Loading...
Agenda 04/08/2014 Item #16E44/8/2014 16.E.4. EXECUTIVE SUMMARY Recommendation to accept reports and ratify staff - approved change orders and changes to work orders. OBJECTIVE: To provide the Board with visibility of administrative change orders and changes to work orders and promote accountability in the use of staff authority. CONSIDERATIONS: In accordance with the Purchasing Ordinance 2013 -69, approved by the Board on December 10, 2013 as agenda item 17.J, staff reports administrative changes to Board - approved contracts of not greater than 10 percent of the current Board approved amount, changes to Work Orders issued under CCNA Contracts that are less than or equal to $200,000, and changes to work orders for all other contracts that are not greater than 10 percent of the current Board approved amount. The attached monthly reports of Administrative Change Orders and Administrative Changes to Work Orders cover the period of February 14, 2014 to March 11, 2014. FISCAL IMPACT: The net total for 6 changes to contracts is a deductive $95.404.91. The net total for 3 changes to work orders is $33.538.00. LEGAL CONSIDERATIONS: This item raises no legal issues and requires majority vote for approval. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: That the Board of County Commissioners accepts the Administrative Change Orders Report and Administrative Changes to Work Orders Report and ratifies the listed change orders and changes to work orders. PREPARED BY: Diana DeLeon, CPPB, Contracts Technician, Purchasing Department Packet Page -1633- 4/8/2014 16.E.4. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.4. Item Summary: Recommendation to accept reports and ratify staff - approved change orders and changes to work orders. Meeting Date: 4/8/2014 Prepared By Name: DeLeonDiana Title: Contracts Technician, Purchasing & General Services 3/17/2014 4:59:45 PM Submitted by Title: Contracts Technician, Purchasing & General Services Name: DeLeonDiana 3/17/2014 4:59:46 PM Approved By Name: pochopinpat Title: Administrative Assistant. Administrative Services Division Date: 3/18/2014 8:49:00 AM Name: DeLeonDiana Title: Contracts Technician. Purchasing & General Services Date: 3/18/2014 5:00:25 PM Name: MarkiewiczJoanne Title: Director - Purchasina /General Services, Purchasing & General Services Date: 3/19/2014 7:45:36 AM Name: WardKelsev Title: Manager - Procurement, Purchasing & General Services Date: 3/20/2014 3:39:57 PM Name: PriceLen Packet Page -1634- 4/8/2014 16.E.4. Title: Administrator - Administrative Services, Administrative Services Division Date: 3/20/2014 4:21:24 PM Name: KimbleSherry Title: Management/Budget Analyst, Senior, Office of Manag Date: 3/28/2014 11:28:09 AM Name: KlatzkowJeff Title: County Attorney, Date: 3/31/2014 8:40:00 AM Name: OchsLeo Title: County Manager, County Managers Office Date: 4/2/2014 12:38:28 PM Packet Page -1635- v @ @ � O O u T 3 C C o C co N ,n n m° m m m E d o N � ° E 66 @ o Di C a c a� � c R) o r U E �� o o 0 v 0 N O U Q o 0 p _ m e V w E U @ N m m a N o > c [a a ^ o o a o m O a O G O m W E Y c o L Q1 f O N a U C @ N W o LL - 0 U A^ '06 uNj o N N O `p m V y O G U O O C C O O E a N E m U w 0 C a @ o y C C O U o' C p 3 E N a) m (v m C() m v m E N .� Qz M m> E o IL C LL m T r O a E o U a m N N C aL.. @ O @ L U @ m m TO m FO a>1 o a U w o U 01 � O a m C o 3 O O m fA N N @ @ to ea O O N @ m Lo C O m m O > O 0 0 a) 'O n o o b9 E a C o OU U U 0)0) M G O U _ > C V @ a O N ° T C ° 3 M C N N O Q C 0 G O M c ° o G E U U <, rn o E m � (D a ti U f» O v3 a L ° m 3 E O a) u C N W C � N @ E C 'm w ❑ c c M v n E ° @ o o o o' O° O h o > m w c E M Co LL Q° C7 U V w rn N ° c @ C d > C > m -° N 'O N Q C V m@ O O ID U •oY U° m M L t0 @ o O a m E Q w m 69 .0 @ 69 U Q vi U UO O U D 'O a) @ N OLO- °� L o E a@ O C U U U @ m m (0 E a) @ m ° d o m - E m o O Q 9 a — @ O T @ @ O m m a a) U U @ L .) > CD O N N O Z N (n O C Q) U @ m m R m a � L d n �� E L � ,a C A ° d E m a) m =o o C7 O R Z Z Z Z C Y @ a) @ u ) N '- C w U N 0 m` cd U1 (D J Y n °c)v 3� 0 0 m O Om° mU ° y0 a OZ�CLJLL 0� r <t -- LJa °- > a U Ua c 0 Cu N C a N 01 N m U m m@ Co m m @ (6 V N U U) U N U U L IL y o y aU) > U a) > L m w Z N > a O a) 0 m 0 LO 06 rn 00 69 O mM c te M > O O a Packet Page -1636- 0 v 0 CN m LO 69 m c O N of O N N r» O N m LO 6q F — C @ N O U C ° O N m N �, a c o m m _ T N m (n a) D Zo C to rM �2 i O Y C`V O c OI L V O 3 m O 4/8/2014 16.E.4. c N 0 O 0 m v v fA o o � N @ @ � O O u T 3 C C o C co N ,n LL C m° m m m E d o N ° E 66 @ o Di c a� � C m N C ° LO 0 ` C w 0 Co N O m o 0 o -° 69 U @ N m N o to to m G o o N U > m O a O G O E Y L Q1 f O N C C @ N W 0 O LL - C f0 o @ a N m cm L O O O E a N E m U c 0 0 a � a o y C C O o' C p 3 E N a) m (v m C() m v m E N .� Qz M m> E IL C LL @ a) T r O O m` o m O a @ m N N C aL.. @ N m @ L U 0) � C FO U 01 � O 07 O C a L N N N U @ O O N @ 3 Lo m m M > O O a Packet Page -1636- 0 v 0 CN m LO 69 m c O N of O N N r» O N m LO 6q F — C @ N O U C ° O N m N �, a c o m m _ T N m (n a) D Zo C to rM �2 i O Y C`V O c OI L V O 3 m O 4/8/2014 16.E.4. c N 0 O 0 m v v fA o o � N � ° m � O O u T 3 C C o C co N ,n L) m o fie O U Vi 7 ° � r Di c a� � = C 69 U_ o O m o 0 o c 0 N m f4 @ _ N to to V C m 7D O N C o ._ G O E Y 0) O L C m U @ � C LL - a 'Oo N y a m O O o O O O E O m._ E c U ° c o o E a o' o M cn °o c y U m U) M m> E @ a) c_ 0) � C N 0 O a) m c 'Z o Lo L .3; O \ —� < = =0CL k Lo 7E E�< m \� °�2 } r �L) k = ` k§ � —E �k� Co \ _ \ Co &�0 2 \ \ to 44 m 2k\ r( E to e J2 � 69 - / m / g ) L _ CL yak - emu \ \ z 5 4 ) 2 \ } 7 2 t a % 2 z > Co = CL ( < < _ ) \{ k\ {< m 0 LL IL CL Q. \\ - } 2/ _ 0 z !2222 / �} pz z z 'o ' D _»±§± _ Co �v § &— .0 ` [ 2»�a De[ B 3 > L)u ±] §\})\ \ ) ) (D \2 k| ° j � \ { p o ) — k J Packet Pam -1637 4/8/2014 16.E.4. �a aw a ecoUY m N w - a E c m O g U E c L) °3 U m d C y O O •'> .Y E O Q N w O C cn O O c E t O U � 46 ` E U w c O Ii m C W C d C m U >p C p 3 m a G C U Q u O Y O w U LLJ Q C 0 o a c m 0 x x W O Z O Z o O � U R wY C Al U m c tE0 O O Z Z Z 's m o m i M d C f > d U 0 a O � d w O o a yO z a O O 0 O O O 0 O fH O 0 0 0 °o R te Z O O v m E U d i _ r O- ° ° o U m o r N L C O O Q LS N 72 O CG O Y C m 3 0 m m _ C N � O to a, N L N E 0 E O L C N 6 O U7 m` O o_ N N Z @ KS �p N CO O o U X N o m ° m at m N C N rnm x c O O C L N_ Q U m F H o m o m N U acket Page -1638- l0 N V O o O d 7 N Z ? ° o Q D > T C) Q > (U > (U .- O -Oo O N N 0 O N N O 0 LO 0 co fie CD O O KJ °o L Q Z r rn � N � N c6 Y M =3 J j C a� Y IL d `o cu N U L F- m E N O d O `o. m v � � N N O y N C o c N L ` C O �p C O O O U O m C a m o � N C N N d N CD m C N L O C O O 7 O 2 U E m` O n N N Z @ C7 o cc w F- u O� 0 0 c ° m at m N C N rnm x c O O C L N_ QuoUZ N o m o F- d N acket Page -1638- E N A O L C U C: m O U N z C) Q > C > (U N O E P Cl) co r- 0 O M ti Ifi N O 69 O m N 69 0 bs Q Z N O E°' 7 N C_ 6 'o m IL d 10 !fl c m V) (4 O co co n: �- W C>- W N T a � c L O U w tf C U N 'O N (Np 7 Y O N 3 c 0 m •o o � o U 'p N @ o o $ m C c c o m C Co � _ a v o O N U L (p a O1 .E N C O o' m � m to N N > O a � L 7 0 C m U O O L N 1,4 co o c N L ` C O O C, N R O O O O U > c m (6 N o U N "O O N C > C C O N E OU d O (6 U C) ` m > 07 m C7 o cc w F- u O� 0 0 c F o d N C C fQ E U @ O m O O d o m o U c d N acket Page -1638- O M K c 0 O E Q O Y O tll d m I C U 0 4/8/2014 16.E.4. Cori' County Administarive Sefvices Division ?urchasi,m ® Contract Change Request 4/8/2014 16.E.4. Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: 13 -6136 Change #: 01 (one) PO/Work Order #: ect Name: "Forest Lakes MSTU 7/5/2014 4500148060 TPhase II & III Sidewalk, Lighting, Last BCC Approval Date; Agenda Item # Current Contract /Work Order Amount $ 948,353.43 dscape and Turn Lane Project #: [4_500148060 Project Manager: Darryl Department: ATM Dept. avements ". Contractor /Firm Name: Quality Total Change from Original Amount Richard, Project Manager $ 810,676.70 Enterprises Inc. I 1 Aa.G :l h Current BCC Approved Amount , Lh? 3S ::� f C­e f �i ' f � 7_" S 1'.4 r va f:. t "5C..C_ Cot, 7/5/2014 $ 948,353.41 ,F Last BCC Approval Date; Agenda Item # Current Contract /Work Order Amount $ 948,353.43 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ (137;676.73) - 14.52% Total Change from Original Amount Revised Contract/Work Order Total $ 810,676.70 - 14.52% Change from Current BCC Approved Amount Cumulative Change I $ (137,676.73) - 14.52% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change O completion date: 7/5/2014 Last approved completion date: Revised completion date (includes this 7/5/2014 change): 7 /6/2014 Number of days added: 1 (one) Each step on the contract m dification checklist form has been reviewed prior to me submitting for approval DR yfIL2 this box must be initialed by Project Manager) i Add new task(s) Change task(s) Delete task(s) ® Other (specify): 1 (one) day added to contract 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the additional days added: Removal of items in contract: The cost to the project, although within the estimated cost would have created a financial burden for the MSTU. The hope was that the bids would come in lower than estimated. Other changes are related to utilities found to be in conflict with the original scope of work. Utilities were surveyed prior to the design of the project utilizing existing county as -built drawings and GIS database; however, during construction certain utilities were found that were not identified and adjustments had to be made accordingly. In relation to utilities and adjustments the existing signalization electronics had to be re- installed after the old asphalt was removed to ensure proper operation of the traffic light at the Main Entrance. Days added to contract: 1 (one) day added to contract due to rain event on January 30, 2014 which was requested as 1 (one) day delay by contractor on 1/30/14. ALTERNATES REMOVED: COST VARIANCE REMOVE Bid items 6 thru 12 [- $47,618.93] REMOVE Bid items 13 thru 47 [- $391227.85] REMOVE Bid items 48 thru 72 [-$42,747.15] REMOVE Bid item 73 [-$5,692.50] REMOVE Bid item 74 [- $435.60] REMOVE Bid items 76 thru 86 [-$9,807.901 REMOVE Bid item 87 [- $2,640.00] TOTAL REMOVED ALTERNATES: [- $148,169.93] TOTAL DEDUCTIVE ADDED ITEMS TO CONTRACT: COST VARIANCE Bahia Sod at Front Entrance Area $1,078.40 ADD Black base 4 inch min. cover for existing Century link fiber optic utility 3 350.00 ADD Revised: 7126/13 1 Packet Page -1639- Fiber Optic line relocation for Traffic Operations Add Concrete for vehicle parkina Loop Assembly Type F (Qty. 2 @ $1.265.00)= Loop Assembly Type B (Qty. 2 @ $690.00)= DRIGINAL CONTRACT AMOUNT: TOTAL DEDUCTIVE CHANGE: TOTAL ADDITIVE CHANGE: NET CHANGE: REVISED CONTRACT AMOUNT: $4,980.00 ADD 4/8/2014 16.E.4. $ 174.80 ADD $2,530.00 ADD $1.380.00 ADD +$10,493.20 ADDITIVE TO CONTRACT $ 948,353.43 - $148,169.93 +$10,493.20 - 6137,676.73 $810,676.70 2. Provide detailed rationale for the requested change: Change items with justification are as follows: 1. Items Removed from Contract: Rational for removal of items in bid is to not create a financial burden for the MSTU. 2. Items Added to Contract: The additional Bahia Sod is added to the front entrance area in lieu of irrigated floritam sod in order to lower the maintenance cost associated with sod maintenance. The additional Black Base (4 inch) is added to ensure protection of found utilities in the new Right Turn Lane. Fiber Optic found required relocation by contractor to avoid having the new asphalt installed over an existing fiber optic network so that the weight of vehicles does not damage that utility. Additional concrete is added to make the parking pad 6 inches thickness versus 4 inches in order to accommodate heavier vehicles that may require access to existing Centurylink utility sub- station. Re- Installation of the Qty. 2 Type F Loop Assemblies and the Qty. 2 Type B Loop Assemblies is required in order to replace the existing loop assemblies that had to be removed during the milling of the existing asphalt so that the Right Turn Lane may be installed. 3. Provide explanation why change was not anticipated in original scope of work: Removal of items in contract: The items were in original scope; however, are removed so that a financial burden is not created for the MSTU. The items added to contract are value added in that the installation of Bahia Grass versus floritam sod will lower the on- going maintenance cost and reduce irrigation water usage. Added Black Base (4 inches) will ensure that utilities found underneath the new Right Turn Lane are protected from vehicular traffic which will pass over those utilities. The relocation the Fiber Optic line will ensure that the fiber optic line is not directly underneath heavy vehicle traffic. The re- installation of Lne Qty. 2 Type F Loop Assemblies and the Qty. 2 Type B Loop Assemblies will provide for new improved traffic signalization to replace the old Loop Assemblies which were required to be removed during milling of the existing asphalt. 4. Describe the impact if this change is not processed: If not processed the items in contract that are to be removed for 'cost reduction' would remain in contract resulting in financial burden to the MSTU. Items added that would not be done would result in areas not being covered by sod and left bare soil, utilities found not protected from heavy vehicle traffic, damage to concrete sidewalk by utility vehicles and improper /non- functional signal at intersection. � I Type of Change / Modification © 1. Planned / Elective 2 Unforeseen conditions /circumstance 1 ❑C 3. Quantity or price adjustment ❑ 4. Correction of errors) ®5. Value added ® 6. Schedule adjustment Change Requested By �® Contractor /Consultant 1 ® Owner ®Usin Department © Design Professional ❑ Regulatory Agency (specify): Z Other (specify): MSTU advisory committee Purchasina Professional Participated in Neaatiation of Changer Modification Z Yes No Approved by: P Date: Name and Title,/Da' yl Richard, /roject anager Reviewed by: / f, / Date:, r i . )curement Strategist's Name: Rhond2 —F' turnings \t Y ` J t Revised: 7126,113 2 Packet Page -1640- 4/8/2014 16. E.4. , y C�o�er Cam _ qty Adn>inistmweSemr. Ciuis'�n Purchasing Department Purchasing Change Modification Form ® Contract Change Request ❑ Work Order Modification Contract #: Change*: PO/Work Order #: Project Name: 13 -6010 2 4500143935 Public Utilities Master Plan FProject #: Project Manager: Department: Planning and Contractor /Firm Name: 70031 Nathan Beals Project Maria ement AECOM Technical Services, Inc - - - -- �� • � i Current BCC Approved Amount 1 $ " "'•' Current Contract/Work Order Amount ( $ UVI uw14011 3, -)bC; /- }Unginal BCC Approval Date, Agenda Item #I 649;960 0 I_l " " "''" "11g °a "" &`N /A'( I Last BCC Approval —t-)ate, Agenda Item # 649,960 OOt 2/27/2014] ,SAP Contract Expiration Date (Master} Dollar Amount of this Change �. ,,$, 000 0 00% Total Change from Onginai Amount Revised Contract /Work Order Total $ Cumulative Changes $ 649,960 001- 0 0000 :Change — from Current BCC Approved Amount i J �Addnew a sk(s) Change task(s) Delete task(s) Other (specify) 0 00 0 00% 1 Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the' Change Original uar completion date Last approved completion date Revised completion date (Includes this .January 15, 2014 February 27, 2014 change) August 26, 2014 i Number of days added 180 ,J 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) i J �Addnew a sk(s) Change task(s) 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 ay days added: Increase the Protect Milestone Schedule time for the enbrp project by 180 days The total time (Including Change Order 1) will now be 440 days -- 2. Provide detailed rationale for the requested change: The additional time is needed to accommodate scheduling of Development Services Advisory Committee meetings and Board of County Commissioners Meetinas 3. Provide explanation why change was not anticipated in original scope of work: The time was originally calculated to only deliver the work - product The schedule for presenting the work product to committees and boards was unknown at the time of contract negotiations and staff will need expert technical assistance during oresentatlons 4. Describe the impact if this change is not processed: If this change is not processed the consultant will not be able to provide expert technical assistance to staff dunno the review and approval process of the Public Utilities Master Plan which is linked to Public Utilities Rate Studies Not havina expert technical assistance could lead to the delay of in the approval of the Public Utilities Rate Stud s d b d Ie an a u aet snort fall m Fiscal Year 2015 Type of Change / Modification LJ LJ 1 Planned 1 Elective I 0 -2 Unforeseen conditions /circumstance 3 Quantity or rice ad ustment 4 Correction of error(s) 5 Value added ®6 Schedule ad ustment I. Change Requested By Contractor /Consultant -Z Owner Using Department Design Professional Requlato Agenc fs eci Other (specr ) Purchasing Professional Participated in Ne otiation of Change / Modification Yes No Approved by Date Name and Title Tem�Chmelik, P E , Director Reviewed by / -{�;t h C J!�? Date f I f i tf Name and Title Brenda Bnlhart,,procurement Strategist Revised 7/26113 1 Packet Page -1641- 4/8/2014 16.E.4. C n7 r C0114Xt r Purchasing Department A_14tT*1l+10-- NIS& Change Modification Form Purchasing Contract Change Request ❑ Work Order Modification Contract #: 13 -6101 Change #: 1 PO(Work Order #: j Project Name: White Boulevard Sidewalk 4504146263 i LAP Construction improvements Project #: 33203.'; Project J Manager: Department: j ContractorlFirm Nance: Quality �Piv 42ygui -1 -56- oseph F. ue;ate, ASL.F,, j 'iransponation Engineering ( Enterprises, Inc. j D1 I PLA I Original Contract/Work Order Amount S 266,680.15 : 9/10113' Original BCC Approval Date; Agenda Item # Each step on the contract modification checklist form has been reviewed prior to me Current KC Approved Amount $ `.26£i:680.15 16.A.38 Las" BCC Approval Date, Agenda Item # 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and/or the additional days Current Contract/Work Order Amount $ 266.680.1:5 61112014 ASAP Contract Expiration Date (Master) relocation of additional mailboxes; adjustment of concrete quantity for additional driveway reconstruction: a slight reduction Dollar Amount of this Change $ - -- 14:238:00 2. Provide detailed rationale for the requested change: Following construction award of this FDOT LAP sidewalk project, , 5,34%1 f r'atal Change from Original Amount 3. Provide explanation why change was not anticipated in original scope of work: Some of these items were i Revised Contract/Work, Order Total S 230.918.15 product to the public. 5.3490 'Change from Current BCC Approved Amount Cumulative Changes ( $ 14238.D01 I 5.34 %1 Cnange from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original Substantial corppletion Last approved Substantial Revised Substantial completion date date: June 1, 2014 Final %/1 ; i41 completion date: June 1. 2014 ; Final 7fllinciudes this change). June 1, 2014 ; Final ?� Number of days added. 0_ _. Each step on the contract modification checklist form has been reviewed prior to me submittinc for aporovai JFD (this box must be initialed by Project Manager) Add new task(s) Change task(s) ❑ 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 days added: A field review identified several items that are required to be added or adjusted in order for the project to be constructed in a safe and sound manner and meet all code requirements and FDOT standards. These items are: addition of thermoplastic markings at the crosswalks; addition of "end of pathway" signs; adjustment to the quantity and type of sod to match the sod in adjacent yards; addition of certified "as- built" drawinas to meet FDOT requirements; adjustment due to relocation of additional mailboxes; adjustment of concrete quantity for additional driveway reconstruction: a slight reduction in quantity of concrete due to the reduction of sidewalk length that will accommodate a detour required by the future construction of the Cypress Canal bridge; and additional removal of concrete from driveways. These items are considered as added -value and provide the County with greater benefit without any tear -out costs. 2. Provide detailed rationale for the requested change: Following construction award of this FDOT LAP sidewalk project, , ja detailed field review was completed. The field review identified several items that are required to be added or adjusted in order for the project to be constructed in a safe and sound manner and meet all code requirements and FDOT s andards. i 3. Provide explanation why change was not anticipated in original scope of work: Some of these items were i Inadvertently omitted from the original design. The addition of these items brings added value to the project without tear -out costs. Some of the ite =^ns are a refinement of the design after a thorough field review and present a better and safer final product to the public. i 4. Describe the impact if this change is not processed: The project would not be built in a safe manner and could cause j accidents and falls to the pedestrian and riding public. L c::� e :- -•w t. �:. ��.0 - �•� �� Type of Change 'I Modification 1 Li 1. Planned / Elective 2. Unforeseen conditions /circumstance _( 3. Quantity or price adjustment 4. Correction of errors) a"_ Value added ❑ 6. Schedule adjustment v��a�ryc �ica.�wca4vu ur Packet Page -1642- 14 Revised 7,2EJ13 Approved by: Date: 2/6/14 4/8/2014 16.E.4.'�- Name and Title: Joseph F. Relate, ASLA, PLA; Senior Project Manager Reviewed by: I Date: 2 Zd Procurement Strategist's Name: /YI , . _ _ _ _ _ _ . Revised: 7,126113 2 —. -- Packet Page -1643- CO #er COi Administrative- Services [3ivisiai Purchasing Contract Change Request -_ 4/8/2014 16.E.4.'. i Purchasing Department Change Modification Form Work Order Modification Contract #: 13- 6067_ Project #: 33192.1 Change_ #_1 _ PO #: 4500149225 Project Manager: Department: l James Sainviius Immokalee CRAIIVISTU 1 Project Name: Zccalo Contractor Name: Surety Construction Original Contract/Work Order Amount $ 579256.00 12/10/13, 1$136 Original BCC Approval Date, Agenda Item # Current BCC Approved Amount $ 579,256.00 12/10/13,'16B6! Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 579,256.00 5/19/2014 SAP Contract Expiration Date (Master) Dollar Amount of this Change $8,472.82 1.46% Total Change from Original Amount Revised Contract/Work Order Total $587,728.82 1.46% Change from Current BCC Approved Amount Cumulative Changes $8,472.82 1 A6% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change I ^Original completion date: Last approved completion date: Revised completion date (includes this May 29, 2014 May 29, 2014 change): May 29, 2014 Number of days added : 0 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval JS (this box must be initialed by Project Manager) © Add new tasks) ❑ Change tasks) ❑ 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 days added: Unforeseen conditions that are discovered during the performance of the work. Contractor had discovered art existing footer along the West side of the property line. To remove the footer the Contractor will need a backhoe with hammer, a loader and a dump truck plus dump fees. During the County Building Permit review a few changes were requested, 8 lockable weatherproof disconnect switches Bench circuitry, 2 - weatherproof EM Beghelli fixtures, ground rods and clamps. Provide detailed rationale for the requested change: For about a day - Mobil izationldemolization of hammer, then backfill, clean up of other "trades, muck, rock and unsuitable material removal. The new electrical work will be added to the Electrican installation duties. 3. Provide explanation why change was not anticipated in original scope of work: I This change was due to "unforeseen conditions" resulting from an old foundation discovered below grade during excavation and the electrical and ramp changes came as a result of County Building Permit Review, which was after the I original scope of work went out for bid and awarded. 4. Describe the impact if this change is not processed: If this change is not processed it will delay the project and miss the grant expiration date, perhaps lose the grant due to not meeting the due date. Type of Change /Modification ❑ 1. Planned / Elective [ i 2. Unforeseen ❑ 3. Quantity or price adjustment conditions /circumstance ❑ 4. Correction of errorts) I ❑ 5. Value added ! , 16. Schedule adjustment Change Requested By ❑_Contractor /Consultant Owner I 1 Using Department ❑ Design Professional ❑ Regulator y Agency (specify): ❑ Other (specify): Purchasing Professional Participated in Negotiation of Change / Modification: ® "es D No Retidsed 5.16.12 Packet Page -1644- 4/8/2014 16.E.4. Approved b Date: Name and Title: Reviewed by: Date: 'Z Zd Procurement Strategist's Name: LL/ ' Re -vised 516.12 Packet Page -1645- collier C oulity AdrninJstBtiveS-_MoesDw!s& Purch2S1.119 E Contract Change Request 4/8/2014 16.E.4. -�' Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: 13 -6 137 Change# 3 PO/Work Order Project Name: J-1 HVAC System Current Contract/Work Order Amount 4/9/2016 SAP Contract Expiration Date (Master) Procurement S,tiatbtfist's Name: 4500147834 Replacement i Project #: 51031 1 Project Manager: Hank Department: Facilities Contractor/Firm Name: Deangelis Jones —Diamond Construction Inc Original Contract/Work Order Amount rw�5 MM., ��# ', -.00, i!9/24 Original BCC Approval Date; Agenda Item # 1 Name and Title* - i — Current BCC Approved Amount BCC Approval Date; Agenda' Item '1F' Last Reviewed by.- - L Current Contract/Work Order Amount 4/9/2016 SAP Contract Expiration Date (Master) Procurement S,tiatbtfist's Name: Dollar Amount of this Change -12.50% Total Change from Ordinal Amount Revised Contract/Work Order Total 7—$ 4,534,763.0012.5 0 To Change from Current Approved Amount ,BCC Cumulative Changes S (648,082.00) D.12% Change from Current Amount Com D-p r " s ) Cg* r, 'i tid the Task 9 C i Original completion d ate: 12/1/14 Last approved completion date: Revised completion date (includes this Phase 1 12/1/14 Phase I change),- '112/1/14 Phase I Number of days added: 0 l Each step on the contract modification checklist form has been reviewed prior to me submitting for approval HJ (this box must be initialed by Project Manager) LJ Add new tasks}_F ange task(s) 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 days This is to door added: change add a opening in the opposite side of the kitchen to facilitate food service during construction of hallway adjacent to Pods * 2a, 2b, and 2^_ 2. Provide detailed rationale for the requested change: The new door opening in the kitchen is necessary to avoid interference with food service and inmate mingling with construction workers during demolition and installation of duct work in hallways. 3. Provide explanation why change was not anticipated in original scope of work: during the start of Phase 1 it was it was determined that instead of building a temporary wall separating the hallway by the kitchen area, jail personnel requested I instead to make an opening in the opposite hallway that will have access to the kitchen with no interruption of work. 4. Describe the impact if this change is not processed: hallway work would be longer than anticipated and food service out of kitchen would be disrupted. �."-"-",-Ty'pe'df ChAhtiel��Modificatidh 7 11 Planned Elective 1 ❑ 2. Unforeseen conditions/circumstance I ❑ 3. Quantity or price adjustment 1 ❑ 4. Correction of error(s) 5. Value added i ❑ 5. Schedule adiustment ',.Requested i3y '_-­"-4. 2 1 —D contractor/consultant 7 Owner U �si n D;partment Design Professional E] RequlatDa Agency (specify): Sheriff Dept. I Other (specifft urchasing Profe,,inpgTP;;Ckiripated1 in Ne§oi)iation of Change / Modification: Z Yes 0 No Approved by. Date.- % 1 Name and Title* - i — Reviewed by.- - L Date: r7l /—;4/— Procurement S,tiatbtfist's Name: Revised: 712613 1 Packet Page -1646- Achiristahe :Satk-s 1diY1 lon �?urha5ing contract Change Request 4/8/2014 16.E.4. I Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: Change #: - POlWork Order #: Project Name: NCRP Water Slide Tower 13 -6125R Last BCC Approval Date; Agenda Item # 4500146254 Painting and Renovation Protect #: 80,119 Project !Manager: Department: FMD Contractor /Firm Name: 158,060.00 Vickv Ahmad Change from Current BCC Approved Amount FA Remodeling and Repairs, Inc. Original Contract /Work Order Amount Current BCC Appra�ed Amount Current Contract /Work Order Amount ; Dollar Amount of this Change , Revised Contract/Work Order Total Cumulative Chanaes 1431760:00 9/1 '16Q Original BCC Approval Date; Agenda Item # ? j 9/10113A -6D4 Last BCC Approval Date; Agenda Item # 143,760:00 _ N/A _.. . SAP Contract Expiration Date (Master) 14,300c00 9.95% Total Change from Original Amount 158,060.00 `�.'r1i;�"rf� Change from Current BCC Approved Amount 14,300.00 9.95% Change from Current Amount Completion Date, Description of the Taski Change, and Rationale for the Change Original completion date: Last approved completion date: Revised completion date (includes this February 15, 2014 February 15, 2014 change): February 15, 2014 Number of days added: 0 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval VA (this box must be initialed by Project Manager) Add new task(s) _ Change task(s) Delete task(s) El Other (specify): 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) andtor the additional days added: r WD#1 — While replacing the clamp on one of the pipes the plumber found a crack on the fiberglass just above the pipe he was working on. The cost to repair the fiberglass is ................... ............................... WD #1 ... $ 920, WD#2 — See Change Order #1 for explainations to this WD#2. 1. Replace the 8" pipe_ ....................... ........_..-............................ ................... .......... .....1,390 2. Replace all hangers /clamps to Hot Dipped galvanizes ................... .................. .............. __ 4,390 Total WD#2 $5,780 Item G- $5,000 allowanew for unforeseen repairs, - 5.000 Revised Total WD #2 $ 780 WD #3 — 1. We asked the contractor to repair, prime and paint 10 areas of the rusted arms of the water slide supports; This work is a small portion of Alternate 62 of which the original bid amount was $37,000; the cost for this work including the additional scaffolds is ... ................................ __ ................................ ........................$11,600 2. During our walk thru on 12/4/13 one of the park staffs asked to raise the posts at the top deck; he was concerned of the safety of the lifeguard standing on top of the step ladder watching the kids sliding down the water slides. The cost to add 6 extension posts is_.. ..... ................... ............................... 31.000 Total WD #3 $12,600 GRAND TOTAL CHANGE. WD #1 +WD #2 +WD #3 = $14 340 2. Provide detailed rationale for the requested change: WD #1 and WD #2 -1 The leaky fiberglass, pipe and hangers /clamps need to be repaired /replace that is causing some corrosions on the structures of the water slide tower. WD #3 — 1. The slide arms are rusty and should be repaired before the rust gets worst and damage other parts of the slide. 2. Extending the height of the posts would provide additional safety to the lifeguard at the deck. 3. Provide explanation why change was not anticipated in original scope of work: The water tower is approx 60' high and these added repairs were not accessible during the initial site visit. Extending the height of the posts was brought to our attention ouring the inniai wail: througn. 4. Describe the impact if this change is not processed: WD #1 and WD#2 -1 — if we don't fix the leaks on the fiberglass, the 8" pipe and replace the hangers /clamps, it would cost more money to pay for the amount of water Joss from the leaks, hire another plumber and mobilize all equipments. WD #3 — 1. The rust on the slide arms would get bigger and damage other areas of slide and would cost more to fix later. 2_ if we don't raise the posts, it would be a big liability to Parks & Recreation if the lifeguard falls over the deck. Revised: 7126113 1 Packet Page -1647- 4/8/2014 16.E.4. 11. Planned / Elective 1 2. Unforeseen conditions /circumstance I LJ 3, Quantity or once adjustment 4. Correction of error(s) i 5. Value added I LJ 6, Schedule adjustment Change Requested By Contractor /Consultant I Using Department L-J Desion Professional [J Regulatory Agency (specify): t LJ Other (52 if 1 Purcnasinc Professional Partictoated in Neaotiation of Change i Modification: LJ Yes 0 No Prepared by: Vicky Ahmad Name and Title: Vicky Ahmad, Project Manager Reviewed by: orres, Phrizipal Project Msnage,".�( Procurement S',rate`i N Packet Page -1648- Date, 11 Al -1 // 40rrtrvst- tr Services owsion ❑ Contract Change Request 4/8/2014 16.E.4. i Purchasing Department Change Modification Form ® Work Order Modification act M 09- , 9C1- Testin Change M 2 PO/Work Order #: 45- `r Project Name: Beach Renourishment : ct M 195 - E Project ManagCiint 148301 Department: Natural Sediment Testin Com liance Contractor /Firm Name: Ardaman & V Resources CZM Associates, Inc. Original Contract/Work Order Amount Ori anal BCC Approval Date; g pp Agenda Item # Current BCC Approved Amount $ NT.A Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $$ 1+4,5.nn= 3/8/2014 SAP Contract Expiration Date (Master) Dollar Amount of this Change $O.OD 0.00% Total Change from Original Amount Revised Contract/Work Order Total $14 5DO.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $0.00 0.00° Change from Current Amount Original Completion - Date, Description of the Tasltjsj Change, and Rationale for the Change date: 12/20/13 I Last approved completion 1 3/20/14 Revised completion date (includes this change): 5119/14 '.- Number of days added: 60 Each step on the contract ification checklist form has been reviewed prior to me submitting for approval r (this box must be initialed by Project Manager) Add new task(s) hange task(s) (specify): 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) 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, in addition the scope of work increased as the result of more sand placement on Bay Colony beaches, 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 for failure to provide the required compliance material testing and could face further fees from the permitting regulatory agency. Type of Change /`Modffication or Packet Page -1649- _ _ Revlsetl:5/16/12 t 4/8/2014 16.E.4. Revised: 5/16112 2 Packet Page -1650- ! :1 f . Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: Octot�er Last approved completion date: Revised completion date (ndudes this 16, 2843 2014 October 16, 2014 change): October 16, 2014 Number of days added: 0 Each step on the contract modification checklist form has been reviewed prior to me isubmitting for approval KL (this box must be initialed by Project Manager) Add new skin) r►, � ,. rrovroe a detailed and specific explanation of the requested change(s) to the task--s) and /orthe additional days added: Expand survey crossections to a 50' corridor which allows for a more gradual berm slope design and revise quanities and opinion of cost based on the adjusted slope, 2. Provide detailed rationale for the requested change: Original 2:1 slopes were used to minimize the footprint of construction for permitting purposes. However, after meeting with the Army Corps of Engineers they will require the same Nationwide Permitting with the expanded footprint exoanding the the crossections to a 50' corridor. Therefore with the same permitting requirement a more gradual sloped berm is desired to provide easier maintenance and eliminate the need for as much rip /rap rock in the slope. 3. Provide explanation why change was not anticipated in original scope of work: until meeting with the Army Corps of Engineers it was anticipated that the Nationwide Permitting would not be required and therefore the original scope of work was for the limited footprint for the crossections of the berm, 4. Describe the impact if this change is not processed: The reduced crossections would be utilized with the limited footprint that would be designed with the steeper side slopes. Type of Change / Modification 1. Planned /Elective I 2. unforeseen conditions / circumstance 3. Quantft or 4. Correction of errors) 5_ Value added 6. Schedule a Change Requested By COlitrd.aoNCnnculi�nt r,.....�_ - Approved by; Participated in Negotiation of Chanqe / Modification• u v>;ner tspec Yes No Packet Page -1651- Date: Revised: 7/2&13 1 4/8/2014 16.E.4. Purchasing Department Change Modification Form ❑ Contract Change Request ® Work Order Modification Contract #: 09 -5262 Change #: 1 k Order #: Project Name: North Berm Restoration Project #: 50107 Project Manager. Kyle Lukasz 4500147 14 D partment: Pelican Bay Contractor /Finn Name: Agnoii Barber & Services Bninda e, Inc. on c" Contract/Work Order Amount $ Current BCC Approved Amount 25,155.00 Original BCC Approval Date; anKe Item # Current Contract/Work Order Amount $ #N /A Last BCC Approval Date; Agenda item # n _ 25,155.00 b�1b�7�61'd- Dollar Amount of this Change 9 $ Revised Contract /Work Order Total 5,700.00 22.667% SAP Contract Expiration Date (Master) Total Change from Original Amount Cumulative Changes $ 30,855.00 #N /A 22.66 °�6 Change from Current BCC Approved Amount $ 5,70D.00 Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: Octot�er Last approved completion date: Revised completion date (ndudes this 16, 2843 2014 October 16, 2014 change): October 16, 2014 Number of days added: 0 Each step on the contract modification checklist form has been reviewed prior to me isubmitting for approval KL (this box must be initialed by Project Manager) Add new skin) r►, � ,. rrovroe a detailed and specific explanation of the requested change(s) to the task--s) and /orthe additional days added: Expand survey crossections to a 50' corridor which allows for a more gradual berm slope design and revise quanities and opinion of cost based on the adjusted slope, 2. Provide detailed rationale for the requested change: Original 2:1 slopes were used to minimize the footprint of construction for permitting purposes. However, after meeting with the Army Corps of Engineers they will require the same Nationwide Permitting with the expanded footprint exoanding the the crossections to a 50' corridor. Therefore with the same permitting requirement a more gradual sloped berm is desired to provide easier maintenance and eliminate the need for as much rip /rap rock in the slope. 3. Provide explanation why change was not anticipated in original scope of work: until meeting with the Army Corps of Engineers it was anticipated that the Nationwide Permitting would not be required and therefore the original scope of work was for the limited footprint for the crossections of the berm, 4. Describe the impact if this change is not processed: The reduced crossections would be utilized with the limited footprint that would be designed with the steeper side slopes. Type of Change / Modification 1. Planned /Elective I 2. unforeseen conditions / circumstance 3. Quantft or 4. Correction of errors) 5_ Value added 6. Schedule a Change Requested By COlitrd.aoNCnnculi�nt r,.....�_ - Approved by; Participated in Negotiation of Chanqe / Modification• u v>;ner tspec Yes No Packet Page -1651- Date: Revised: 7/2&13 1 and Title: Packet Page -1652- Revised: 7126113 E.4. ./0 t. t� E iz 1 4/8/2014 16.E.4. Purchasing DeparEmeht Change Modification 'Form lgyVork Order Modification Contract #• 0i3- Cha Change*: 1 ' POIWork Order #: Project -Name. `Dora[ Circle ` 8 Original BCC Approval .Date; Aganda Item # �4t0b,142739 Vliatliilwastewater S' tern Re lacement P act[ #: 71010.13 n4i, Project ject Manag'sr: Diana Department: =PBMD Ciontractor/Firm Name, Q:'Grady'Minor Watec7004t3.12 Dueri Total Change from Oci iriaf Amount Revised Contrt ct/Work Order Total K4. Wes #evvater Change from Current 8CC Approved Amount Cumulatnre`Cttanges S' 27;838.t70 73:830% &4aimpTeEtdtt,late� Dearit�iifhe'ask(s) C}tai%ge, and'tonttle for tie Chae On anal com letion date: flriglftsil tWontract/Wark Order Amount Tr7Gl' i;w- D.911Q.« AD= Original BCC Approval .Date; Aganda Item # Currenrt ACC Approved Amount v0$i'1 1zC Last BCC Approval Date; Agenda Item # CtttrenE ont6ct/H17orlt Order Amounf- € 9/212014 SAP Contradt Expfratiori' Sate {, asier) , Doflar Arn6brd of thls Change n9 -` o $ , 73;83% Total Change from Oci iriaf Amount Revised Contrt ct/Work Order Total $ 65,5A5.32 ti A Change from Current 8CC Approved Amount Cumulatnre`Cttanges S' 27;838.t70 73:830% Change from Current.Amount . &4aimpTeEtdtt,late� Dearit�iifhe'ask(s) C}tai%ge, and'tonttle for tie Chae On anal com letion date: 1ast,approved com letion' -4ate: Revised corrlpietion date (includes this 09102/20114 . 09)02/2014 change): Nurnber'of days added: 0 Each step on'the contract: Modification checklist form has been reyiewed:priorto me submitting forapprovalZI) (this box must be initialed by Project Manager) .Add,new task(s) TYChangs task(s) Delete task(g) Other,(speclfy); �t. Provide a detaile.d and specific explanation of the requested change(s)to the.task(s) and/or the.additiohai „days coiled., Task t3 Construction Adriiintstration need' c be increased _by $27 8 .00 to cover'the fiollowing`majar �E,Wuation ofpotential partial wastewater system abandow ient -in -place in Jieu of total -removal to all quicker reconstruction oftheproject • uatfon of the total pavement reconstruction in sll areas in l ieu of pavement patching with a total overlay, an rmpmvgment in the yeeraia 'final projeck . • 6vaiut ion of completing: the pavement reconstruction in multiple phases to allow quicker restoration to be completed to portions of the project to t1nimize castoiner disruption. • ' va3ualion and assistance with nogotial an with FPL with the relocation of the replacementgravity.main from the•wesi` side of theirtransrnlsseon easeinentto the east side to avoid "diving" the gravity main along the canal; and to rmprgvt: -the future aVi ity to rnaintain the gravity main -by Collier County. fi.41uation and development of "an' alternative; site: plan to assist" in minimizing the duration of the bypass pump system daring pump ,�sta'tion replacement, This ,was :c6mpleWd to rri nirnize noise to customers. • $evising the proposed "above grade" piping and ARV configuration' on the replacement pump station at the site. • 'Due to changes with County inspectors during construction, Q; Grady Minor had to provide. interim observer until new County inspector became �&I iliar with the project. This inspection service was also provided to maintain -continuity ofthc project. Provide detailed rationale_fortherequetteq change: During the project, a utility confict was discovered. In the process ` of correcting the conflict, addltibnat road restora%ion was required and this resulted in.the need foraddliional design and - construction admirnstration .consultant time. - Provide explanation wiry change was not anticipated in original scope of work: All these items were unforeseen conditions, 4 0akerlbetthe: lmpact'if this change: is not processed: The project will be delayed, causing additional Impact public and the project wili not be `certified by FDEP. to the Revised: 7121111.3 I Packet Page -1653- - -- — — "— 4/8/2014 16.E.4. -- --, T a aCtaan e I Mod 9 icatipn P ,9. 1. Planned /Elective El 4.'Corcection of errors 2'. Unforeseen conditions /circumstance 5: Value added 3. Quanti or rice adjustment 6: Sohedule ad'ustment change-Requested.By JZ ContractodConsultant owner Usin Department Des i n`Professiona{ Re' ulata yA enc R(spe i Other's ec(f Purctwasin` Professional Partici .ated in Negotiation .of Chan e / Modification: Yes Na Approved :b : Date: 0212412014 Name -and Tft(e1 Diarra<Dueri — Project Manager PPMD Reviewed by: BB Date: 3 Procurement Strategist's Name: Revised: 7/26113 . 2 Packet Page -1654- Q, Grady Minor Change Order Number 1 for Doral Circle — Cost Breakdown 4/8/2014 16.E.4. item Description from Change Order Justification Amount Evaluation of potential partial wastewater UNFORESEEN AND CUSTOMER $1,062 system abandonment -in -place in lieu of total DRIVEN: Plan was to remove all removal to allow quicker reconstruction of sewer. Depth proved difficult and the project. impacted residents severely. Also, 1 assisted in minimizing conflict with other existing private utilities. Was responsive to customer needs as evidenced by one AIMS issue and one complaint. Evaluation of the total pavement CUSTOMER DRIVEN: Could have $1,200 reconstruction in all areas in lieu of been foreseen, but it was thought that pavement patching with a total overlay, an patching would be sufficient. After improvement in the overall final project. experiencing the impact to the neighborhood and physically seeing the extent that would have been 2 patched, a complete overlay on all streets was the right solution. Construction cost was slightly higher but will provide for substantial improve roadway surface and future live. Review was required. Was responsive to customer needs. Evaluation of completing the pavement UNFORESEEN AND CUSTOMER $411 reconstruction in multiple phases to DRIVEN: Plan was to overlay all allow quicker restoration to be completed in streets at the end. After experiencing 3 portions of the project to minimize customer the impact to the neighborhood, the disruption. right solution was to overlay sections. Was responsive to customer needs as evidenced by one AIMS issue and one complaint. Evaluation and assistance with UNFORESEEN: The wastewater $2,160 negotiation with FPL with the main would have been extremely relocation of the replacement gravity main difficult and dangerous to install in the 4 from the west side of their transmission original location. The contractor tried easement to the east side to avoid "diving" to dewater, but could not keep up due the gravity main along the canal; and to to the close proximity to the canal. improve the future ability to maintain the Therefore, the main needed to re- gravity main by Collier County. located. Evaluation and development of an UNFORESEEN AND CUSTOMER $1,900 alternative site plan to assist in DRIVEN: Adjustment of the pump minimizing the duration of the bypass station site allowed for less disruption pump system during pump station of customers during bypass 5 replacement. This was completed to operation. Also, the connection to the minimize noise to customers. incoming force main was not where it was shown on the record drawings. Adjustment of the site and bypass pumping had the benefit of less impact to the neighborhood. Revising the proposed "above grade" UNFORESEEN. Reflect the upgraded $765 6 piping and ARV configuration on the utility standards that were adopted replacement pump station at the site. since initial design and bidding. Due to changes with County inspectors UNFORESEEN: Also Q. Grady Minor $7,200 7 during construction, Q. Grady Minor had to fill in during vacation and sick time of provide interim observer until new Coun the County 0ob banker inspector. Packet Page -1655- 4/8/2014 16.E.4. Q. Grady Minor Change Order Number 1 for Doral Circle — Cost Breakdown April 1, 2014 Tsc/ Packet Page -1656- inspector became familiar with the project. This inspection service was also provided to maintain continuity of the project. The following items were not specifically listed on the change order: Additional construction services needed to VALUE ADDED: Review of additional $9,920 $ correspond with extended construction time pay applications and submittals, (180 days to 300 days). periodic site reviews, and customer service with PM. Progress meeting frequency was increased VALUE ADDED /CUSTOMER $3,200 from every other week to once as week due DRIVEN: Participated in additional 9 to the extensive impact upon the meetings over a four month period. neighborhood. Progress meetings are frequently attended by residents. Total $27,838 April 1, 2014 Tsc/ Packet Page -1656-