Loading...
Agenda 02/11/2014 Item #16E3 2/11/2014 16.E.3. EXECUTIVE SUMMARY Recommendation to accept reports and ratify staff-approved change orders and changes to work orders. OBJECTIVE: To enable the Board to oversee the execution of administrative change orders and changes to work orders and promote accountability in the use of staff authority. CONSIDERATIONS: On April 22, 2003, the Board approved a recommendation to implement a plan to enable changes to BCC-approved contracts of not greater than 10 percent of the current Board approved amount or$10,000 (whichever is greater) to be authorized by staff. Also included in the report are changes to Work Orders. These include work orders issued under CCNA Contracts that are less than or equal to $200,000 and changes to work orders for all other contracts that are not greater than 10 percent of the current Board Approved amount or $100,000 (whichever is greater). The new Purchasing Ordinance 2013-69, approved by the Board on December 10, 2013 as agenda item 17.J, also provides for the reporting of contract and work order changes (Section 19.C). The Administrative report identifies the percentage changes to contracts or work orders that have occurred since the prior BCC approved amount which are below the threshold limits as referenced above. The plan calls for staff to submit a monthly report listing these change orders from the previous reporting period. Enclosed is the monthly report of the Administrative Change Orders and Administrative Changes to Work Orders. These reports cover the period of December 13, 2013 to January 15, 2014. FISCAL IMPACT: The net total for 8 changes to contracts is a deductive $31,039.50. The net total for 1 change to work orders is $0.00. LEGAL CONSIDERATIONS: This item raises no legal issues and requires majority vote for approval. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: That the Board of County Commissioners accepts the enclosed Administrative Change Orders Report and Administrative Changes to Work Orders Report and ratifies the listed change orders and changes to work orders. PREPARED BY: Diana DeLeon, CPPB, Contracts Technician, Purchasing Department Packet Page-704- 2/11/2014 16.E.3. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.3. Item Summary: Recommendation to accept reports and ratify staff-approved change orders and changes to work orders. Meeting Date: 2/11/2014 Prepared By Name: DeLeonDiana Title: Contracts Technician, Purchasing 1/17/2014 2:33:41 PM Submitted by Title: Contracts Technician, Purchasing Name: DeLeonDiana 1/17/2014 2:33:42 PM Approved By Name: pochopinpat Title:Administrative Assistant,Facilities Management Date: 1/17/2014 2:50:43 PM Name: DeLeonDiana Title: Contracts Technician,Purchasing Date: 1/17/2014 3:33:41 PM Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 1/17/2014 3:41:46 PM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 1/17/2014 4:59:01 PM Name:PriceLen Packet Page-705- 2/11/2014 16.E.3. Title:Administrator, Administrative Services Date: 1/27/2014 3:22:59 PM Name: KlatzkowJeff Title: County Attorney Date: 1/29/2014 11:46:09 AM Name: PryorCheryl Title: Management/Budget Analyst, Senior,Office of Manag Date: 1/30/2014 2:12:58 PM Name: OchsLeo Title: County Manager, County Managers Office Date:2/4/2014 9:42:17 AM. Packet Page-706- 2/11/2014 16.E.3. W o N C a7 T .O ) N O) c > al > 'O d O C T n o e m o e c c °1 o O ea 7 a o 0) c o o CO a) O O C U U E co O = O > cV G) a) ° - Q cV 0 C+ G la t/ a C LL m e O V M a) a) ' '� > O 4' nt m a 3 ..- CO o m o O O c a) t 0 2 CV a a) a cm s °' c p m o ac) N C ass L a) O 7 O N ° > o l6 L V M O O O O rn N 'C o N o C1 CO O N O r0 Ci 7 O a d U m w O a) ° W C 7 E o M C la a)i O c la 0) O N U j Co C O N 0) ° c o m 3 o L V C a) o_ N ° C (V -_O c o ca E O sr) fa N 8 O l0 co co f0 co y co" C O o a) co N a) CO Q a) V' a) c n V7 .3 N 7 V N C9 E Co N a) _- y N a)1-3 eo O` M a) 4' ' U E ' N c N C l0 C a w 0 f2 c O O N C O U 2 0 ° E v E ° . 0 3 v y °o w O O M L O < . 7 f9 n 69 O C CO O a7 U N a N .9 N U O 7 49- a) O a7 fA E C N O 0 .S.4. C c D r 0 _O O ca H 9 O o c O U c > O O co . ° O C L O a7 O C rn u- N ° C) Co N E Co ED. 0. r r N ° °o f6 M Eci Co E O C N a) 0 Co G. E N H a O Ql O r N C 0, I V V N M N Co C N Cl) M ca . N a) d CO as O 449 0 f9 C 2 a) f O W Z 1a a) a a) ° a) v, w a m U O C 7 m Q N O E W 0) ` N C O a) C 2 2 ° o o F, ._ o - U °— 00 r) o -0 Co E o ° Co c CW7 O o ¢ M o N co- o a) Co m r0. C') N U O a m co N N V N a) co O N LL a) C _ a) 7 69 N 0 0] f9 0 O as O L c @ :n a m 7 0 o a a co o W o v E O Cis m d o of -o Co a) o o co ag O Ea C U > O { co N Y o a) M N Ti 00 .0 a)'Fa Z .— co E N N O ? O 0 N O N O N .a O 0] Q CL w LL7 '00 Co o N LL m a) N O CO L 49 .9 N 0- 69 O , , y 9 N '9 0 0) O U V m c f6 E E 0 o C m C C L > N N "O' U a ' m N u 5_ 6 Q 0)° w 7 a) C) o E g Ec0 _ y c C 2 m N g c 2U 3r 'C FU 0 0 as c y o o --co' y o 0 0 0 ~ Y 3 ~ a 0 0 f6 r y < o ~ o m o U Q N oa g'E, a o 3c o �c C o 7 9 c v o)m ., c) t a) a) N 2 .2 2 o o) o a) > E 7 0 w6 7 C O `° -c c CO C o .c > L 7 t0 E c W a) c m a) N m E a) co E M � V C y 7 co O .0 a m 0 Co a) a) O 7 N LO a C C O C U ) O N as > M E m w c 0_ U .N c 4'S Q a a) aa0 a a.. I- C O m w ra o —° a) 3 m `° g o _ o 4N a)� a) g c CC Z CO 2 - E N O U) C O 0 N a C 0 c c c 6 C cm 0 03 C r O la a Q 0 0 a) 7 '— a) a) F,), CO ' E N N c ci m w a) ° y Q p u R o O Z A Q t0 N 7 _ c 0 0 M 0 O m « C 0 4.' M 0 C a' N Z Z 0 a) Z a7 ° r` a) U a a) c U C9 N a) ` fa c M a) E ti N C N N 00 Co 0 2 .O t0 m L. u rn o a w a) a 0, 'o o' R m m o rn o) . a a m m g co w a) C o-c co c O Si cf i up ca c O C 2 C cn cCa C 0 Ea Q Co a) 7 O Q ° )n 8 1] N c,-,3, a) ,„-,c) g } m N Q1 O L a3 01 M r 0 O7 N O O r 0 0 N r O 0 O OO .0 7 O C O M N r Y c O O > 0_ U U 0_ wr � UU ? H a2, < Co 0 H � zr- UF- H W 1n ,- U0- I- C xM .- U2w F- a m d 'E d d d C g Q o 0 c a) C co t -et C 0 0 C O a ` Z O a i O m c C 0 < O a L L = C r r in- Y L O w r O 0 . T o N 15- r O O O O O O L O O D o 3 3 3 Ui > 0 2 d C a) a) y d � d m t al G C a) Z .- N N> > > °- Co O 1° > N > - O N 0 O a O C a) O o Packet Page-707- 2/11/2014 16.E.3. c N C d _ `m•O V lii N° i� c o c °o' a m> N m N �a• m 3 a E y ae''i m Q O '8 y 'O^ O = c - d C N O a c 0, C d C .� LL m C ea G7 c la y o m e H y d a d .0 O 0 CO 0 V w O o rn U o 0 C N V > E 0 o e 0 w Q CQ d C t . o m m l O C to Q Er) O _C m d d 7 O N D co 3 b ° co m> co o y o d O Q V) Q N. y'a 69 N y3 7 .g cri co ^ N j m ° C U E° f m o ' « CT 0 m o @ y uC o d o E U en 0 m m n a o C o W N C Q O 0. U F- U R O L 'p N K p U y - N c c -- U U UN m N $ d F N d o G• o LL O j G 0 c o O -0 •0 O C fc O C rn as ; o m ° 6 N To .2)Lr)a 0 N N 'y C m o N` E co m m 0) 43 c 72.'S O as m-EL OUw in E da c CO av y @ a m v ° L o ai es U m N 'O .c -0 N c a� EcNc w O -0 8 co CC O m la C o E o ° -° o Co 0 a) H 0 m m m W O 'a o .° O L U O d A O N N C C O ci J o C a cc E O d h a N O c E co ? vi m Cci co- a N o Z O O U N e° w p N O L Ol rn C Q w V Q M �- 7 M eA J N N_ (A m o °8w °� E d o - c> m Y m 'fl C 0 m E O o y O O .0 ui N I- C U > > o 'O d O f0 O m 'Cis U G O O C 0 O n .O p .- m 4 To- N w V - O °O O L N O LL O_= CD Q p V L m 69 Q p b3 if 3 = 8 o .0 m > . E m -c2 To 0 u = 0 513 710 2� 5 r E m co d E, ai Q > : a) .3 m c m N CO C13 CO F- Q > co w N E N °m g O E m O E m N O jo m ° ;o<— L F- O 7 a ° L O N d I- ai O I- 7 m GI a c a N °Y 2 m U m a m Q 3 •y m -E r o 8 r `� o m o a b c m C > p+ a= N o rc p O F C c 'o m N- O pp C C C fa N ' 0 °U ¢ N as O L 0 3 m j 7 .V .3 m fa 0 a E al 'O 3 C 2O d ea C ? LL N . C O c T N C O N • M L O = N k 3U y C ik mU C C w - N O 'O a ca 7 l6 O .=m Z aai a) C N N aci r-- C a E °' E 7 m C 7 d c d Ems C •5 E m o ,c o U a o' eeaa 6 C7 o co E d Q o rn aa)i 0 a '3 °n eT y Y m O d Z 4 E C m y C � ; c 0 ..2 0 = ` � ' m om a) o . 0 a, 0 0 m m0'E N � � 0 O m p'cf 2 a 2 N 2 co �0 z. CD• o o ca ormiLL •CO2 ) p o o °� enr2 .5) m U ac NcM m mm E `mO c w 2 .c o C7 a > a U U a 2eo .- U - W 1- a 2M � U- w 1°- c c Uemoo UUC7 f°- wO R ° m o E ai c eiEc ci c oy 0 N Of O ,- Q c 0 Of N C 0 c O C m C 8 o d C ^ o m m fa 2 .c 2 .c W N r N O = .- u D ° V N . m f0 F- O f 2 ,C 8 O y d O ; '§ O 3 ET LL L .,. ,..0 (5 E O 3 U 2 L .0 m m m c d Z e0 j C N. N C en d V C O o Ot o O 3W - 1-- Packet Page-708- 2/11/2014 16.E.3. ) = k 6 . 0co 0 . ; %- caw To 8.2. C ) ® [32 0 a 0co ° )a) 0 c 0 2 & I . ) 3 § § -o- w 8 - / 2 a 2 :g2 E.' a, o »)k CO k k -6£ g e6 —Lc>o ) k� - e * a = 2 0 3 § kS / k 0 E G � < 0 0 \ kk £ ° $§ k _ 6 /� _ ca 0 0 / _ k § ` Na)/ \ t as )E� / f± �\ a) \ {TO 0 � CO 01 � 02 � / » \ @ � / Rea § � t \ k \ ) ( \ \ \ / a) w k k ! f / « a I \ # £ \ C0 k ) 0 0. / \ k2Ai k ( )� f p ` = 22 E 2 « « II 00. < 00) F ( a kE k ea = . | { 0a - < f ¥ co 2 k k \ P a c k e t Pag-709- 2/11/2014 16.E.3. Coker County - ...."..°"`' --- _ Purchasing Department rti. Acrrtinstratrve Services DrvisOn Change Modification Form Purchasing f ® Contract Change Request ❑Work Order Modification Contract#: 13- I Change#: 2 PO/Work Order#: 45- ,- I Project Name: Collier County Beach 6147 i 147069 _ Renourishment (VB;Pelican Bay) Project#: 195-✓ ' Project Manager: Gary Department: CZM Contractor/Firm Name: Eastman , 80096 ; McAlpin Aggregate Enterprises, LLC. Original Contract/Work Order Amount $ 3,532.179.99 9110113#11A�Ongmal BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 3,532.179.99 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 3,532.179.99 SAP Contract Expiration Date(Master) Dollar Amount of this Change $84,480.00 . 2 39% Total Change from Original Amount Revised Contract/Work Order Total $3,616,659.99 f 2.39% Change from Current BCC Approved Amount Cumulative Changes $84 480.00 2 39% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change ri ginal o pletion date.i't ' Last comp letion date Revise;completion date (includes this y 2/22/2014 � ag ` Number of days added Each step on the contract modification checklist form has been reviewed prior to me qlsubmitting for approval /.,1(this box must be initialed by Project Manager) Add new talk(s) i ❑Change task(s) 1 ❑ Delete task(s) . d Other(specify). Increase contract due to additional mobilization required. 1. Provide a detailed and specific explanation of t p p the requested change(s)to the task(s)and/or the additional days added:An additional mobilization was required due to legal challenge from residents/businesses on Corkscrew Road. j 2. Provide detailed rationale for the requested change: The residents and businesses on Corkscrew Road filed a permit challenge to the Pelican Bay portion of the project FDEP postponed final issuance of the notice to proceed requiring a demobilization and subsequent mobilization 3. Provide explanation why change was not anticipated in original scope of work: Legal challenge was filed after contractor began work. 4. Describe the impact if this change is not processed: Pelican Bay portion of this contract will not be completed causing continued erosion to the Pelican Bay beach Type of Change/Modification ❑ 1 Planned i Elective E 2. Unforeseen conditions/circumstance a ❑ 3 Quantity or pace adjustment -❑4 Correction of error(s) - —', ❑ 5 Value added .' ❑ 6. Schedule adjustment Change Requested By ❑ Contractor/Consultant i CI Owner ❑ Using Department 0 Design Professional l T7 Purchasing Professional Participated Regulatory anon of Change)^ I- Other j� :.___d cYP _ _ __— Change/Modification LJ Yes ,� No • Approved b � A • Date , Pp Y h-/(..: trt it r ud-',)-1) "1'� _� " / f Name and Title: Gary Mc in, P , M i,---qer ' ‘ Reviewed by y / Date jt _, Y9 111 Procurement S ra ist's Name. dam Northru- Revised;5/16/12 -'1"!1k, 1 Packet Page-710- 2/11/2014 16.E.3.; BEACH & DUNE NOURISHMENT EASTMAN ®L71 WETLAND RESTORATION AGGREGATE ENTERPRISES,LLC e' SAND GAPPING SEAWALL BACKPILL • November 11,2013 Gary McAlpin, P.E. Coastal Zone Management Manager 2800 N.Horseshoe Drive Naples, FL 34104 Gary, Eastman Aggregate Enterprises has worked swiftly and efficiently to complete the Vanderbilt Beach portion of our contract. The completion date for sand placement will be November 12,2013, it is our understanding that the permit for the Pelican Bay portion of the project has not been issued through no fault of Eastman Aggregate Enterprises,LLC. We also understand that this may delay the Pelican Bay portion of the project. Eastman Aggregate Enterprises is ready,willing,and able to complete our contractual obligation to Collier County. To help offset the financial burden this delay will cause Eastman Aggregate Enterprises we offer the(2) possible options to be approved via change order: A. EAE remains on standby at a daily rate of$12,000.00/day. B. Collier County authorizes EAE to demobilize. Upon permit approval and a Notice to Proceed from the county, EAE would remobilize and complete the Pelican Bay portion of the contract. The cost to demobilize and remobilize will be$84,480.00. It is the intent of Eastman Aggregate Enterprises to complete the contract in its entirety. We have invested heavily in personnel,equipment and financially and therefore EAE is ready,willing,and able tc complete the full scope of work awarded. Please contact me to discuss in more detail, Sincerely, 72 ct" .:� Bernie Eastman Managing Member Eastman Aggregate Enterprises,LLC :s itr,;;f I t ?/!II !t1'f WI H I (0;1 W(Jk i l 1 I l 'S'',1h 1 Oi I ILI /Hi i I P3;. !,I,I ''a/ •i4/1 Packet Page-711- 2/11/2014 16.E.3. Purchasing Department ktrrinistaiive Services lAvisicr Change Modification Form tsp> Purchasing Contract Change Request 0 Work Order Modification Contract#:10- Change#: 13 PO/Work Order#: Project Name: Construction for SR 84& 5342 4500128555 _ CR 951 Project#: Project Manager: Department: Contractor/Finn Name: 60073/60092 Kevin Dugan , Transportation Engineering Astaldi Construction Corp. Original Contract/Work Order Amount $ 28,220,238.93 6/14/11 10C Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 28,040,212.30 12/11/12 16-E10 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 28,040,212.30 SAP Contract Expiration Date(Master) Dollar Amount of this Change $0.00 -0.64% Total Change from Original Amount Revised Contract/Work Order Total $28,040,212.30 0.00% Change from Current BCC Approved Amount Cumulative Changes ($180.026.63) __ 0.00% Change from Current Amount_ Completion Date, Description of the Task(s)Change,and Rationale for the Change Original completion date: Last approved completion date: 1 Revised completion date(includes this December 26,2013 April 14, 2014 I change):April 16, 2014 Number of days added :Total of Each step on the contract mo_ fication checklist form has been reviewed prior to me Two(2)days due to submitting for approv A (this box must be initialed by Project Manager) weather/Holiday 74V Add new task(s) 1 [• Change task(s) /D Delete task s Other s•ecif 1. Provide a detailed and specific explanation of the requested Change(s)to the task(s) and/or the additional days added: a. IT Fiber Optic installation on Collier Blvd. b. Traffic Operations Interconnect Work on Collier Blvd. c. Two Days (2)are being added to this contract for Holiday&Weather days per Standard Specification &7.3.2. 2. Provide detailed rationale for the requested change: a. As per the request by Collier County IT Department. b. As per the request by Collier County Traffic Operations. 3. Provide explanation why change was not anticipated in original scope of work: a. IT Fiber Optic installation was not included in the orginal plans or bid tab. b. Unforeseen circumstances. 4. Describe the impact if this change is not processed: • a. There would be negative impacts to the current IT Fiber Optic Network. b. The existing Fiber Optic traffic operations network could not remain up and running throughout the project. Type of Change/Modification D 1. Planned/Elective j M 2. Unforeseen conditions/circumstance i ig 3. Quantity or price adjustment 0 4.Correction of errors) f El 5.Value added i Li 6.Schedule adjustment Change Requested By 7[ Contractor/Consultant D Owner I E Using Department [� Design Professional 7 D Regujetoiiy Agency(specify): Other(specify): Purchasing Professiona 'articipatad i Negotiation of Change/Modification: • Yes i No Approved by: i J f` Date: /„:,)/(,,,//_ Name and Title: _. '. m Reviewed by: Date: Procurement Strategist's Name: //4,51 Revised:5/16/12 1 Packet Page-712- 2/11/2014 16.E.3. Atkins North America,Inc. iFkixiNs 3894 Mannix Dnve,Suite 202 Naples,FL 34114 Telephone:+1.239.330.3414 www.atkinsglobal.comi narthamerica September 25, 2013 I DO Mr. Kevin Dugan e .� ` a Project Manager 3 a � Collier County, 2885 South Horseshoe Drive Suite 303 Naples, FL 34104 RE: Summary of Change Order #13 Contract No: 10-5342 • County: Collier Project Description: Reconstruction of CR-951 'Collier Blvd" and SR-84 "Davis Blvd". Dear Mr. Dugan: t The items listed below are included in Change Order# 13 at a zero dollar($0.00) change. Due to the Collier County Clerk of Courts' new policies we must submit these items as a change order not a letter modification due to the fact that we have created new pay items. The money is from the Allowances already built in Astaldi Construction Corp. Inc. Contract # 10-5342. "Attachment A" has the breakdown of the new pay items and location of money to be transferred. • The pay item 999-033-B for IT Fiber Optic work was created in order to pay the contractor for work activities requested by the Collier County IT Department. Fiber Optic was not was not included in the original plans or bid tab and would negatively impact the current network If this was not installed. • The pay item 999-034-B for Traffic Operations Interconnect work was created in order to pay the contractor for additional interconnect work requested by Collier County Traffic Operations in order to keep the current system up and running during construction. If you have any questions or concerns, please contact me at(239) 330-3412. l l 3 Sincerely, � , s.,` ti r.�-�-,�� l / - Kelly Adams, Contract Support Specialistt�r �! / t'�Z Atkins Le-,'N e Packet Page-713- 2/11/2014 16.E.3. Cotter-County Purchasing Department Adl»nisbrative Services D vi ion Change Modification Form Purchasing X Contract Change Request ❑Work Order Modification Contract#: 12-5893 I Change#: 1 PO/Work Order#: Project Name:Tourism International 4500146936 Representation Project#: N/A Project Manager: Jack Department:Tourism Contractor/Finn Name: Diamonde e.K (^+ 21 Wert ..�^_ Orcg/„u l o i--. ,�n�Ywn� �.00 ocx Current BCC Approved Amount $ 200,000.0e 9/11/12 16 F 3 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 200,000.00 9/30/2014 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount • Revised Contract/Work Order Total $ 200,000.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Original completion date: N/A Last approved completion date: N/A Revised completion date(includes this change): N/A Number of days added: N/A Each step on the contract modification checklist form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager) ❑Add new task(s) ❑ Change task(s) ❑ Delete task(s) X Other(specify): 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added: N/A 2. Provide detailed rationale for the requested change:This change modification request is to add the per diem rate of €58(58 Euros)for Germans traveling to France to Exhibit B, Fee Schedule, in Contract#12-5893. 3.Provide explanation why change was not anticipated in original scope of work:This per diem amount was inadvertently omitted in the original agreement but travel to France is necessary, and is part of Diamonde`s area of responsibility for tourism representation of Collier County in Europe. This action will not increase the annual amount allocated for travel expenses for Diamonde under Contract* 12-5893 4. Describe the impact if this change is not processed: France is an increasingly important feeder market for visitors to Collier County, and if Diamonde staff is not able to travel to France on our behalf and be compensated for their time,we will lose the ability to market to the travel trade and media in France. Type of Change/Modification ❑ 1. Planned/Elective ❑ 2. Unforeseen conditions/circumstance ❑ 3. Quantity or price adjustment X 4. Correction of error(s) ❑ 5. Value added ❑ 6.Schedule adjustment Change Requested By ❑ Contractor/Consultant ❑ Owner X Using Department ❑I Desi.n Professional ❑ R-•ulato Aoenc (sped ): ❑ Other(seed : Purchasing Professional Participated in Negotiation of Change/Modification: X Yes • No Date: 12/23/13 Approved by: Name and Title: Jack Wert,Tourism Director • Revised:7/26/13 1 Packet Page-714- x/11/2014 16.E.3. Reviewed by: &V.e4i. Date. //./. /// Procurement Strategists Revised:7126/13 2 Packet Page-715- 2/11/2014 16.E.3. CIL County Purchasing Department Actminstative Nis& Change Modification Form %stamp © Contract Change Request ❑ Work Order Modification Contract#:10-5447 „ Change#: 11 PO/Work Order#: Project Name: Public Utilities Asset 4500130081 Management Project#: 50105 Project Manager: Aaron Department: Public Utilities Contractor/Firm Name: EMA, inc. Cromer PPMD Original Contract/Work Order Amount $ 1.349,23:6.00 9/14/11 10E Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 1.349236,00• Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 1,385,009.08 SAP Contract Expiration Date(Master) Dollar Amount of this Change (5206,347.00) -12.64% Total Change from Original Amount Revised Contract/ork Order Total $1,178,662.08 -12.64% Change from Current BCC Approved Amount Cumulative Changes ($170.573.92) -14.90% Change from Current Amount Completion Date, Description of the Task(s)Change, and Rationale for the Change Original completion date: 3/13/13 j Last approved completion date: 1 Revised completion date : 4/25/16 '3113/14 Number of days added : 775i& n r Each step on the contract modification checklist form has been reviewed prior to me �u submitting for approval fiC (this box must be initialed by Project Manager) ❑Add new taskis) Change task(s) ❑ Delete task(s) ❑ Other(specify):Reprioritize Rename Tasks based contractual 1. Provide a detailed and specific explanation of the requested change to the task and the additional days added: I Phase 3 scope and deliverables originally allotted for requirements gathering, RFP generation. solicitation and vendor selection, and a development of implementation schedule. In a previous change order, PUD expedited these tasks into Phase 2. The Phase 2 deliverables have been received and the phase has been completed. The requested scope of Phase 3 needs to align with the I implementation of the deliverables of the Phase 2 scope and contract 13-6064(Asset Management Contract-EAM). The refined scope has key deliverables that support QA/QC and validation efforts that align directly with the phased implementation of Asset Management Contract. The anticipated completion of EAM is April 26, 2016. The scope of Phase 3 needs to align with the completion of deliverables in EAM. The refinement of the scope is to provide integration support and technical review of the EAM software. The Asset Management contract deliverables are to implement the EAM software. The combination of the two contracts wit allow for the 3rd party QA/QC and Peer Review of the EAM implementation ensuring an effective implementation as required by the functional and tecnnicai requirements defined in the SCOPE of Work for EAM. Provide detailed rationale for the requested change: The County expedited portions of the anticipated Phase 3 scope in previous change orders. Deliverables of the Phase 2 scope were an RFP, solicitation and contract awards for an Enterprise Asset Management solution. The refined scope of Phase 3 performs QA/QC and validation services as a companion to EAM Contract which is implementation of the EAM solution. To align with the implementation schedule of EAM contract that the county has negotiated, the Phase 3 scope needs to align in both functionality and time. Provide explanation why change was not anticipated in original scope of work: This refining was fully anticipated and evident in the original contract 10-5447 by the language"updated"to reflect the finding of Phase 1 and Phase 2. The Phase 3 tasks and cost for each will be determined upon written mutual agreement. The findings of Phase 2 warrant a full scale QA/QC and validation scope of services to ensure compliance with the requirements and scope of EAM Contract. The refined scope requested could not be fully defined until the completion of Phase 1 and Phase 2, as well as the fully negotiated contract of the EAM implementation. Once the EAM scope was defined and negotiated; and the deliverables of Phase 1 and Phase 2 were received, the refinement of the scope(requested)could be fully refined to support the program most effectively. 4. Describe the impact if this change is not processed: The County will not be able to fully utilize an existing contract to provide experience. guidance and support in evaluating deliverables from EMA contract which are highly technical in nature. EMA has provided tangible best industry practices for work and asset management strategies. The EAM contract is the implementation of these practices. By leveraging EMA,who helped instill these practices,to help validate and solidify the software process as correct, PUD is ensuring that consistency and industry best practices are implemented in the most effective and efficient way. EMA has proven themselves extremely valuable and an asset to the county which has resulted in cost and time savings, as outlined by the previous Exec Summary—16C8, on July 24th, 2012. Without the scope refinement and time extension,the county . risks receiving deliverables that may not follow the best industry practices, meet the detailed requirements as defined by the operational teams, or receive a software solution that is fully configured to be most effective. Revised:5/16/12 1 Packet Page-716- • �V11/�O1� 1� �� q ^~ . .-. . . .~'^_.^'. , Type mY Change/Modification 1 Planned/ Elective ijj2 Unforeseen conditions/circumstance Li 3. Quantity or price adjustment LJ4 Correction of error(s) 5 Value added | 6. Soneduieed/usrnent Change Requested By �� Contrsctor/Consultont Li Owner | Li Using Department Design Professional ! E Reou{otoryAgenoy (specify): [] Other(specify): Purchasing Professional Participated in Negotiation of Change/Modifitatiar: _ 0 Yes FlNo _ Approved � ' / -~ ' ' �� ' Date: � ~ -''' ' � NomeandTitle: Aaron Cromer, Principal Projec Reviewed by: .57 Date: — |C's -( �( Procurement �fsNom�� Brenda Bh�a� '- -'--� � _ Revised:ansnz 2 Packet Page-717- 2/11/2014 16.E.3. CHANGE ORDER CHANGE ORDER NO. 11 CONTRACT NO. 10-5447 BCC Date: September 14. 2011 Agenda Item: 10.E TO: Dave DiSera. Vice President.EMA,Inc. 2180 West SR 434. Suite 6100. Longwood. FL. 32779 DATE:November 19. 2013 PROJECT NAME: Public Utilities Asset Management PROJECT NO.: 50105 Under our AGREEMENT dated September 14, 2011 You hereby are authorized and directed to make the following clarifications in accordance with terms and conditions of the Agreement: 3.1 TASK 3.1 Project Coordination and Management TASK 3.2 Support CCPUD in EAM vendor pre-planning tasks to ensure appropriate knowledge transfer occurs 3.2 and foundational activities in preparation of initial discovery,system sandbox configuration,and core team training are completed. 3 3 TASK 3.3 Support CCPUD's system design and configuration definition. 3.4 TASK 3.4 Support CCPUD's systems integration and data migration definition. 3.5 TASK 3.5 Support CCPUD's System Deployment 3.6 TASK 3.6 EAM SOP and Practices Change Management and Implementation Support The time for completion shall be extended by this Change Order. Accordingly, the Contract Time is now 77Vgdays from the release of a Notice to Proceed. The NTP will coincide with the NIP for contract 13-6064- Enterprise Asset Management Software and Consulting (Part 2). Your acceptance of this Change Order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in our Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment. if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of or related to the change set forth herein,including claims for imp. - and delay costs. r Approved by: �' ► /l��/( Date: e/7/�t`�" Tom C elik3,Director PPMI Public Utilities Engineering Department Approved by: r Date: / f f Joe Bello;•, Directpr, Operations Public Utilities Engineering Department Packet Page-718- ! 2/11/2014 16.E.3. Colt Catalty Purchasing Department kirrostratnre Seneices Din Change Modification Form Purr.hasng Z Contract Change Request ❑Work Order Modification Contract#: 12- Change#: i 3t AkeKd 2 PO/Work Order#: Project Name: MKY Runwy 17-35 5885 450014153 "7 Rehab Engineering During Construction Project#: 33301 Project Manager: Robert Department: Airport Contractor/Firm Name: Hole Montes, Tweedie Authority Inc. Original Contract/Work Order Amount $ 660,000.00 11/13/12 14A1 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 1,222,656.00 10/22/13 14A2 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 1.222.656.00 SAP Contract Expiration Date(Master) Dollar Amount of this Change $0.00 85.25% Total Change from Original Amount Revised Contract/Work Order Total $1,222.656.00 0.00% Change from Current BCC Approved Amount ,Cumulative Changes $562,656.00 0.00%_ Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: N/A ' Last approved completion date: N/A Revised completion date (includes this change): N/A Number of days added : N/A Each step on the contract modification checklist form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager ❑Add new task(s) ❑ Change task(s) ( ❑ Delete task(s) 1E Other(specify): Extend contract Add sub consultants fee/rate schedule 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional gays added:Add rate schedules for sub consultants. 2. Provide detailed rationale for the requested change: BCC approved contract subject to work being performed on a time and materials basis instead of lump sum, 3. Provide explanation why change was not anticipated in original scope of work: Initial contract/amendment contained lump sum fee for the primary consultant, thus rate schedule were not necessary for sub-consultants. 4. Describe the impact if this change is not processed: Finance will be unable to process invoices. Type of Change/Modification ❑ 1, Planned/ Elective ® 2. Unforeseen conditions/circumstance ❑ 3. Quantity or price adjustment ❑4. Correction of error(s) I ❑ 5. Value added ❑6. Schedule adjustment Change Requested By ® Contractor/Consultant ® Owner ; ❑ Using Department ❑ Design Professional ❑ Regulatory Agency(specify): E Other(specify): BCC Purchasing Professional Participated in Negotiation of Change/ Modification: E Yes ❑ No Approved by: Date: Name and Title: Robet'Tweedie, Pro ct/Airport Manager Reviewed by: L ' / Date: crr�' rC �'" C•� r d' 11/ Procurement' trategist's Name: Millie Kaseeska 7/76-7/ 7 Revised:5/16/12 1 Packet Page-719- 2/11/2014 16.E.3. EXHIBIT A-2 Contract Amendment#2 to Contract#12-5885 "Design and Related Services for the Marco Island Executive Airport(MKY) Runway 17-35 Rehabilitation Project" This amendment, dated / /c , 20 (t.ito the referenced agreement shall be by and between the parties to the original Agre ent, Hole Montes, Inc. (to be referred to as "Consultant") and Collier County,Florida,(to be referred to as"County"or "Owner"). Statement of Understanding RE: Contract # 12-5885 "Design and Related Services for the Marco Island Executive Airport (MKY) Runway 17-35 Rehabilitation Project. In order to continue the services provided for in the original Contract document referenced above, the Consultant agrees to amend the Contract by adding sub-consultants rates in accordance to Exhibit A2-A attached hereto and made an integral part of this Amendment. All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the Consultant and the County have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s) indicated below. Accepted: i 11 5 ,20 ► - OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA 4 B B . < t., ..- e Markiewicz g r e Interim Purchasing/General Servic-- la' e :r Consultant .. ,,rr--� CONSULTANT: By: 1141 � _ Hole Montes, Inc. Luc.. e- ,kP, By:!/ Print k•ame IF- 71 0 -,4-7---4 rn/ti//ei9`7 Print Name and Title Consultant Second Witness 52 l4 G 4 7y,ze-"rlp -' it Print Name A•proved as to form and legali te oh 4l! Assistant County Attorney• 1 I Packet Page-720- 2/11/2014 16.E.3. EXHIBIT A2-A Amendment 2 to Contract 12-5885 "Construction Phase Services for the Marco Island Executive Airport(MKY) Runway 17-35 Rehabilitation Project" SUB-CONSULTANTS RATES: Allied Eng. & Testing will be providing material testing and inspections to confirm that the work performed by the contactor meets the requirement of the construction documents. Allied will use the following hourly and test rate schedule for invoicing: ALLIED - CONSTRUCTION MATERIALS TESTING FEES TIME & MATERIAL SERVICE RATE SOILS TESTING MODIFIED PROCTOR, unclassified Excavation $95.00 ea. GRADATION TESTING W/#200 WASH, unclassified excavation $65.00 ea. LIMEROCK BEARING RATIO, Stabilized Sub-grade and Base $275.00 ea. SR. ENG. TECHNICIAN, Compaction Testing, Coring for thickness, $54.00 hr. Sampling, etc. Portal to Portal from Fort Myers, FL SR. ENG. TECHNICIAN, Overtime $81.00 hr. EQUIPMENT RENTAL, Coring for thickness checks, per day $125.00 day GROUT MONITORING AND TESTING GROUT (Sets of 4 Cylinders or 3 Cubes) $45.00 ea. SR. ENG. TECHNICIAN TIME, Portal to Portal $54.00 hr. SR. ENG. TECHNICIAN TIME; OVERTIME Portal to Portal $81.00 hr. GROUTING VERIFICATION TESTING MOBILIZATION OF DRILL RIG $300.00 ea. COLLIER COUNTY DRILLING PERMIT $300.00 ea. SPT BORINGS, INCLUDES GROUTING, PER FOOT $16.00 foot DRILLING MANAGER FOR PERMITTING $65.00 hr. STAFF ENGINEER $75.00 hr. CAD TECH $48.00 hr. PROJECT ENGINEER I $155.00 hr. ADMIN. ASST. I $45.00 hr. ASPHALT TESTING (IF NEEDED) ASPHALT PLANT INSPECTOR $65.00 hr. FIELD INSPECTOR I $54.00 hr. ASPHALT PLANT INSPECTOR, OVERTIME $97.00 hr. ASPHALT FIELD INSPECTOR, OVERTIME i $81.00 hr. CORES (if needed) $25.00 ea. EQUIPMENT CORE MACHINE (if needed) I $125.00 day , Cal-Tech, Testing, Inc. will serve as the inspector at the plant for the production of asphalt pavement. Cal-Tech is providing services from Lake City, Florida. Cal-Tech's fee schedule is as follows: CAL-TECH - ASPHALT PAVEMENT PLANT INSPECTION FEES TIME & MATERIAL SERVICE I RATE SENIOR ENGINEER $110.00 hr. ENGINEER TECHNICIAN $85.00 hr. CLERICAL $50.00 hr. r CA Packet Page-721- 2/11/2014 16.E.3. EXPENSES PER DIEM MEALS $36.00 day I LODGING Actual Cost Woolpert, Inc./ U.S. Imaging will obtain the digital aerial imagery of the airport and approaches at the conclusion of the project and conduct an airspace study. The output along with critical data will be uploaded to the FAA GIS System will be based on the following rates: WOOLPERT - GEOSPATIAL SERVICES TIME & MATERIAL SERVICE RATE PROJECT MANAGER $171.00 hr. PROFESSIONAL SURVEYOR $150.00 hr. PHASE MANAGER $124.00 hr. TEAM LEADER $110.00 hr. SURVEY/PHOTOGRAMMETRY TECHNICIAN $81.00 hr. BILLING COORDINATOR $83.00 hr. WOOLPERT - GEOSPAT1AL SERVICES SERVICE LUMP SUM AERIAL IMAGERY—U.S. imagery sub-consultant to Woolpert, Inc. $9,250.00 Travel cost: Travel cost by sub-contractor for trips starting or ending outside of Lee or Collier Counties will be charged on a per mile basis per rate established by Florida Statute 112.061 at $0.445 per mile. 3 Packet Page-722- 2/11/2014 16.E.3. Corer County Services Nelson Change Department Change Modification Form Purmasirg ®Contract Change Request o ❑Work Order Modification Contract#: 12- Change :#2—A PO/Work Order#: Project Name: IMM Runway 9-27 5885 1 . k(4500141536 Rehab Engineering During Construction Project#: 33300 Project Manager Department: Airport Contractor/Firm Name: Hole Montes, Thomas Vergo Authority , Inc. Original Contract/Work Order Amount $ 761,000.00 11-13-12 14A2 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 1,588.291.00 10-22-13 14A4 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 1.588,291.00 SAP Contract Expiration Date(Master) Dollar Amount of this Change $0.00 108.71% Total Change from Original Amount Revised Contract/Work Order Total $1,588.291.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $827,291.00 0.00% Change from Current Amount 1 Completion Date, Description of the Task(s)Change,and Rationale for the Change Original completion date: N/A Last approved completion date: N/A Revised completion date(includes this change): N/A Number of days added : N/A Each step on the contract modification checklist form has been reviewed p g to me submitting for approval (this box must be initialed by Project Manager) ❑Add new task(s) ❑Change task(s) 1 ❑ Delete task(s) [ Other(specify): Extend contract Add sub consultants fee/rate I schedule 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added:Add rate schedules for sub consultants. 2. Provide detailed rationale for the requested change: BCC a pp roved contract subject to work being performed on a time and materials basis instead of lump sum. 3. Provide explanation why change was not anticipated in original scope of work: Initial contract/amendment contained lump sum fee for the primary consultant, thus rate schedule were not necessary for sub-consultants. 4. Describe the impact if this change is not processed: Finance will be unable to process invoices. Type of Change/Modification ❑ 1, Planned/Elective [l 2. Unforeseen conditions/circumstance ❑ 3. Quantit or price adustment 4. Correction of error(s) ❑ 5, Value added i 6. Schedule adjustment Change Requested By Contractor/Consultant ® Owner ❑ Using Department ❑ Design Professional ❑ Regulatory Agency (specify): j ©Other(specify): BCC Purchasing Professional Participated in Negotiation of Change!Modification: E Yes ❑ No Approved bye 7r,ii-re- > �1 r Zip--' Date. )/j 2r1 t I Name and Title: Thomas Vergo, PYroject/Airport Manager Reviewed by: I Date: Procurement Strategist's Name: Millie Kaseeska �:k1 r� (a-a- :44 /////' tl J / / Revised:5/16/12 1 r . — Packet Page-723- 2/11/2014 16.E.3. EXHIBIT A-2 Contract Amendment#2 to Contract#12-5885 "Design and Related Services for the Immokalee Regional Airport Runway 9-27 Rehabilitation Project" This amendment, dated t S- , 20 14 to the referenced agreement shall be by and between the parties to the original Agreement, Hole Montes, Inc. (to be referred to as "Consultant") and Collier County,Florida, (to be referred to as"County"or "Owner"). Statement of Understanding RE: Contract# 12-5885 "Design and Related Services for the Immokalee Regional Airport Runway 9-27 Rehabilitation Project". In order to continue the services provided for in the original Contract document referenced above, the Consultant agrees to amend the Contract by adding sub-consultants rates in accordance to Exhibit A2-A attached hereto and made an integral part of this Amendment. All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the Consultant and the County have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s) indicated below. Accepted: t 114- 1 , 20 1c-4 OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By. l c a .. arkiewicz 1,s34 Interim Purchasing/General Services-Drr- or Consultant ' , CONSULTANT: By: `� Hole Montes, Inc. Vim' -: Z. Yr•� By e Print u ,.ame e i, er, L 7______ / -0 ■(49..e T 2. 1/11- -(7:e. Print Name and Title Consultant Second Witnes .5-L7 Vt- j%2 y 42f-2T 1 f By: � .- ,e t(4,tt Print Name / 0 . ssistant County Attorney 0— 1 Packet Page-724- 2/11/2014 16.E.3. EXHIBIT A2-A Amendment 2 to Contract 12-5885 "Construction Phase Services for the immokalee Regional Airport Runway 9-27 Rehabilitation Project" SUB-CONSULTANTS RATES: Allied Eng. & Testing will be providing material testing and inspections to confirm that the work performed by the contactor meets the requirement of the construction documents. Allied will use the following hourly and test rate schedule for invoicing: ALLIED - CONSTRUCTION MATERIALS TESTING FEES TIME & MATERIAL SERVICE RATE SOILS TESTING MODIFIED PROCTOR, unclassified Excavation $95.00 ea. GRADATION TESTING W/#200 WASH, unclassified excavation $65.00 ea. LIMEROCK BEARING RATIO, Stabilized Sub-grade and Base $275.00 ea. SR. ENG. TECHNICIAN, Compaction Testing, Coring for thickness, $54.00 hr. Sampling, etc. Portal to Portal from Fort Myers, FL SR. ENG. TECHNICIAN, Overtime $81.00 hr. EQUIPMENT RENTAL, Coring for thickness checks, per day $125.00 day GROUT MONITORING AND TESTING GROUT (Sets of 4 Cylinders or 3 Cubes) $45.00 ea. SR. ENG. TECHNICIAN TIME, Portal to Portal $54.00 hr. SR. ENG. TECHNICIAN TIME, OVERTIME Portal to Portal $81.00 hr. GROUTING VERIFICATION TESTING MOBILIZATION OF DRILL RIG $300.00 ea. COLLIER COUNTY DRILLING PERMIT $300.00 ea. SPT BORINGS, INCLUDES GROUTING, PER FOOT $16.00 foot DRILLING MANAGER FOR PERMITTING $65.00 hr. STAFF ENGINEER $75.00 hr. CAD TECH $48.00 hr. PROJECT ENGINEER $155.00 hr. l ADMIN. ASST. l $45.00 hr. ASPHALT TESTING IF NEEDED) ASPHALT PLANT INSPECTOR $65.00 hr. FIELD INSPECTOR $54.00 hr. ASPHALT PLANT INSPECTOR, OVERTIME $97.00 hr. ASPHALT FIELD INSPECTOR, OVERTIME $81.00 hr. CORES (if needed) $25.00 ea. EQUIPMENT CORE MACHINE (if needed) $125.00 day Cal-Tech, Testing, inc. will serve as the inspector at the plant for the production of asphalt pavement. Cal-Tech is providing services from Lake City, Florida. Cal-Tech's fee schedule is as follows: CAL-TECH - ASPHALT PAVEMENT PLANT INSPECTION FEES TIME & MATERIAL SERVICE RATE SENIOR ENGINEER $110.00 hr. ENGINEER TECHNICIAN $85.00 hr. CLERICAL $50.00 hr. EXPENSES Packet Page-725- 2/11/2014 16.E.3. PER DIEM MEALS $36.00 day LODGING Actual Cost GeoView, Inc. will conduct geotechnical survey, using ground penetrating radar for only the Immokalee project. The fee for GeoView will be based on the following rates: GEO VIEW - AIRPORT SITE (PHASE 2) TIME & MATERIAL SERVICE RATE PRINCIPAL GEOPHYSICIST $135.00 hr. PROJECT GEOPHYSICIST $95.00 hr. GEOPHYSICAL TECHNICIAN $65.00 hr. AUTOCADD/GRAPHICS $65.00 hr. ADMINISTRATION/CLERICAL $55.00 hr. GEOPHYSICAL EQUIPMENT-GPR $250.00 day GEOPHYSICAL EQUIPMENT— MASW $350.00 day Woo!pert, Inc./ U.S. Imaging will obtain the digital aerial imagery of the airport and approaches at the conclusion of the project and conduct an airspace study. The output along with critical data will be uploaded to the FAA GIS System will be based on the following rates: WOOLPERT - GEOSPATIAL SERVICES TIME & MATERIAL SERVICE RATE PROJECT MANAGER $171.00 hr. PROFESSIONAL SURVEYOR $150.00 hr. PHASE MANAGER $124.00 hr. TEAM LEADER $110.00 hr, SURVEY/PHOTOGRAMMETRY TECHNICIAN $81.00 hr. BILLING COORDINATOR $83.00 hr. WOOLPERT - GEOSPATIAL SERVICES SERVICE LUMP SUM I AERIAL IMAGERY—U.S. Imagery sub-consultant to Woolpert, Inc. $10,495.00 Travel cost: Travel cost by sub-contractor for trips starting or ending outside of Lee or Collier Counties will be charged on a per mile basis per rate established by Florida Statute 112.061 at $0.445 per mile. 3 Packet Page-726- 2/11/2014 16.E.3. Co►tr County Purchasing Department Aarsn Services Dyson Change Modification Form Purdiasirc E Contract Change Request ., ❑Work Order Modification Contract#: 12- Change#Amendment 3 PO/Work Order#: Project Name: IMM Runway 9-27 5885 v 4500141536 Rehab Engineering During Construction Project#: 33300 Project Manager: Department:Airport Contractor/Firm Name: Hole Montes, Thomas Vergo ; Authority Inc. Original Contract/Work Order Amount $ 761,000.00 11/13/12 14A2 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 1.588.291.00 10/22/13 14A4 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 1,588,291.00 SAP Contract Expiration Date(Master) Dollar Amount of this Change $47,407.50 114.94% Total Change from Original Amount Revised Contract/Work Order Total $1.635,698.50 2.98% Change from Current BCC Approved Amount ,Cumulative Changes $874.698.50 2.98% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: N/A Last approved completion date: N/A Revised completion date(includes this change): N/A Number of days added : N/A Each step on the contract modification checklist form has been reviewed r to me submitting for approval (this box must be initialed by Project Manager) ; , 1 /,U ®Add new task(s) ; ❑ Change task(s) ❑ Delete task(s) ❑ Other(specify): Extend contract 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added: Expand scope to include ecological services as required by Florida Fish &Wildlife Conservation Commission (FWCC). 2. Provide detailed rationale for the requested change:To perform environmental/ecological services required to proceed with the project. 3. Provide explanation why change was not anticipated in original scope of work: CCAA anticipated contracting directly with environmental consulting firm, but FAA advised that the work be subcontracted under the engineering services agreement. 4. Describe the impact if this change is not processed: Airport Authority will be unable to proceed with construction. Update of burrowing survey, removal of nests, and relocation of gopher tortoises required by FWCC. Type of Change/Modification ❑ 1. Planned/ Elective I ❑2. Unforeseen conditions/circumstance 113 3. Quantity or price adjustment ❑4. Correction of error(s) I ® 5. Value added i ❑6. Schedule adjustment Change Requested By Contractor/Consultant ❑ Owner ❑ Using Department ❑ Design Professional rzi Regulatory Agency (specify): FWCC ( ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change I Modification: Yes ❑ No Approved by:v" >'r~- ru` i% j,4;r Date. J�1 5/-2C? l� Name and Title: Thomas Verge, ProjecflAiraort Manager Reviewed by: Date: n Procurement Strategist's Name: Millie Kaseeska ---1 , a�� , /L/ 7 Revised:5/16112 Packet Page-727- 2/11/2014 16.E.3. EXHIBIT A-3 Contract Amendment#3 to Contract#12-5885 "Design and Related Services for the Immokalee Regional Airport(I14'M)Runway 9-27 Rehabilitation Project" This amendment, dated //1 , 2014 to the referenced agreement shall be by and between the parties to the original Agre ment, Hole Montes, Inc. (to be referred to as "Consultant") and Collier County, Florida, (to be referred to as "County"or "Owner"). Statement of Understanding RE: Contract # 12-5885 "Design and Related Services for the Immokalee Regional Airport (IMM) Runway 9-27 Rehabilitation Project". In order to continue the services provided for in the original Contract document referenced above, the Consultant agrees to amend the Contract in accordance with Article II "Additional Services of Consultant" to include "Ecological Services" as per attached Exhibit A3-A and made an integral part of this Amendment. IN WITNESS WHEREOF, the Consultant and the County have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s) indicated below. Accepted: ( 1 1 5 ,2014 OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA am- By: iir-"---.. . 1 4 Snaune-Markiewicz 416 Interim Purchasing/General Services Director Consul .r CONSULTANT: By: Hole Moines, Inc. P • Name L, Print Name and Title Consultant Second Witness 5.j1. V! CE Print Name .. ived as st to form and leg. ity: 1 ssistant County Attorney 1 Packet Page-728- 2/11/2014 16.E.3. EXHIBIT A3-A Amendment 3 to Contract 12-5885 "Construction Phase Services for the Immokalee Regional Airport Runway 9-27 Rehabilitation Project" SCOPE OF SERVICES Ecological Services related to burrowing owl nests and the relocation of gopher tortoises, which may include, but not be limited to the following: Task 1: • Florida Fish and Wildlife Conservation Commission (FWCC) Burrowing Owl Nest Removal Permit o Conduct updated burrowing owl survey within the Rehabilitation of Runway 9-27 project area. o Prepare and submit FWCC burrowing owl nest removal permit application. o Prepare responses to one request for additional information from FWCC. o Following permit issuance, and during the burrowing owl non-nesting season (July 11 through February 14, 2014), conduct site visit to collapse burrows within the Rehabilitation of Runway 9-27 project area. Task 2: • Update Gopher Tortoise Survey within Upland Management Area (UMA) o Conduct updated gopher tortoise survey within the UMA o Prepare aerial map depicting the location of gopher tortoise burrows located within the UMA. o Calculate approximate gopher tortoise population for the UMA. o Prepare report summarizing results of gopher tortoise survey. Task 3: • Gopher Tortoise Relocation Services o Conduct field work to relocate gopher tortoises in accordance with FWCC Gopher Tortoise Incidental Take Permit No. COL-36, including providing a backhoe and operator necessary to perform burrow excavation activities. Task 4: • Construction Coordination and Observations o Attend one (1) pre-construction meeting with Client, project engineer, and construction contractor to coordinate gopher tortoise relocation activities. o Install approximately six hundred linear feet (600 l.f) of wire back fabric tortoise fence to contain tortoise in temporary holding facility. o Coordinate construction of gopher tortoise temporary holding area within the UMA. o Conduct up to three (3) site visits to monitor gopher tortoises within temporary holding pen. o Coordinate release of tortoises into the UMA 2 Packet Page-729- 2/11/2014 16.E.3.— The following assumptions were used in the preparation of this scope of services: • Burrowing owl burrow nest removal permit does not include application fees that may be required by the FWCC. • An updated gopher tortoise survey will not be required within the Rehabilitation of Runway 9-27 project area. • Gopher tortoise relocation cost based on a maximum of five (5) days to relocate gopher tortoises. FEES ECOLOGICAL SERVICES TASKS 1 -4 ESTIMATED TIME & MATERIAL PASSARELLA &ASSOCIATES, INC. Not to Exceed $37,500.00 Principal $210.00/hr. Senior Ecologist III $160.00/hr. Senior Ecologist II $140.00/hr. Senior Ecologist I $120.00/hr. Ecologist III $115.00/hr. Ecologist II $100.00/hr. Ecologist I $ 85.00/hr. Environmental Technician $ 70.00/hr. AutoCAD IV/GIS Manager $100.00/hr. AutoCAD III/GIS Analyst $ 90.00/hr. AutoCAD II/GIS Analyst $ 80.00/hr. AutoCAD I $ 70.00/hr. Administrative Assistant III $ 60.00/hr. i Administrative Assistant II $ 50.00/hr. Administrative Assistant I $ 40.00/hr. Reimbursable Expenses Cost WOODS AND WETLANDS, INC. Cost for backhoe and operator $1,200.00 $6,000.00 (Estimate is for five(5) days work) per day Unit price for tortoise containment fence $2.75 per $1,650.00 (Estimate is for 600 linear feet) linear foot Subtotal I $45.150.00 Allowable mark up for subconsultants and subcontractors 5% $2.257.50 Total $47,407.50 3 C� Packet Page-730- 2/11/2014 16.E.3. Eger County Purchasing Department Administrative ServirsDivision Change Modification Form Purchasing Contract Change Request ❑Work Order Modification Contract#: 05- Change#: 6 PO/Work Order#: Project Name: Collier Blvd (fr. GGMC 3865 4500101474(4500057196) I to GG Blvd.) Project#: 68056 Project Manager: Department Transp. Engr. i Contractor/Firm Name: CH2M Hill Marlene Messam Original Contract/Work Order Amount $ 2,028,745.00 12/13/2005 Original BCC Approval Date; Agenda Item#10C Current BCC Approved Amount $ 2:994,568.00 10/28/2008 Last BCC Approval Date; Agenda Item#16.8.2 Current Contract/Work Order Amount $ 3,093.703.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $43,420.00 54.63% Total Change from Original Amount Revised Contract/Work Order Total $3,137,123.00 4.76% Change from Current BCC Approved Amount Cumulative Changes $1,108,378.00 f 1.40% Change from Current Amount Completion Date, Description of the Task(s)Change, and Rationale for the Change Original completion date: Last approved completion date: Revised completion date(induces this 1/13/2006 4/29/2015 change):4/28/2017 Number of days added :730 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval M.A.M. (this box must be initialed by Project Manager) ❑Add new task(s) [ Change task(s) U Delete task(s) ❑ Other(specify): 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional I days added: A). During the 100% design phase, Florida Power and Light(FPL)stated that new OSHA regulations require 20-feet of separation between their overhead distribution lines and the proposed lighting designed for the corridor. In an effort to comply with these regulations the proposed lighting on the project needs to be redesigned.An additional 41 poles will be added to the corridor to provide the required lighting level.The light poles mounting height will also be reduced from 45 feet to 35 feet. B). In 2003,the County issued a right of way permit to FPL to install overhead transmission poles along the west side of CR 951.As a condition of that permit, FPL agreed to relocate their poles at their expense when the roadway is widened (see letter attached). During the roadway widening design phases several coordination efforts were made between FPL and the County. No significant changes were noted by FPL until the 100% plan review phase and after the County had secured the environmental construction permit. FPL then stated that the excavation for the linear ponds would significantly undermine the stability of the transmission poles. The County sent FPL a notice of utility relocation by certified mail (see attached). FPL stated that to relocate their transmission poles would take up to 9-months. This would significantly impact the project schedule and put the project at risk of losing $8.1 M in state funding.Therefore; the l engineers need to modify the current linear ponds design to accommodate the FPL transmission poies in their current location. C). The County has responded to FPL by asking for a reimbursement for the costs of the additional engineer efforts to redesign the lighting and to modify the proposed drainage. The amounts being requested are$43,420.00 for design and $272,740.00 for construction. Due to the efforts of the County to accommodate FPL, they will realize a cost saving of $1.9M. A meeting between the County and FPL is scheduled for November 5,2013 to start discussions. 2. Provide detailed rationale for the'requested change: This change order is needed so that the plans can be finalized and be ready for bidding and that the project remains on 'I schedule. Every effort will be made to recoup these costs from the Florida Power and Light. 3. Provide explanation why change was not anticipated in original scope of work: These circumstances could not be anticipated in the original scope of works.There is a risk to every design scope that Revised 5.16.12 Packet Page-731- 2/11/2014 16.E.3. ( unforeseen events may crop up. OSHA requirements changes could not be anticipated and FPL not wanting to honor their commitment to relocate their poles could also not be anticipated. 4. Describe the impact if this change is not processed:The risk to the project will be losing$8.1M in Transportation Regional incentive Program (TRIP)funding from the State. Type of Change/Modification 0 1. Planned/Elective I' E 2. Unforeseen ❑3. Quantity or price adjustment conditions/circumstance 0 4. Correction of error(s) ( ❑ 5.Value added I [J 6. Schedule adjustment Change Requested By Contractor/Consultant CB Owner rn Using Department Design Professional U Regulatory Agency (specify): _ ❑ Other(specify): Purchasing Profess}nal Participated Negotiation of Change/Modification: ❑Yes 011 No • Approved by j, Date: t n r 3 Name and Ti -.ylarl e Messam; r. P oject Manager ` � Reviewed by: Date: ! /ILO Procurement Strate st's Nam : Evelyn Colon =qw , Revised 5.16,12 Packet Page-732- 2/11/2014 16.E.3. b riiey m From: kant e Sent: Wednesday,August 13,2003 10:56 AM To: riley_m;StralcaluseGreg;NybergCnristian Subject: FW: FPL transmission line under construction along CR 951 in Collier County This should suffice to assure that FPL will pay for any relocation costs. I have no objection to the use of as-builts for the minor changes Gregg requested. --• -----Original Message From: Daniel aronec@fpl.com Imailto:Daniel_Hronecfpl.torn) Sent: Wednesday, August 13, 2003 10:52 AM To: Edkant@coliiergov.net Cc: gazyputaansuu@colliergov.net F,ubject: FPL transmission line under construction along CR 951 in Collier County Ed: This note is in response to our conversation yesterday. FPL has an overhead transmission line under construction along CR 951 (Collier Blvd) Collier County. Approximately two miles of the proposed construction along Cri 951 has been permitted by Collier County, for FPL to install poles within county right-of-way, along the west aide of the road ?from approximately 15th Ave SW north to 3rd Ave North) . FPL accepted this permit with the understanding that the poles to be erected along the west side of CR 951 will ultimately have to be relocated, at FPL's expense, when e . County expands CR 951 to the west, to a 6-Lane cross section. which is requiring Collier County to acquire additional right-of-way west of its current west right-of-way line.) :?elated to this matter, George Pennell, our construction manager, has been contacted by Greg Strakaluse at the County. The permit described above that was issued by the county will now require FPL to shift the alignment of these poles within county right-of-way, to the west, where some poles would reside within a portion of the existing sidewalk, to avoid underground conflicts. FPL will be responsible for all sidewalk repairs/improvements required by this change. According to George, Greg OK'd FPL's changes and said we could file an "az-built" revision to the existing permit when that phase of the work is complete. We are proceeding under that assumption. Please advise if we need to take any additional actions. Finally, I would appreciate it if the County can provide FPL its most current schedule for right-of-way acquisition and construction of this section of CR 951. Recalling our conversation, I am copying Gary Putaansuu on this note, thinking that he may be able to help with this request. Please call me at (561) 694-4769 if you have any questions or require additional information. Daniel aronec, P.E. FPL Transmission and Substation Siting Group 1 Packet Page-733- 2/11/2014 16.E.3. Cwt G0;0ItY Purchasing Department Ara Seivices ahem Change Modification Form Purchasing ❑Contract Change Request ®Work Order Modification Contract#:09- Change#: 1 PO/Work Order#:45- Project,Name: Beach Renourishment U4 id,52979C1-Testing) 148301 Sediment Testing Compliance Project#: 195- Project Manager:Clint Department:Natural Contractor/Firm Name:Ardaman& 80096.1 Perryman Resources(CZM) Associates, Inc. Original ContractWork Order Amount $ 14400l00. N1A Original BCC Approval Date;Agenda item# Current BCC Approved Amount 5 1A5013100 N/A Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 145j '` 0. 31812014 SAP Contract Expiration Date(Master) Dollar Amount of this Change • WOO 0.00% Total Change from Original Amount Revised Contract/Work Order Total $14,500.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $0.00 0.00% Change from Current Amount - Completion Date,Description of the Teakia)Change,and Rationale for the Change Original completion date; 12120/13 Last approved completion date: Revised completion date(includes this 12/20/13 change): 3/20/14 Number of days added : 90 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager) Add new task(s) • Change task(s) • Delete task(s) Other(specify): Time Extension 1. Provide a detailed and specific explanation of the requested change(s)s)to the Melds)and/or the additional _ days added:This time extension request is required and necessary to complete the project close out sediment material compliance testing in order to cover the beach renourishment portion of work associated with the Pelican Bay Beaches. The DEP permit was a separate permit modification condition and was subsequently issued upon the successful outcome of multiple legal challenges to the Issuance of the permit. 2. Provide detailed rationale for the requested change: The DEP permit modification for the Pelican Bay beach renourishment portion of work was processed and reviewed late by the DEP regulatory permitting agency, subsequently the permit modification approval was legally challenged by private groups before an administrative court to prevent the project from commencement; however, after multiple court hearings the legal outcome regarding the legal challenges were decided in the favor of Collier County. Nevertheless,the portion of work associated with the overall scope of work will be commencing later than what was previously anticipated,therefore,more time will be required to complete the sediment material compliance testing requirements. 3. Provide explanation why change was not anticipated in original scope of work:The legal challenges to the permit modification were not anticipated because as a matter of law the general public reserves the legal right to challenge the issuance of the permit prior to the permit approval. 4. Describe the impact if this change is not processed:The County will be in violation of the DEP permit conditions 1 for failure to provide the required compliance material testing and could face further fees from the permitting regulatory 1 agency, Type of'Change/Modification ❑ 1. Planned/Elective ; E 2. Unforeseen conditions/circumstance 1 E 3. Quantity or price adjustment 0 4. Correction of error(s) i 0 5.Value added E 6. Schedule adjustment Revised:5/16/12 Packet Page-734- 2/11/2014 16.E.3. change Requeste/Jaay CContractor/Consultant El Owner Using Department Design Professional I Li Regulatory Agency(specify): ❑Others .cify): Purchasing Professional Participated in Negotiation of Change/Modification: Yes No Approved by: ":4011/► Dater Name and Title: Clint Perry p, GC, -.ti ject ,er Reviewed by: 111 Ir Date: /.2.7//:2_ Procurement Strategist's Name: • • Revised:5/16/12 2 Packet Page-735-