to m ° W o f O o a U N U3 C C N U O _ a o m cc 2 J A d C O L 0 N O N m 0 Q .0 O C@ c U > 3 c ti o E o c a 6 To, a < O7 U 0 o 0 C O �O O O co- O y 0 m C@ F- m E O O U Y O 3 N Cn n Q 'o N N - CO m 0 CO C Z Q !9 N� ` N 1- 'E 'V (O N Q) O C M 0 EA F@ y to Ca y EA F N p U $ C @ E O C a) O O H a) C O C ca r o . 0 0 .0 3 Na i 11/10/2015 16.E.4. u)W a) C ; N C Co o ° ° 0 j o. d O a up m 0 c 0 E Q ci a O j N O a) O d c m ° C U ''' ON o 0 L O C Q E m J . U W 0) L@ co Z U 'O m O" - O co C >. m O C N 0 °) r r S 0 L aO) Q a) C O >. °. p H p Co c L 'O o N O 0 g H ° O a= O .> O ca p a) - O U m UL. n 2 o o 3 o � o N m a) a3 ° a a) « p y 2 > U -9 O a o N O N N o . c o U 7a U N- 2 O a) a7 O U 0 O O 0 0 O O .O V C O N O -0 if N C V o) O n fl .d N 2 O _ ° a a) Q J N N o D) m C O m N n m N O CO N C E co CO Z C N '0 M L 0 d) m al ° Q co E c m 0 a) r- o D 0) t r-ce V p N C CO O N Q efl L m N CA L EA — Co eA N -c •O C C o a) O Z: O > a Q- E... C —°40 N W C @) LL cow a a U 0 > a c a7 E N t O . p '° 0 O 0 0 0 C O N D 0 co E O o L D a O o 0 L O Q to m N ea N c m » N N.m m N N U L (D . ° .c E C H rn a0 0. CO a N _ « U c a S C co > 0 C O C c N N 0 a w ° 7 C 0 N . m N a0 i v.- v U O 0 m O O 0 • a) 0 co d E co 'O 6 z E m 0) O co M c 0 O) T() .0 Q Q upi O N a) t.. L O N )` '0 Q ua) 2 f76 U U H a N C >, (D N N a1 U) EA N C O N _ co m ca .0 u_ C O I m N 5 co >. E o O . 0 a) y n o a. E E 0_ m °v0 o E ti u) 0 E. E 0 o @ •c n ct C 0 '7 ° d mN aN 7 7 m p K c O Q m C U N 0 cs,2 U 2 W a 0 m O a) O p m m E N z 0 a O 0 a) a) E. 0 Cr) Q a) p H -0 U 0 N a W N N^ > L 0 3 '.g -g- C 0 co ) 0 0 m C C N N m o U L 5 O 0 .c CO a 0 �' a E L N a C U '6 O O 0 � 0 a N O -a C O N > .0 T 0 z 0 g N Q CU > o -c-Y m Q (a N O C 0 0 as O m 0 co '0 O O o m N m .gy E co nC z E a) O m u_ 10 ' m °-' - • ai -• o a o _c N M Q 1A a a) N M u)-02 L. O 0 H N E N m m a - — E n eA 'o eA o c N fO m N o c m m o c ¢ o E a) Pc oc m a)a) = m c a , E P. H ° c c o H d i a — o E E w a) N am 70 ots " m co 0 °- O as O o — -° co °) W m o m = n m c a N a c m v o a @ m n H O Z to C y C O L m m LO a O 0) • U 0 N m C d N m e 0 n N a) N n W L m U ° m y m a N H ° o n a o o Q U E a> > C13 CL CO > O . cal 2 0 a m O m T ° _ 0 0. CD i LaA ti c m 0 0 a) a) L — H w N aE) a j % o N •.0 a co U ° 0, a) 0 -00 0 C � 7 m C a) 0 O d C OC O N) ,n' 0 o a o N 0 -° s.). rp O O Y (p y U N N N c m '0 a) N y C C > � U o E U O n O C = a m LL 0 17 N N m ' O O o m U O m N CO p U a m co U v c m a) 0 C C U U C J 0 N 7 2 �• y0 O �- C m N N J C .,� X (6 Q 'O U E N N O O) m m W C M a a) w 3 E 2 0 E O N L C N Q) C L C a) U Y .L-. C a) >' a:) L 'O Z 0 a > m m E H o c a ° E r c aK 5 . m TD N ` N NO Q > a) �- C 0 Y L @ H L a) Q c co N N m a) N E C) E C p •0 N O O D , u) ci N n CO a) L .G N C N al ZZ01. ZZ m ( _ 'O mQ U * >, , mL .5 * W or c°) it E .>. a o c 0 N LL C p m C a) CO—`000) 0 co M 4- 04.c E ac) p -° am) OD o) 3 '0 '0 c ) L0 o)CC -0 Q m N °)D H ° - ' >a a g C O C R O aN) U m N 0 a a) v) Q 40 co m m N C00 U o m m N¢ 'O E U c OT u' m cn m0 °? V al O L 0 Q C4 L 0 0 '> O � L O co 0 -,. 0c., -= ,--, O N L o 0 .0 > a L/ 00. O z 000 H. N O 2 z U CC CC H n r U Z H > ¢ Z ,— U H H w ¢ In � U � CO H to n — E r m c •C N ci m ai a o 2 0) 0 r ma L rn� mN c'o 0 Lc) co :) m oU L o a�i `vU r ° a t E° � � t w mLUU tLL co @ co a N '- W U o — U m U O L a) 7 O O O a O O O O O L O O EO 0 O O 0) L a 3 N O ; a d L m m O Q Q7 U O p m Z CO I p >3 > N > C 0 > m > "O 0 0 O = "O O E O m O m o > 1-Packet Page-1375- 1 1 1 11/10/2015 16.E.4. { a � I�� m .1 �-4 > Q o o l N ,r. ; �" m °� co N N 1 O 4 rV NI IQ .1 ,1iO Er.w s .--I lD l0 O Q N F.', O N ` �' N 00 N 0 N I LO to 1 Ln Ui 0 e "xN_ O W O Y N I,--I 1i 1 N NN l0 O,w : CO cl I N Nt11 >r..2:-; ..'C%.�' `' U 01 M aa. CY O N O O N-, _ I�11 QI YL YYN.. ax. Zl Q'Q Q QQ1Q < I l0 a:a' cc 1 0C 5 CC w• ,.,it-.,,., - 1 I :O 00 ,w,w wlw'ww: i �i 222222IQZ ��� �� o Io �I <,« Q:Q:QI� < Z w 'QI :0:0 0 010110: 0 �rr > �� �' O'O O 0I010IZI w w w j" . Q N Z Z Z Z Z Z 01= 0 0 > ,�, N w o Oi0 O 0'010 O 0 0 w i',--1 ^L#i r'l� w K 0 'O 2:2j212:22 ` J U 0 vl 1u1 1-.., 2Iz z:-C-2.lz u 0 10 0 Oy ' �.- Z w w o'Q :0 _ O'�O 001010 O a 1 1w w Q > H O J J J J J J J v1 o 10_ O_ F- Q t7 Uo 0!0 0 0110 0 0 n :> > > ,,,-0,,,,,d,ti;i' < Z N O 1 0 100 U 1 0 U U 0 U U w C I_ I_ us u w Q x o F- o1a a a a.10_ a a I- du U 2 Z Q z a d m1o'o 0 0l0 0 0 o Iz z lz " , 0 < = Q w 0 p�,w,w w Lu w Lu 0 I� 7, .� ,4•-,,,'.. - -4, Z Z ,UI as 00Z ° Z2222222i , ? o Q Q o, :wl0 '^ 0101010 0.010 Oo °o oo loo � ZO�I O 3 Q1,a a�Z Dio 0 0110,0 0 ' Iv aia alit/ N Q u L.) a '3 21'z = U N''N N N i N i N N 13,1 O c- O 0 11 0 N O O -i_o1 a m ni,m,o w w'm��m m mllmlmlm o rn `n 0 = O - x o 0 =I01 UI a' .1 ,1 O� F 2Iul.n r ¢z,. > > . .1. > > w 0 w O wl= .,r" a .: 00 C � ,� OO olwla 9IU'01010 OIO10 O = <110 010 O'O v a > > >; g a co _,= a n�l0 0F0 0 0 0 U U 0Iu a1U a1U O ,--I �' t Q N x d N l� O OM ,N-I 0011 001 Cj :r 00 ri O 01 O 2 1 19 .-1 O M lD 01 01 Ol k.gr a; M Tr PI N t!1 0 O..1� O lO o I to�l0 0:00 01 UI 0 0 0 01 �--� {� S Ty N d' N N O 0 0 0 0 1 0 N 1 0 1 0 0 010.o N O 0 O . 4J ` t Q) '3 # e~-I .1 O O N 0 O O'0 O 0 00:00 100 00 00'00 01 O O O I N a e Z 011 01 01 01' O O I o,en O 0 N:a N N I r I C r C n O O o en 4) ''''C''''e' a 01 01 1 01 01 N .-I ,1 1 0 U O N N N N'N I N CO .1 U ,•C O OI O O H U 01010 U O-F- F- F- F-1F :F- H U 0 UIH >, N r O O� O O U. U UIUIN U N L)0 U U U I U U U U U cu p N a� o ,1 I 01 CO 00 01 01'.-I CO CO it) (.0 100 01 0 ,-I a l w CO a1 O ..O , 'UK `d �V r" 0 N I N N UI CO M al:NO'1.01 N co rn l UI1 UI1 UI UUI UUiI N M' 000 00 N V , {,�e r 3k' O N F4 04 M V ,1 M 100 N N l0'l0 I l0 C0 l0 1.0 I l0 Ch UI to en LI1 ,r O.^ 5 ,+`' "1 ,-I '-I .-4 ,- 1 .-1 0 0:.-1 0 0 0 0 0'0'0 O O N: N N N N f4 .--1 vi' !< Q �,�.xe I O 8' O O O O O O'O10 OIO O 0 8'88'8 O1' O 8 - Fi 0 n�.r r.e, c F� M M M M T 1 m rn 1 rn rn M rn M rn 1 rn M M en rn nil M rn rn 11 1 i 1 1 CI NT -' : Q) Ya C. £ in DtU ' 7 E ,.,,„t 1, •+ to LA to u1 t/1 l0 O N O 1 0 1 0 O 11 O O I O O O M en M en en Q N W 'O '" O Oj OI O O. en V Ien HIN T-I 2I th M m..m..m N N 1- NIN i y.+ -,n .ra{.J d ,- . ,"I •-1 , I .-4 I en N'M O O O l0 1 O l0'l0 i O O l0 l0 i l0 l0 I t0 v+ O o: O O O' 00 N 110 1.1 ,1 .--1 en u) en en'%.0 1 r'n en R1 1 en en 1 en ) Q : i.. ,-I ,1 N 11 '-I 1 09 N I UI Ln Ln Ln l0 i l0 l0 l0 110 1 10 I l0 l0: l0 l0 l0 ._ ---- - ,-- ---- H1 _ I rl I.1 .-i a-I! a-i e� ri V) 0) F is N N N N N-_- ___4 if to t/1 UI 1 ,1 ,1 ,1 _a- _ ys't,0: 1 0 O O O 1 $4 , J _ t/1 K 1 �� K 0 °- 2 Q1Q '1„;,fl'` e r w w! w 1 w w cc 0 Q 1 DID D f Ig Z Z Z Z Z < Z J w w 1 w a « O a 0 O l Uk gxa�, O O O O O J� J wIww.22121212212 2! 2 22 71` = + w w' w w w1 w _ > wlwl,w 2 MIZ12 1.Z1= = = = = rt rte 00 00 00 00 00 x <,<i< Q'I < QQ ;„s �'. w w w w w I 0 Z a ZIIZ1Z > >1>- >I>1> > >I > >1> ' 0 01, 0 O O1 2 , m:w wI� Q Q:Q Q1' ,« Q■ Q QQ � x 0.' c c c v v a) a) c v *�` &' t 't7'`. E E E eo E -to a) 1 N N O 1 0) a) C ,- . . -` ` 0 a a v 0. E _o I oh E E E 7 FE : O o a x -0 "a -0 a�� -O u v 'D 0o. Oo 0o d °`,�`` O co �O C O Y 1 v C C C v o) a) v v' a) v v a) 0) 1, v IV� v o m m m o o' g -0la a ID la .01n SD I 1m .0 o 0 o E o 0 0_ IY RS CO m m m f CO 4744.4C,,__,I,aWIIS7rACXX'I .2 } u o o u1 ul u v v v vi v vj a a`) v v v = z 1) m g ,m r v v g g g o o 0 0' 01 0 0 0 Cl- 0 1 0 +0, t : 10 -t o m v1-0 1 E no 1 -01w'... w: c1 c c OII c! c 01 c c c 1 c v -o c E -a I m o o `m v vI-, - 7 - - 7 7 - � .` V U U uI U V - u u C C c c C C C C C C 1 C C C ' C C C "pr v; a) f9 a1 0 o t/ 6 Y E' - 0 O 0 1 v a1 a) v l v al .. v v v v �', 0. 0 0_ 010_ 0 d 0. o 2) E. 7±. YIY Y YfYY Y Y Y Y iY v v v c E v u o w: E: 0 0 01212 O O 21212 0 0 2 2 2 1# 1€ : 00 0. 00 0_ 00 n.1 a . 00 0.I 1) 3 '='I U I Z Z Z I a0 0 1 00 00 1 00 00 00 00 1'1 00 00 00 � )- -a I-o -0 -o v I-0 I - �'' n''r'. > > > > > 1 > a) a) 0) a) 0) p3;.w"` O 2 O 2 O 12 V U u U U D-1 Q !Z C.'. al Q O_ Q 0- Q 1 O.. "y � U) Y` vYi N in h i i >- �.'. o U U, ` [` @ r0 I r` r0 CO r0 CO r0 .�: �. o 0 0 o Packet Page-1376-r 00 00 UI in In UI v), U I U I Ui 11/10/2015 16.E.4. Co m ' z t 4 0 N' s ° l Z j Co co o y� Co w N� N� '"b 4 ' �` Co 2'C m 1 Co U 4 y. k Ms . 0 ti l 0 l , S ,. ,,... 0. 0_ 71 dew U a _ C7 c C7 c h , 3i z U Z A A-:.. Co Z >a Z x w 0 o'O w` z Q2 K mot: 27, LT, 2 z o O � z K z O 0 o_a F-:O LL o w 1 O - Rm � r ao 10, m1 � I I,- u-, U W IW U '�k W \ q 5 0O" "^ K'U [p �I U m W O N H d IH OI N! O 9 i 210 U �r .a 0_, f �O -F" i j o QN '", j oNO 00 ''T VN1 Co m 0 01 I 0 ct ` t.F � al C R # oil 0 o 1 m l 0 0 } _ Lr1 O Ni 0i Ow.O '�: O m O H. U O + f✓^--t�.rm V' ,' Ni uItIN U1 u� U in u1 ..r m N r1 N O v o -6 , ,A.' q4T C yk' Co ONO r�-I! Co.Co 11 � U c u') s a+ y4 #. 0) f° rl CaaLQ `� 0 0I0�, 0i0 00 O , :r 1 .7,,,',.k' m m m mlm m (O NI U0 N n %). n,..j ''rsj Q 0 0 U 0 �# f 0 0 Co Q Q) ? -aJ O ' N! m m m 1 ;„-:.1,•�rr4.,'S e ,X m 1 N V ^n�10s - C'C�, K �I Y asap : Q'' wlwl w 01 0 o �I X12 2 O ' $313; O1 �l� t Yi + "� t7 . 3"`4-P` 1-'I 0 0'1 O,[0 w LA J ' r 2 I al 0 o I 1, 11 }v.4 ry, "- , y 41 N ., .„.,rQ' 1w � O1 N c +�+•1 -'0 7&s, E E E v ya .S '#� e O1 I O 0 �-i1 +m+ asr 0 '-.41'*. N u u O, O -- ,a ,_ 1 io • 3 m m m < c .' c c Q nj iatA o =! O o , > 4 � � .� o l 0 vl� 0 : � �� z: o E X U o - ai y'k" -o a+ N u -o O C Y O QI V t ' ' +C' : O,'E N c t ^ r% . ` ° m o„ ,; a 0 C r'`' w�c �, -. �_ CO v �, Packet Page-1377