Loading...
Agenda 05/13/2014 Item #16E5 5/13/2014 16.E.5. 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 March 12, 2014 to April 15, 2014. FISCAL IMPACT: The net total for 6 changes to contracts is a deductive $420.96. The net total for 1 change to work order 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 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 -1619- 5/13/2014 16.E.5. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.5. Item Summary: Recommendation to accept reports and ratify staff-approved change orders and changes to work orders. Meeting Date: 5/13/2014 Prepared By Name: DeLeonDiana Title: Contracts Technician,Purchasing&General Services 4/22/2014 3:16:16 PM Submitted by Title: Contracts Technician, Purchasing&General Services Name: DeLeonDiana 4/22/2014 3:16:17 PM Approved By Name: pochopinpat Title: Administrative Assistant, Administrative Services Division Date: 4/22/2014 3:32:42 PM Name: Markiewiczloanne Title: Director-Purchasing/General Services,Purchasing& General Services Date: 4/24/2014 7:22:35 AM Name: DeLeonDiana Title: Contracts Technician, Purchasing&General Services Date: 4/24/2014 8:21:57 AM Name: WardKelsey Title: Manager-Procurement, Purchasing&General Services Date: 4/24/2014 5:10:40 PM Name: PriceLen Packet Page-1620- 5/13/2014 16.E.5. Title: Administrator-Administrative Services,Administrative Services Division Date: 4/28/2014 2:35:03 PM Name: KimbleSherry Title: Management/Budget Analyst, Senior, Office of Manag Date: 4/28/2014 4:45:58 PM Name: KlatzkowJeff Title: County Attorney, Date: 4/29/2014 9:20:59 AM Name: OchsLeo Title: County Manager, County Managers Office Date: 4/30/2014 9:22:52 AM Packet Page -1621- 5/13/2014 16.E.5. a LU N 0 C En d C (`i is � C (=o O. O rn Q Q Q .0 0 01.Q ' vi z z Z a e OUw C0 0 0 Q m ..- m .2 o H IL- O) vO .LO. M co 30 CD 0 N O) C '0 > O^ (CO a C R y @ O N o pjp U L al L 9 O U Q O Q` O Q 0 3 U U 0 o m 9 Z o Z o Z o m e a) N aJ (o O @ L.. a) U 0 V .0 Z N r O 0 E E a CO o 0 0 0 C C h o O pi CO 2 O Co a) a Q > Q >. Q as > C E ^ $ z a z •o as z a E m a' (j N N N CO c c 0 co bag 0 U a) a) 2 f9 C. 3 o E a E c a) 0 a) c U 8 0) a a) > ZS" a° ° m �o o a0) o) y O 0 (o o o c 0 m o aa) c z E N !b 0) O O O N O 0 ^ C 0 O as O (0 O O O a) W f9 U N as as .., 0)) (ti CO CO O 0 .0 U a) O en CO N N O` .0 .c _ a '3 N a N 0 0 tC C > 7 M a) N N a 0 0 8 N Y ` n 0 v 3 m < E Q E Q a) v 3 0 Q CO U O Z C z C z m N O O N O H U N f9 " Cl a N 0 a0 - m o 0 = o a o a 0 a) a) a) 0 w _ o N O U co .o 0 C E LU C (h 0 0 U U 8 N. ; LU C ` 3 V O .c L O O a m 0 0 m a _Q (? _Q U Q 7 a 0 o ' O ¢ o m z 3 z Z W c N H E V U w N• C 0 0 2 'n N .. C C 0 V3 U _ a) .V .V 7 N '•�-- Q> U U) o W Cr 1-7 Q' L M L _C 0 0 co a1 O Id a' 0 V 01 , . 0 ..N. N U) F- p O aV U Q O C o (n mU E v c`o aci Q o Q a) CO a 0 Z • Ca a-Q m Z 4k Z 4 Z a`E) (a'i 0 a 0 < 4* v a o a O 69 O 0 E Q -0 -00 d U a)N 0 O O o 2 C7 O O Q 0 ¢ o) 0 O m °) 2m 0w 5.g ¢ O 2O L 20 ` aa)a) E D a 0 ° n) °) o ~ ac ~ a 3 ~ a c v co f m U -, E m c 0 c a c >. Q c c 0 as a) K a) H .0 a s a m 0. (a o a y'c 0- o N o m Tj ¢ 0. LO m m E m a) c C) a d o .2 0 R U 0 U 0 0 O O 6 U (a U N N c > = n E a9 E a) a m L O o a 0 ° j ° 0 0 0) a a) O c a 0 U c c o on 0 0 `0 m x c m x o a) m a a J °) m u) c o -O c N -8 3k 3 a L Q �k 0 0)r C 0 a as > L� 0 0 a) -c CD ac) o @ ° O aci °' (0 ° c m V O1 Q _5 a e C as °x a) c a y ca rn a E C E E o @ U ° m m c 2 @ a 0 0 o c c o c c () CO 0 0 a) c L 2 E as o o Y E w o o m E o `o) E w >, a m Lo E E 0 c ° o w < m cf) Q .0 r) 1) L' o Q .0 0 0 Q c, :6 r E O 0 _c O 'O C (V 0 N Z. - c Z, U U U- w a) 0 0 Z Z 1. Z Z --1 4k 0 0 -o m o , 7k ` 0 d E St 0 CO 7k 9 c U O N W 0 U 0 (a co 0 E a) 0 c U o 0 0 V Q M a) N >, (a 0 N W a) O@ N Z a) ° 0) 8 t-5 45 c -5 c (^_ u) o) E _ � '0 000 0)U a) a 0 N °) 0 3 -0 a o w0(C o mom way 0) C O^ C 0 '0^ C N a) 0 t() D a) .0 C 0 O N (U 0 0 0 (O 0 ` C 0 0 E (o 0 0< 0 C O 9 0 .N c 0 C 0 ,. 0 .0 a) M L , c O O a) ,A L o 0 O .a 3 Q A L 0 0 O .a o a T L as H 0 Y (O s- L a) @ o f > CLOUD. 2m 0 _ a) H O � 0O > H a OZ 02Z 1- 72 0 C..) u_ u. I- ¢ (o .- OOH H 5 `o 1 N d �- d 0 d j 0) 0 N a o) a a 0)-o a 0)a a o) a o) c a� _ C C 7 C c .2 0 V - NO CO (L) O U) V co t -- tY L j V M 0 a 0 a 0 V _U U 0 O 0 O a) 0 0 a) o O 0 O C a m m w o m o° m O • w O E U g � > ` a)C O 0> >Q 0 Z > > L O o O O2 0 0 a Packet Page -1622- 5/13/2014 16.E.5. "7 LU 7 Z - y& C Z d a) 2 O C R,-.g LU 'El. c6o M z Q `�E Q u, 'at ` ai E U w 3 . 92 a °f c as N y c m C a , o 0 0 L V d 6 O U� U co O o r6 ui L w y >. 3 m 'O c V C o O > m N ,- O o O > c E O7_ c a) a) 0 Q m U w vim') 2)o c cp ti r o m c S c oa s Y cn d o C 9 O N O tOQ 0 m r .1-U M A w ss CI) r p m 9 a) a) O r > o o a) C 0 7 O c r m c o ,n o, _ E. E E.Q m a o U U y' �) c O m m .c, W p N CC 0 S C W C C) C 7 0 O tx G7 R O O N E L LU O Q ac U U C7 (0 w _ ...., Z as m 1 I O .- U U UJ u) E > y Y Q A y E ° -12 ilt C U > JO o 'r a) u �U O E C) y L- E O m a< c. E o a) p Q ems) j — Q j y o 0 c m = a, n it , E a ,c m U ti N 6..o m c i a) 0 a a, m a Q U U`7 � O a)LL i C C 03 N o a) c Z o E C G U) 0) C N m M m 76 E C U) Q) 0 aU d) Z Z Z Z ,' U) m U) O y C a, c). a) 0 c r '00 d R C d _C , co ,. --p N C@ 'O^ J o UD m 0 m 01 2 E> a. U U d -- co .- U U i- m a+ 0 o y .0 01 E 0 r r m Si vT ..) N O O 3 a - w v c a 6) 0 CD > a a' a) 0 LL > 0, C w a 6 Z > m Packet Page -1623- 5/13/2014 16.E.5. a }\ § \ co ° r.- a) r � . To } « 3® - k (\ co o ® (/§ \ / § \ / ( { / 7 La 2 � � - ! 0k ® � « � k - / \\ 2J2 •- Q & 0 - a < G � \\ \/ k ( k . / 9 H 05 ^ \ \ o - - ) 22 [ / § 2 0 � a \\I ^ . 0 CP} o - \ o \\ \ \\ 6 / / m - Z ) _ ) \\ 2 \ 2 \ I \ }/ - - - ` \ \ \ \ 1 w :_ } i \ \ \ ) S - _ 21 \ - - _ / I k \ ) \ \ \ \ / _ \ \_ \ o 7 '\ \ — « ! , , § { \ \ a E zzzz w kg § : < 6. 2 &- : : o \ - ] » _ / '''p 73 : % r2r < : ` s ` > 000 = ea7 £ 2 \ I3 - \ \ § 1 0 - / a \ : 1 _ - J § 1 = 3o_ \ / = \ - E0 > f ! 8 a z - 0 \ 17 Packet Page -1624- 5/13/2014 16.E.5. 'ter county Purchasing Department Adrniristative S olvices art Change Modification Form Purchasing Z Contract Change Request ❑Work Order Modification Contract#: 13-6153 Change#: 01 PO/Work Order#: Project a roe : 1-75 Im Immokalee Rd 4500148627 Project#: 33257 Project Manager: Department: Road Contractor/Firm Name: Hannula Pamela Lulich Maintenance, Landscape Landscapino and Irrigation Inc Original Contract/Work Order Amount $ 416,484.3210/8/2013;16.A:.9. Original BCC Approval Date; Agenda Item # • Current BCC Approved Amount $: 416.,4814:32'10/8/201.3;16•A..9 Last BCC Approval Date; Agenda Item # Current Contract/Work.Order Amount 3 '416,484.32 SAP Contract Expiration Date (Master) Dollar Amount of this Change :$•.:e (3,720:96) -0.89% Total Change from Original Amount Revised Contract/Work Order Total $ 412,763.361 -0.89% Change from Current BCC Approved Amount Cumulative Changes $ (3,720.96) -0.89% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Original l 07/1.372014 change): 07/ 2 14 j� 1;1' 07(�Y3/20i4 r Number of days added: 0 Each s p on the contract modification checklist form has een reviewed prior to me submitting for approval PJL (this box must be initialed by Project Manager) E Add new task(s) Z Change task(s) QI 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: • Location of Utilities: The purpose of the Work Directive Change is to address the Utility Locate operation through the consulting services of AIM Engineering to properly locate the depth of the Utilities under pavement and to restore Immokalee Road to FDOT standards. The operation will take place at night and require lane closures. • Irrigation Main Line and Wire Boring under Immokalee Road: the irrigation main line and wiring bores have changed due to unknown utility conflicts. 1. Deletion of the westernmost main line and valve wire bores across Immokalee Rd. and install 1-2' HDPE end 1-2"Sch. 40 PVC from the north side of Immokalee Rd. into the centerline median of Immokalee Rd. 2. On the eastern side of 1-75 added 1-3" HDPE and 1-2" Sch. 40 PVC bore the full length across Immokalee Rd. and then install 1-2" HDPE and 1-2' Sch. 40 PVC bore from the north side of Immokalee Rd. into the centerline median of Immokalee Rd. 3. Delete the 65 LF of main line and wiring bore within the two southwest quadrant storm-water holding areas at the well location and install main line and wiring by trenching. • Electrical Power Source Location: Directional boring and trenching lengths have changed due to the FP&L power drop being relocated several poles down (west) from the original location and limited right-of-way available due to existing structures and utilities. 2. Provide detailed rationale for the requested change: Due to the complexity of the project site and unforeseen conditions; AIM Engineering is added to the scope of services to provide MOT services for nighttime operations for locating utilities where the directional bore will cross Immokalee Road. AIM will use radar and soft dig the road determining and locating the utilities prior to boring. In addition, all bore lengths were re-measured and changes noted in this change order. Since there was no contingency included in this project, trees and associated irrigation was deleted from the scope of services to cover the costs. 3. Provide explanation why change was not anticipated in original scope of work: A pre-bid meeting, notifications to Utilities, plans, and as-built information was provided to all affected Utilities. Sixty additional working days were added to the project timeframe to address Utilities as well. The request for a soft dig came from the Utilities Department in order to protect the line.The need for additional expertise was the decision of the County through the State's guidance to prevent any loss in gas,water, or other vital services to the citizens east of the Immokalee interchange. Revised:7/26/13 1 Packet Page-1625- 4. Describe the impact if this change is not processed:The is a health, safety, arid „ d welfare risk if the 5/13/2014 16.E.5.,—,, ,.., process and will jeopardize the completion of the project. Type of Change i Modification ❑ 1. Planned/Elective ® 2. Unforeseen conditions/circumstance ® 3. Quantity or price adjustment ❑4. Correction of error(s) ❑ 5.Value added ❑ 6. Schedule adjustment Change Requested By ® Contractor/Consultant ® Owner El Using Department ® Design Professional ❑ Regulatory Agency(specify): ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change/ Modification: ❑ Yes E No Approved by: Pamela Lulich �' y � ,,�� - Date: -r/6 „/...1,,,,./.4.-/- Name and Title: Landscape Operations perati'ons Manager, Road Maintenance Dept. / Reviewed by: ,--._—.-1/,--._—.-1/,- i l t.,C f.0 � t .. ! Date: 3/r,�/ e,/ Procurement Strategist's Name: /{/f c 6,6_75 K H / lli /. l..rf, Revised:7/26113 2 Packet Page-1626- 5/13/2014 16.E.5. Co ler County Purchasing Department Pu 9 P Adrrinist;abveServicesrDivision Change Modification Form Purchasing ® Contract Change Request ❑Work Order Modification Contract#: 13-6040 Change 2, PO#: N/A Project Name: Doral Circle Amendment#1 WaterNVastewater/Stormwater Repair Project#: 71010.13 Project Mgr: Diana Dueri Department: PPMD Contractor Name: Denco Construction Original Contract/Work Order Amount #N/A 4/9/13 11.A Original BCC Approval Date; Agenda Item# #N/ Current BCC Approved Amount Last BCC Approval Date; Agenda Item#u SAP Contract Expiration Date (Master) Current Contrac`JWork Order Amount #N/A Dollar Amount of this Change $ 0.00 #N/A Total Change from Original Amount g pp. . Revised Contract/Work Order Total I #N/A #N/A Change from Current BCC Approved Amount .._. .. Cumulative Changes I #NIA #N/A 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: 0 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval DD (this box must be initialed by Project Manager) 1 ❑ Add new task(s) 0 Change task(s) ❑ Delete task(s) ® Other(specify): Amendment 1. Provide a detailed and specific explanation of the requested change(s)to the task(s) andtor the additional days added: Amendment# 1 updated the contract language to match the intent of Addendum 1 to the solicitation. Addendum#1 changed the number of substantialffinal days from 210/60 to 270/30. The intent of the addendum did not carry through to the executed contract. 2. Provide detailed rationale for the requested change: To correct a Scribner's error in the contract. 3. Provide explanation why change was not anticipated in original scope of work: N/A 4. Describe the impact if this change is not processed: The project will not be completed in the time frame included in the contract. The awarded company was basing his pricing on the timeframe in the issued addendum. Type of Change/ Modification eA I ❑ 3. Quantity or price adjustment ❑ 1. Planned / Elective � ❑ 2. Unforeseen conditia.s!circurnstance l Y p 1 ®4. Correction of,.rror.r s,) I ❑ 5. Value added ❑ 6. Schedule adjustment Change Requested By e L ❑ Using Department ❑ Contractor/Consultant I ,_I Can n r ❑ Design Professional 1 ❑ Regulatory Agency (specify): IN Other(specify): Purchasing Purchasing Professional Participated in Negotiation of Change/Modification: ❑Yes No Date: 412/14 I Approved by: z--,----_ -._.-..— Name and Title: Diana Dueri, Project Manager Reviewed by: 2 Date: 4/1/14 Procurement Strategist's Name: Brenda Brilhart Revised:7/26/13 1 Packet Page-1627- 5/13/2014 16.E.5. EXHIBIT A-1 Contract Amendment# 1 to Contract 13-6040 "Doral Circle Water Wastewater Stormwater Repair" This amendment, dated lr -.-,t 3 , 2014 to the referenced agreement shall be by and between the parties to the original Agreement, Denco Construction, Inc. (to be referred to as "Contractor") and Collier County, Florida, (to be referred to as "Owner"). Statement of Understanding RE: Contract#13-6040 Doral Circle Water Wastewater Stormwater Repair In order to continue the services provided for in the original Agreement document referenced above, the Contractor agrees to amend the Agreement as provided herein. Note: Language deleted has been ctruck through. New language has been underlined. In accordance with the Addendum #1 issued on January 25, 2013, Page 32, Section 5, Contract Time and Liquidated Damages is hereby amended as follows: A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within two hundred seventy (270) two hundred ten (210) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) s (-6 ) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. All other terms and conditions of the agreement shall remain in force. Packet Page -1628- �...0 5/13/2014 16.E.5. IN WITNESS WHEREOF, the parties have each, respectively, by an authorized person or agent, have executed this Amendment on the date(s) indicated below./ Accepted: 1 , 2014. OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY. FLORIDA `-----Jeanne Markiewicz 41'11,t) Interim Purchasing/Genera ervices Director Contractor First Witt' CONTRACTOR: Denco Construction, Inc. By: • Print Name 7464..-7r--7—/Z Print Name and Title Contr_n or Second ness 1 L \c t_ Print Name Approved as to Form and Legality: — r Emil,,r resin `� ,assistant County Attorney Packet Page -1629- 5/13/2014 16.E.5. CAT. {qty Email: nicoleparker @colliergov.net Telephone: (239)252-4270 AdrnnOtratl„e SezvicesDrvisidn FAX: (239)252-6549 �.�t_trasing ADDENDUM I • Mentiorandum • Date: January 25,2013 From: Nicole Parker, Procurement Strategist 7o interested Bidders • Subject Addendum#1 Solicitation#13-6040 Doral Circle Water Wastewater Stormwater Repair The following clarifications are issued as an addendum identifying the following change (s)for the referenced solicitation: The bid due date has been extended to Wednesday, February 13, 2013 at 3:00 PM. Attached are the following documents: > Revised Bid Schedule > Prebid meeting sign in sheets Aerial Photo I Generator Detail/Flygt Engineering Submittal - Asbestos Information which includes: • Appendixes F, G, H and I • DEP Notice.of Demolition or Asbestos Removal as Risk Management Asbestos Removal Plan CLARIFICATIONS FROM ENGINEER: 1. A revised bid form has been attached. It provides for a break-out of costs for the water, wastewater, stormwater and general work. Also included are new bid items for possible grouting of existing main and full width pavement removal and replacement. i Exhibit J-`Technical Speoafica€ion° and the 2. Bidders are t,, pay. special attention to "Measurement and Payment' sections. Bidders should become familiar with all requirements. 3. The Bid Documents have conflicts in regards to the time of completion. Based upon discussion at the pre-bid conference, the time of substantial completion shall be 270 consecutive calendar days and final completion shall be 300 consecutive calendar days. It is also proposed to allow the contractor to complete the SFWMD (and others) Devvatering Permit process and shop drawing approvals prior to a full Malice to Proceed being issued. AndendursiTemutate Revised:4/1511) 1 Packet Page -1630- 5/13/2014 16.E.5. CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Denco Construction, Inc. ("Contractor") of 4600 Cummins Court, Fort Myers FL. 33905, a Florida Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Dora! Circle WaterNVastewater/Stormwater Repair, Bid No. #13-6040 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Q. Grady Minor & Associates, PA., the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. • Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments . relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: Two Million Three Hundred Sixty Eight Thousand Four Hundred Fifty Dollars ($2,363,450.00) 31 #13-6040 Dora:Circle Watert astewatertStormwater Repair Packet Page -1631- 5/13/2014 16.E5. Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal.Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.qov/c570/c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, is right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within two hundred ten (210) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents. so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within sixty (60) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized rap resentatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. in 32 #13-6040 Donal Circle WaterNVastewatedStornwater Repair Packet Page-1632- _ 2 5/13/2014 16.E.5. IeT County Purchasing Department A T ti:e Savrvvces Divisian Change Modification Form Pur:hasing 6 Contract Change Request ❑Work Order Modification Contract#: 13-6123 Change#: 1, PO#: N/A I Project Name: Marco Island Executive I Amendment#1 l Airport Runway 17-35 Project#: N/A 1 Project Mgr: Robert Department:Airport Contractor Name: Owens-Ames-Kimball 1 I Tweedie Authority Company Original Contract/Work Order Amount :.'' ...#N/A: 10122/13; 14A2 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount #N/AE , ' Last BCC Approval Date; Agenda Item # SAP Contract Expiration Date(Master) Current Contract/Work Order Amount #N/A P Dollar Amount of this Change . $ :1100-00: #N/A Total Change from Original Amount - ••-- roved Amount Revised Contract/Work Order Total #NIA #N/A Change from Current BCC App Cumulative Changes #N/A #N/A 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: 0 } Each step on the contract modification checklist form has been reviewed prior to me submitting for approval DD (this box must be initialed by Project Manager) ❑Add new task(s) ❑ Change tasks) ❑ Delete task(s) ® Other(specify): Amendment 1. Provide a detailed and specific explanation of the requested change(s)to the task(s) and/or the additional days added:Amendment# 1 updated the contract language to match the intent of Addendum 1 to the solicitation. Addendum#1 changed the number of substantial/final days from 134/30 to 164/30. The intent of the addendum did not carry through to the executed contract. 2. Provide detailed rationale for the requested change:To correct a Scribner's error in the contract 3. Provide explanation why change was not anticipated in original scope of work: N/A 4. Describe the impact if this change is not processed:The project will not be completed in the timeframe included in the `` contract. The awarded company was basing his pricing on the timeframe in the issued addendum. Type of Change I Modification ❑ 1. Planned/ Elective 1 ❑ 2. Unforeseen conditions/circumstance ❑ 3. Quantity or price adjustment 4. Correction of errors} i El 5. Value added ❑6. Schedule adjustment Change Requested By i❑ Cort.ractoriConsultant I ❑ Owner ❑ Using Department L❑ Design Professional I ❑ Regulatory Agency (specify): ®Other(specify): Purchasing Purchasing Professional Participated in Negotiation of Change i Modification: El Yes ?,, No .'" Approved by: , � y Date: i� a y X. 5 »2 v^ t `Y Name and Title: Robert Tweedie, Pr6ject Manager Reviewed by: Date:I Procurement Strategist's Name: Scott Johnson Revised:7/26/13 1 Packet Page-1633- 5/13/2014 16.E.5. • EXHIBIT A-1 Contract Amendment# 1 to Contract# 13-6123 "Marco Island Executive Airport Runway 17-35" ar,Tencirdent, dated I 3 2014 to the referenced agreement shall be by and between the parties to the original Aareemem, 0-A-K Florida Inc., el/11'a Owen-Ames-Kimball Company, (to be referred to as "Contractor")and Collier County, Florida, (to be referred to as "Owner"). Statement of-Understanding, RE: C': tmet-4' 13-6123 -"Marco Island Executive. P,irnort Runway 17;35" in .:•)1.c1:: ro continue the services provided for in the original Contract document referenced above, the Contra,.tor agrees to amend the Contract as provided herein. Note: Language deleted has been struck through. New language has been underlined. in nor ; 'ice y,ith Addendum +21 issued on July 22, 2013, Paae Section r, contract Time and Liquidated Damages is hereby amended as follows: Perfinrrnance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter deftnec:, Contractor shalt eoll.mer,c,e the Wort:, within f`ive ("eii calendar dnyi Corn the Commencement Date. N.., Work shall he performed at the Projeet :urc prior to the Corninenecinent TJYale. Any Work Derfoniriej iny Contractor orior to the Cc\rnmencenient Daze tile rit;lt of Contractor. Cc:113-ft:. 11 achieve Sub5tantial Cornpletion one hundred sixty- ....thendar ciLys ft-Din the Conarnencerneiv. Deit (hiriein "C,:,ntraci Tiine"). The dale .7,f Substantial the Lord or ho wonted px;deins tneredfi tsAr slate certitThed Nv the Ccneo Professional rotten is stift-i,e:cat:i, corrinie:e. mace orronoc 55;11) 1;n: Cr);11:::::_-: Docuincnn.. sei \viler can fT.!: Contractor shall achliev.:. final . chLneat after f-ie St-tn;legitiai ,;1 rind! Completion so stored dv the Owner as completed. As used herein :Ind ttrrouehout tie Contract Documents, the phrase Trot t 1,c the and roan this Division ii;iret:or ho' zed All ether smote and conditions cAho attr;teinent t-,.thain he force. 1 Packet Page -1534- 5/13/2014 16.E.5. N WITNESS WHEREOF, the parties have each, respectively, by an authorized person or agent, have executed this Amendment on the date(s) indicated below. Accepted: 20 i OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA & Loan e Markiewicz Interim Purchasing/General Services-. erector Contractor First Witness CONTRACTOR: 0-A-K Florida Inc. d/h/a Owen-Ames-Kimball Corn•;ny BV: By: Print Nad e. /I i2fl- r V rt l , Print Name and Title Contractor Second Witness By: 5:6�Yr;G f erV'Z7 Print Name Approved as to Form and Legality: Assistant Contv‘Attoi-ney Packet Page -1635- 5/13/2014 16.E.5. 'a 7er Count Email: scottjohnson©colliergov.net � y Telephone: (239) 252-8995 Administrative Services Division FAX: (239) 252-6588 Purhasing ADDENDUM I • Memorandum Date: July 22, 2013 From: Scott D. Johnson Interim Acquisition Manager To: Interested Bidders Subject: Addendum# 1 Solicitation#and Title 13-6123 Marco Island Executive Airport Runway Construction The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: The changes to the contract include: Construction Bid: Replace Bid Schedule with attached amended Bid Schedule. Contract Time: Revised contract time is revised to 164 calendar days for substantial completion, assuming base bid and all alternates are awarded and 30 calendar days for final completion. See attached amended Special Provision No. 1 for time allowance for base bid and each alternate and for liquidated damages associated with each phase of construction. - Exhibit 3—Technical Specifications Delete Item X-103 Asphalt Interlayer Reinforcement System; Delete hem P-605 Joint Sealing Filler Exhibit M—Plans Replace the following sheets with the attached sheets: C-002—Quantities and Index of Drawings AddendurrTempiate Revised:4115(10 1 Packet Page-1636- 5/13/2014 16.E.5. C-005—Phasing Plan C-1O1 &C-102—Existing Condition&Demolition Plans (1)&(2) C-201,C-202, C-203 &C-204—Typical Sections (1) (2)(3)& (4) C-312—Grading Plan(2) C-412—Drainage Plan(2) ATTACHMENT: Bid Schedule Special Provision No. 1 Plan Sheets: C-002—Quantities and Index of Drawings 0-005—Phasing Plan C-101 —Existing Condition—Demolition Plan(1) C-102—Existing Condition—Demolition Plan(2) C-201—Typical Sections (1) C-202—Typical Sections (2) C-203—Typical Sections(3) C-204—Typical Sections (4) C-312—Grading Plan(2) C-412—Drainage Plan(2) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Prease sign below and return a co of th' ddendUm with your submittal for the above referenced solicitation. c, r (94/3— Date (Signature) •-•"''' 7 ' i t 447/2' - ,4(1/±_.---::S — -r ,7 f p s'-i. /� ‘4,,, (name of Firm) / Packet Page -1637- 5/13/2014 16.E.5. • CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with 0-A-K Florida, Inc DBA Owen-Ames-Kimball Company ("Contractor") of 11941 Fairway Lakes Drive, Fort Myers, FL, a Corporation authorized to do business in the State of Florida, to perform ail work ("Work") in connection with, Bid No. 13-6123 Marco Island Executive Airport Runway 17-35, as said Work is set forth in the Plans and Specifications prepared by Hole Montes, the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in- Section 6 hereof, the Legal Advertisement, the Bidding Documents.and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the . "Contract Documents" and sometimes as the Agreement and sometimes as the "Contract.). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement Five Million, Six Hundred Eighty Six Thousand, Six Hundred Forty Three Dollars and Twenty Eight Cents, $5,686,643.28. Section 4, Bonds. B. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A. in the amount of 100% of the Contract Amount, the costs of 42 t3-8123 Marco Island Executive Airport Runway consttuo ion Packet Page-1638- 5/13/2014 16.E.5. which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.gov/c570/c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. A. if the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the another c or shall, within five (5)calendar days thereafter, substitute at its cost and expense surety, both of which shall be subject to the Owner's approval. • Section 5. Contract Time and Liquidated Damages. A.. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within one hundred thirty of calendar days from the Commencement Date (herein "Contract Time"). Substantial Completion of the Work (or designated portions thereof) is the date c d ncd by the Design Professional when construction is sufficiently complete, a with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is aeeepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean through Division n Administrator or Department Director, as applicable, acting directly authorized representatives. B, Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, Twelve Hundred 43 13-5123 Marco Island Executive Airport Runway Ganatr.+en G. Packet Page -1639- 5/13/2014 16.E.5. Cotterr County Purchasing Department Adrntnistrative Servi es Division Change Modification Form Purchasing ® Contract Change Request ❑ Work Order Modification Contract#: 13-6169 Change#: 1, PO#: N/A Project Name: Fare Collection Room Amendment#1 Construction– FTA Grant Funded Project#: N/A Project Mgr: Brandy Department: ATM Contractor Name:Compass Otero Construction Original Contract/Work Order Amount — t to 10/22/13; 16D4 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount r #N//AAA Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount ' #N/A SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 #N/A Total Change from Original Amount Revised Contract/Work Order Total !- #N/A #N/A Change from Current BCC Approved Amount Cumulative Changes ` _ #NIA #N/A 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: 0 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) E Other(specify): Amendment 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days -idded: To amend the contract by replacing Exhibit IA"Federal Transit Adminstration (FTA) Provisions CFDA _0.500/20.507" with Exhibit Al-A. 2. Provide detailed rationale for the requested change:Toecorrect grant language is necessary in order to comply with the grantor agency's regulations/requirements. 3. Provide explanation why change was not anticipated in original scope of work: N/A 4. Describe the impact if this change is not processed: The correct grant language would not included with the contract which could result in loss of grant funds. Type of Change I Modification ❑ 1. Planned/Elective ❑ 2. Unforeseen conditions/circumstance ❑ 3. Quantity or price adjustment ® 4. Correction of error(s) ❑ 5. Value added ❑6. Schedule adjustment Change Requested By ❑ Contractor/Consultant [E] Owner ❑ Using Department ❑ Design Professional ❑ Regulatory Agency (specify): ( ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change I Modification: ❑ Yes ® No Approved by. �' A .77-- ~ J Date: L4 '1 t ( • _Jl�11'ai. ! 1 Named "Fitt:-. Brandin ero ro ct Manager �-d bY ��i�te Ji Revid' ,�' Dater Proetlrem-nt Strategist's .. •e: Fonda h Cumm g I t I \ ,l Revised 7126.13 1 Packet Page -1640-' 5/13/2014 16.E.5. EXHIBIT A-1 Contract Amendment# 1 to Contract# 13-6169 "Fare Collection Room Construction—FTA Grant Funded" This amendment, dated / 1 0 ,20114 to the referenced agreement shall be by and between the parties to the original Agreement,Compass Construction,Inc. (to be referred to as"Contractor") and Collier County,Florida, (to be referred to as"Owner"). Statement of Understanding RE: Contract# 13-6169-"Fare Collection Room Construction—FTA Grant Funded" In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract by replacing in its entirety Exhibit IA "Federal Transit Administration Provisions CFDA 20.500/20.507" with the attached Exhibit Al-A and made an integral part of this Amendment. All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF,the parties have each,respectively,by an authorized person or agent, have executed this Amendment on the date(s)indicated below. Accepted: 1 ( ( t7.. , 20 1 OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA oar nne Markiewicz • (' `- Interim Purchasing/General Services Director Contractor First Witness CONTRACTOR: r‘. Compass Constru .n,Inc. By..- � Cr � ."7,) r— By: ' PrintName - / f Print Name and Title' Contract , econd Witness ( 741" ��, Print .?- ,e Approved as to Form ad Legality: r Assistant County Atbrney Packet Page -1641- EXHIBIT Al-A 5/13/2014 16.E.5. Exhibit I Federal Transit Administration Provisions CFDA 20.500 /20.507 The services performed by the awarded Contractor shall be in compliance with all applicable FTA regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. Box is Checked If Applicable ❑ 1.Fly America Requirements ❑ 2.Buy America Requirements-Sign Certification ❑ 3.Charter Bus and School Bus Requirements ❑ 4. Cargo Preference Requirements ❑ 5.Seismic Safety Requirements EI 6.Energy Conservation Requirements ❑ 7.Clean Water Requirements ❑ 8. Bus Testing-Sign Certification ❑ 9.Pre-Award and Post Delivery Audit Requirements-Sian Certification ❑ 10.Lobbying-Sien Certification ® 11. Access to Records and Reports • 12. Federal Changes ❑ 13. Bonding Requirements ❑ 14. Clean Air ❑ 15. Recycled Products Z 16.Davis-Bacon and Copeland Anti-Kickback Acts ❑ 17. Contract Work Hours and Safety Standards Act 18. [Reserved] © 19.No Government Obligation to Third Parties ❑ 20.Program Fraud and False or Fraudulent Statements and Related Acts 21. Termination ❑ 22. Government-wide Debarment and Suspension ❑23. Privacy Act ]24. Civil Rights Requirements ❑25. Breaches and Dispute Resolution ❑26. Patent and Rights in Data ❑ 27. Transit Employee Protective Agreements 28.Disadvantaged Business Enterprises(DBE) (TWO FORMS) Complete Anticipated DBE Form and Bid Opportunity List ❑29. [Reserved] • 30. incorporation of Federal Transit Administration(FTA)Terms ❑31. Drug and Alcohol Testing ® 32. ADA Access ❑ 33. ITS Standards ❑ 34. ARRA • 35. Department of Labor Construction Wage Decision E Certificates requiring signature and the other Exhibit I forms included herein must be completed and submitted at time of bid submittal to be considered for award. AU Packet Page -1642- 5/13/2014 16.E.5. er t Purchasing Department Adrriniatte Services L> vision Change Modification Form Purchasing ® Contract Change Request ❑Work Order Modification Contract#: 11- Change#:4 PO/Work Order#: Project Name: Design Servicesfor CAT 5621 4500133227 Passenger Transfer Facility Project#: 35010 Project Manager: Department: Alternative Contractor/Firm Name: Atkins North Brandy Otero/Trinity Scott Transporation Modes America Original Contract/Work Order Amount $;;. 502,451.20:: 9/13111 16A24 ,Original BCC Approval Date; Item # Current BCC A.... pproved Amount $ : 502,451„20` 07/09113'16D4 Last BCC Approval Date Agenda Item # Current Currrent Coonn tract/Work Order Amount $; 512,441:20 �I 12/31/2013 SAP Contract Expiration Date (Master) Dollar Amount of this Change r $0.00 1.99% Total Change from Original Amount Revised Contract/Work Order Total $512,441.20 1.99% Change from Current BCC Approved Amount Cumulative Changes $9,990.00 _ 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change,and Rationale for the Change Original completion date: March Last approved completion date: Revised completion date (includes this 22. 2013 Ma Juh z 2;I k change): September 24, 2015 Number of days added : 480 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): Add time to allow for construction services. 1. Provide a detailed and specific explanation of the requested change(s)to the task(s) and/or the additional days added: Add time to contract to allow for post design services. 2. Provide detailed rationale for the requested change: The consultant is required to respond to Requests for Information (RFI) and submittal reviews during construction. 3. Provide explanation why change was not anticipated in original scope of work: At the time of contract award, there was not sufficient funding to construct the improvements to the facility and the consultant was tasked with developing a master plan that would allow for phased construction. Funding has since been identified to complete the first phase of the project. Building permits applications were prepared as funding was identified due to the fact that they are typically not submitted until construction is imminent. The contract must be extended to allow for final design based on permit review comments, and construction services. 4. Describe the impact if this change is not processed: The improvements to the facility will not be constructed within the grant deadline which may result in the County being out of compliance with the grant requirements and possibly losing funding. Type of Change/Modification ❑ 1. Planned / Elective 12] 2. Unforeseen conditions/circumstance ❑ 3. Quantity or price adjustment ❑ 4. Correction of error(s) ❑ 5. Value added ® 6. Schedule adjustment Change Requested By ❑ Contractor/Consultant I E Owner I ❑ Using Department I ❑ Design Professional ❑ Regulatory Agency (specify): ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change/ Modification: ❑ Yes ❑ No Revised:5/16/12 Packet Page-1643- -Y- 5/13/2014 16.E.5. Approved by.- j------k,„,,, D} Date: ( ,i -1)c Name and Titte_ { t� � (. '„ , t lL 1 x, i 7. mo` ''t Date: r �f Reviewed by: 7 it' ,...7 J___ `� / / ?� i Procurement !S'trategist's Name: Oil t Revised:5/16/12 2 Packet Page-1644 5/13/2014 16.E.5. Ccr:r County Purchasing Department Adriristralive Services Division Change Modification Form Purchasing ®Contract Change Request ❑Work Order Modification ' Contract#: 11-5639 Change#: 2 PO/Work Order#:45 Project Name: Chokoloskee Bridge 134104 Replacement Project#: 66066.9 Project Marlene Manager:Messam Department:Transp. Engr. Contractor/Firm International Name:TY UN Original Contact/Work Order Amount $ 450,00011e 9/1311 Original BCC Approval Date;Agenda Item#16.A.11 Current BCC Approved Amount $ 518,500.00 y : O Last BCC Approval Date;Agenda Item#16.A48 11 I Current ContractfWork Order Amount $ 518,500.00 .�/� SAP Contract Expiration Date (Master q 1k Dollar Amount of this Change $ 3,300.00 r� 15.96% Total Change from Original Amount Revised ContractiWork Order Total ' $ 521,800.00 7 0.64% Change from Current BCC Approved Amount I Cumulative Changes $ 71,800.00 0.64% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale forth ange 1 Original completion date:January Last approved completion ate: Revised completion date(includes t 30, 2016 January 30, 2016 , change):January 30,2016 Number of days added: 0 ■ 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) I ( task(s) 1 �j g task(s) I ❑ Delete task(s) [} Other(specify): Add new;asks I Cnan a tasks, j 1.Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added: Due to Change Order#1 (approved by the BCC on 9/10/2013, item 16.A.48(11G), the proposed bridge was redesigned. As a result of the redesign the United States Coast Guard a permitting agency for this project has made a determination that navigational lighting is required for the new bridge.This Change Order#2 will allow the new task to be added to the project. i 2.Provide detailed rationale for the requested change:The County's Department of Coastal Zone Management is responsible for the maintenance of navigation lighting at the bridge and channel markers and supports the USCG recommendation to add navigational lighting to the new bridge. It has requested that lighting for the bridge be installed with the construction of this Project based on the Code of Federal Regulations(CFR)standards and the Bridge Lighting Manual 3.Provide explanation why change was not anticipated in original scope of work:As stated in Item#1,the orignal designee changed. The BCC approved this design change after it was informed that consensus of the Stakeholders was to modify several geometric elements of the project.These modifications include increase to the bridge height, realignment of the vertical Dr ofile and, replacement of the proposed riprap shore protection in lieu of vertical walls.These changes were not anticipated in the original scope of work which kept the bridge at approximately the same elevation as the existing structure and did not require lighting. Furthermore the project area does not currently have electric power.With the addition of lighting, power will have to be supplied to the area. Lee County Electric Corporation (LCEC)will be able to provide power for the lighting and t,is will nave to be incorporated into the design. 4.Describe the impact if this change is not processed: If this change is not implemented,the project will fail to meet a permit requirement and this could impact the construction of the project. Navigational lighting is a Federal requirement for this type of structure and the County would be in violation of a Federal rule. It is also a matter of Health,Safety and Welfare that users of the channel are not able to navigate and not run into the bridge piers. I I Type of Change/Madificatto t. Revised:7126/13 t Packet Page -1645- 5/13/2014 16.E.5. 7 ❑ 1. Planned/Elective 2. Unforeseen conditions/circumstance 3. Quantity or price adjustment ❑4. Correction of enor(sy _ E 5.Value added ( �6. Schedule adjustment Change Requested By El Contractor/Consultant ®Owner ❑ Using Department ❑Design Professiopl ❑ R ulatory Agency(specify): 1 ❑Other(sped ): Purchasing Profesafonal Participat it Negotiation of Change/Modification: 0 Yes 30 No AR Approved b . f�'► 1 Il/ Date: �,.�� /Alp ' ►jAU* ' �' Name and J• arlene Messam/ Reviewed by: `-�f 5 `. .(•,i`�- 1 ,ts`Y'`- Date: 4 f t Procurement Strategist's Name: Evelyn Colon r • • Revised:7,24/13 2 Packet Page -1646- Co er Coinfty 5/13/2014 16.E.5. 1 Purchasing Department '- `'rinist-ative Servic, Division Change Modification Form Purchasing ❑ Contract Change Request g Work Order Modification Contract#: 09- Mod#: One PO/Work Order Project Name:Vanderbilt MSTU Phase 5325 #:4500143690 III Meter Conversion Project#:NA Project Manager: Harry Department: ATM Contractor/Firm Name: Bentley Electric Sells Co. Original Contract/Work Order Amount $430,870.00 ,1f2,./0,f(&7 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount #N/A I 1 ' Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 430,870.00 —Mc/4 SAP Cc,,+rxzf Cyr. Dollar Amount of this Change $0.00 O.00% Total Change from Original Amount Revised Contract/Work Order Total $430,870.00 #N/A 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 notice to proceed Last approved completion date: May Revised completion date (includes this completion date: May It,201Z1 19, 2014 change): Sept. 30, 2014 Number of days added (if Explain why additional days are needed (detailed/specific): Due to issues within Collier extension, must attach current County Finance, Contractor was unable to complete tasks in the requested time. All insurance certificate(s) from SIRE...` issues were outside of his control. or obtain from vendor): 13 ❑Add new task(s) ❑ Change task(s) ❑ Delete task(s) ❑ Other(specify): Provide a detailed and specific explanation of the requested change(s)to the task(s): 1. PO 4500143690 was issued Bentley Electric utilizing the Annual contract for Electrical Contractors Service: 09-5325 after receivinc quotes from three contractors on May 15. 2013 for a term of one year ending on Monday May 19. 2014. The scope of work under the Bentley Electric PO requires coordination with FPL (the electrical utility provider) for the conversion of electric service of 158 residential services from aerial to underground. In order to complete the conversion of the residents the coordination involves connectivity work that must be performed by FPL who cited the Electric Tariff mandating FPL be paid in advance for the scope of work. The County Attorney's Office and staff has been working with the Clerk End FPL to resolve the advance payment issue. Until that issue is resolved Bentley Electrics work has ceased because the connectivity cannot be completed by FPL and consequently delay prevents Bentley Electric from completing its portion of the work within the time specified under the existing P0. Staff is hopeful that a resolution will be reached so. However, additional time must be added to the PO to compensate for the :top in work due the advanced pay issue and to allow Bentley Electric sufficient time to complete required for this project. An additional 135 days is being requested for the extension—May 20. 2014 through September 30.2014. 2. Provide detailed rationale for the requested change: Due to conditions within Collier County and outside of his control, the contractor was unable to fulfill the requested actions in the time required. The completion of the work is required to allow continuation of the Utility Burial Project. 3. Provide explanation why change was not anticipated in original scope of work: There was no indication in advance that the FPL invoices would not be paid. 4. Describe the impact if this change is not processed: Work on conversion electrical service of 158 individual residences from aerial to underground is 90% complete with the exception of the actual conversion provided by FPL. If this modification is not approved, Bentley Electric will not be able to complete its work under the P0. Partial payment would have to be made for work accomplished, the job would have to be quoted in its new form, a new quote winner Revised:7/27/11 1 Packet Page -1647- would be determined, and a new PO would have to be written. All of these items would cause further delay of the 1 project and possible increased costs to Vanderbilt MSTU. 5/13/2014 16.E.5. Type of Change/Modification 1. Planned/Elective X❑ 2. Unforeseen ❑ 3. Quantity or price adjustment conditions/circumstance ❑ 4. Correction of error(s) ❑ 5.Value added X❑ 6. Schedule adjustment • Change Requested By ❑ Contractor/Consultant ❑ Owner X❑ Using Department ❑ Design Professional ❑ Regulatory Agency (specify): ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change/ Modification: ❑ Yes X❑ No Approved by: i1/444v,q f-��(4 Date:3/20/2014 Name and Title Hay Self/ roje ��'annager, ATM , Reviewed by: Date: Purchasing iPf-ofessional s Name. Rhonda Cu ming- / / Revised:7/27/11 2 Packet Page -1648-