Loading...
Agenda 10/14/2014 Item # 16E4 Proposed Agenda Changes Board of County Commissioners Meeting October 14,2014 Move Item 8A to Item 17D: Pursuant to Florida Statutes§380.115(1)(b), the petitioner has demonstrated that all of the required mitigation was met in proportion to the amount of development that existed at the time of this request, therefore approval by the BCC is ministerial. This item requires that ex parte disclosure be provided by Commission members. Should a hearing be held on this item,all participants are required to be sworn in. Recommendation to approve a resolution pursuant to Section 380.115(1)(b),Florida Statutes,approving the application for rescission of the Town of Ave Maria Development of Regional Impact; providing for findings of fact and conclusions of law; providing for approval of the rescission of the Development of Regional Impact Development Order,and compliance with the post-rescission development with County regulations; providing for conditions; providing for recordation; providing for severability and providing for an effective date. The subject property is located north of Oil Well Road and west of Camp Keais Road in Sections 31 through 33,Township 47 South,Range 29 East and Sections 4 through 9 and 16 through 18,Township 48 South,Range 29 East in Collier County,Florida [Petition DRIABN-PL20130002016]. (Staffs request) Continue Item 9A to the October 28,2014 BCC Meeting: Recommendation to deny the single petition within the 2013 Cycle 3 Growth Management Plan Amendment for transmittal to the Florida Department of Economic Opportunity for Review and Comments response for the Vincentian Mixed Use Subdistrict Transmittal Hearing. (Petitioner's request) Continue Item 16A1 to the November 18,2014 BCC Meeting: Recommendation to approve final acceptance of the water,sewer and irrigation utility facilities for the Lipari-Ponziane PL#20130002052. (Staffs request) Withdraw Item 16E2: Recommendation to approve periodic auctions,acceptance of bids and/or donations to 501C3 organizations throughout Fiscal Year 2015 for the disposal of Collier County surplus vehicles and equipment and authorize transfer paperwork; and accept, ratify,and record a report of those asset items once the disposal has been finalized. (Staffs request) Move Item 16E4 to Item 11E: Recommendation to accept and ratify reports for staff-approved change orders, changes to work orders and surplus credit for returned inventory. (Commissioner Henning's request) Time Certain Requests: Item 10A to be heard at 9:30 a.m. Item 1IC to be heard at 10:45 a.m. Item 11B to be heard at 1:00 p.m. III/14/21111 8:52 AM 10/14/2014 16.E.4. EXECUTIVE SUMMARY Recommendation to accept and ratify reports for staff-approved change orders, changes to work orders and surplus credit for returned inventory. 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 August 25, 2014 to September 26, 2014. As provided for in Florida Statue 274.04 "...the governmental unit may pay the purchase price in full or may exchange property with the seller as a trade-in and apply the exchange allowance to the cost of the property acquired." Further in Florida Statute 274.06 allows for the governmental unit to "...dispose of property in the most efficient and cost-effective means." Staff requests that the Board ratify the "buy-back" inventory report and surplus inventory disposal and receive a credit for returned inventory. Inventory is being returned to Ferguson Enterprises and a credit of twenty three thousand, one hundred ninety five ($23,195.00) dollars will be used for Public Utilities future purchases, per contract 13-6095 as amended by the Board on 9/9/2014 (Agenda Item 16E9). A listing and comparative analysis of the inventory is presented on the attachments. FISCAL IMPACT: The net total for 17 changes to contracts is a deductive $3,405.06. The net total for 3 changes to work orders is $3,000. The total credit of the surplus "buy back" report is $23,195.00 and will be used on future Public Utilities purchases. 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 and ratifies the Administrative Change Order Report, Administrative Changes to Work Order Report and the Surplus Report. PREPARED BY: Diana De Leon, CPPB, Contracts Technician, Purchasing Department Attachments: • Change Order Report • Work Order Report • Surplus Report • Ferguson Offer A • Ferguson Offer B Packet Page -1298- 10/14/2014 16.E.4. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.4. Item Summary: Recommendation to accept and ratify reports for staff-approved change orders, changes to work orders and surplus credit. Meeting Date: 10/14/2014 Prepared By Name: DeLeonDiana Title: Contracts Technician,Purchasing&General Services 9/29/2014 2:22:08 PM Submitted by Title: Contracts Technician,Purchasing&General Services Name: DeLeonDiana 9/29/2014 2:22:09 PM Approved By Name: pochopinpat Title: Administrative Assistant,Administrative Services Division Date: 9/29/2014 2:33:13 PM Name: PayneTracey Title: Manager-Procurement, Purchasing&General Services Date: 9/29/2014 4:35:48 PM Name: MarkiewiczJoanne Title: Director-Purchasing/General Services, Purchasing&General Services Date: 9/29/2014 7:11:49 PM Name: pochopinpat Title: Administrative Assistant, Administrative Services Division Date: 10/1/2014 11:33:50 AM Name: PriceLen Packet Page -1299- 10/14/2014 16.E.4. Title: Administrator-Administrative Services,Administrative Services Division Date: 10/6/2014 9:01:16 PM Name: IsacksonMark Title: Director-Corp Financial and Mngmt Svs, Office of Management&Budget Date: 10/7/2014 9:02:09 AM Name: KlatzkowJeff Title: County Attorney, Date: 10/7/2014 9:59:39 AM Name: OchsLeo Title: County Manager, County Managers Office Date: 10/7/2014 5:06:59 PM Packet Page -1300- 10/14/2014 16.E.4. a W o N Q m C m d > C Or = c • 0 ° O y r U y O o0 o m O O o U E R Q ° ° c r ° o 0 O V o r >. 0 e _ o' m C 2 C m y L J Z, m m N m m 0 a) o rn C d o_ V o 0 CO o o m L U 9 O 0 m N 8 ".6 0 O co co 1.U N O O O U) ice. 0 m O U t E f0 E P. m m m L G. t a > E m O m 0 0 O_ ;0 T .O 00 U V C 0) N m oO O CO O a o yR 0 0) v O m n . o > C E O U m 0 0 N Of m O (o m o v o n o el Q N t.) c!'1 O d U w co t` m V! C O /A m CM 4m9 69 m y N U_ a, 0 a 0 Z vi (0 (0 O > m C O m N gm' m o o C o ° o U) = oo n o0 c o c `n c 'o 00 `o 0 (a E O O 0 m y U m O L Q Q fA U 69 E 0 K) m N ea L- ea CO Y w CO C 0 .0 f9 m j, O J ? E m z v a m o R a m E L U T O om vU, o m E o N 0 > C d >, CO 3 3 0 C p 0 o O C f0 O o m ° O d a 0 O) -o N O )O 'a W N 1s 0) a O. m N m 'S )0 Q m U) co c.u m y o _ rn Z. c) U w c°- 0 N c m w t u, m o) U a9 m c m E m fie CO H T C U m C m U O La') rn 0 m O m 0 a.W 0 - U m .L.. O c C m O m m YO O C .L... o) ur O O d O N m O W C U 0 m .Q T O O O N o O d 0 'p N N m m y T N C 0 0 "c _ O U O Q coo co t 2 N o 'C N O -0 m >i on P. w U w C E w a o «n o to caL » �, E II o 2 m o 8 U N m U 0 0 O L- m p w m 0 W O O aT O O 'p O) U o 'U m O O Ts > i, m O C L O O C co O O o) as N N- 0 O)V -o 0 C O — 0 N Dj O F m `a E 47 N J O O O ,p M m ca Lo -(y m w ea 2 p U c m > O > m 03 N cn a m m a .5 E 5 0 m m _ r m 0 o o ob m co Q m O 0 m d d C O 2 m m 0 C m � O >, d CO m U W Cr) N Z a o O Q 0 >, E c c m E c m o m m e co o Z' 0 m a d a-2 4. D o ¢ o 0- > I- I- ` C o m o 3 co a , 0. h m m 'F, co Q m a U o m w 8 Cl g m CO. o m o m o c, m -o m J m L O -0 O O ' y .0 m co N U m C .c d .) .� J y L C (n N co (� _ ,, O1 Y m y N 3 C C L E ' 'O 'm > c L o 0 m N p) O o m `O E m N o m c_ -0 E c a y m Qo Y 0 E J U N m 0) d m U m ,n O >, 0 ., C . U m 0 > Y C'' d O N U : 2 W d d V Q a) Q 3 ° a a) u ,_ o c m m '.0 0 16 Cu p L E 0 3 2 m 2 °) cn a t) 3 LL V N - Q' N O 0 m 1/l N Q -Ep W m ` N L O O L C m a O -a o no C m co C - m m Z O .6 o r y U D O m 0 m OU 'O C (m w co r0 m E a c a c m m (c° a E a > m m o m y E U a E E • E m r c ° 0 C o m ( °m > m NT-o �_ ° c v > c0) ZZcZZ Um ua E a E vt °-m' u yL cmm m o 0) 0 0 ,.. y m = D . m m � C o U m m m 5 < C 0 m 0 J C 0) 0 m m m p) C N m 0 'I) CO m 0 0 O U OA U u1 p °' m m O c O •- c O N 'p L J (D m Y L O C .O 9 N C m C "O m y E O L f 2 ° C') L m m O 3 O C0 L an E O O - } (00 L r O O 'R N m M L m 0 0 0 (O O .0 O O > dUUa Gr- ,- UZCY I- Om •- U-U F- o im -HUU I-- c m U0 > 1- 2 2m UC7 V- a .° R y m m of O EL; o 8 Ol V O) p 0) . N r O) O V 0 c CO c ++' m m = ca mU f0 0 oU L c NU a ,.. NU L d .c c) L m W 0 W _ ct U 0 5 N cn U m W U 7 m U 0 a U - W V O O Q O C 'O O C N D O C 5 O C NN d 3 d 3 3n 3 Y .' O U > U '> O E 0 > N > O m U. m O C0 LO ID Z > > 0 O o O d U O N 0 N N Packet Page -1301- 10/14/2014 16.E.4. V* w TS(0 N a m E a, C m D 7 a > O C 7 O E R .i a 0 ° c 0 . O ` L V a E m N CO^ N O ai- U E f0 ¢ N CO ° °' `° a oVw m ° c v o U a w CO O ut O a ru d at 2 o� En $ut m U C C N O ° ° ° E m L d O ^ ° E U o cn d ^ ° rn UN O O N 'o G '- p ❑ -1' « U C U) cn 2 L c m °u] W N O O O -0 0'6 U c O C O C co O O y U i6 o 6 N CD > C E A U C N ° co O co E W _ (n C O 2 co v9 .3 0. w `�' g (s •o a .c O C a U W C O E O d O O O u o o ~ o A 9 E ° w °° 3 °o o °o o a CD o 0 sa .c D ¢ to E 'C N N f- a°9 O ui w m .o ea a is o co E 'o ` a) E m c m ` o m c c o w a 0 0 4 > C ° > "C o >i O a) O co ° 2 0 c a o f of o m m w to 0.o. o N ¢ m C) co °' o c 7 R Q co Cr C O) C O N co U N o U U co C .2 co 'O, 0) a co a, N U U w p U M C 0) co c0 N N O fA a m `a m ' c �» m v' m in a) O a w a ° m a a o C) m 3 m LL) m m "ai 0 o > U W U c 2 N O m o L O 3 6 m o o d R c m o m > 0 3 a c E cc, m E m ..o °o v m C `o Ow V O Q o O` a 'co ° C 0) N w U w _ P` ° co rn m m N U a) C co p m .co"E (O is _ a) ce Z M N .OY O E 69 m = U CD j 0 O E W .Z 2 O C .9- N ° N O O O C W C O Cn 3 O 3 O 'O O° a Oo O 17 Ts'< C U > 7 O m N O p U •�U O O o c a) co m o °o O ~ O C I a E - F U °o >, o a� DC ° 2 a a¢ E a 2 ¢ w o m 3 a co "0 c c o » 69 o > u Q C li1 o 0 o m 2 >. :a a) m m a m c m .o m a� a o u, b o RE c Q 3 m m O u Op i'_, C E a o U EE o c a ~ � @ Fa o a � m n -0 H- Yu, r u m ff m L E. m W D o C m a; m m m a 0 o m F- 0 -oo m a s m .n v y o = c c4 Z m Q m Ca d 2 p m N C N C' m m 3 m Oa o "m a o co N = O � C E 'O 'O O a) U 5 m N c o p E m L C a O a) c _ U a) O m Q v W y - u! a) Cr' m to a! _o O 4IL a m c c m co N o .0 .E c U N 'm6T = "3 m a c a) > °) m m u m a d '- - m v a) 2 0 m o - -p c -a ;� u; c o m N V -o c o 3 Ra p o u. m m m 'E m o U E E N Q >,in U OC N ° C Q C L N �. T. y as o (7 • m m m c N m _ m o > m p o m min m Z Z a Z Z C It O 'O l2 c. Yt (� O) N a # Q) H It _ C a) C O N O U ` a, U o of p) C a E 3 > Cam") a) C (/) a) J " a) co 2 co a) p C O co a) 3 O , •o v c m °oo c c .E" = 3NN oa, a y z O El a� a o c •�c R •c Q1 C7 U') m .` m o 'B C O O C a) m th O O C N d O L O th L o O j a 0 A L O E O • Q C- _c m < O W O M L CO 70 Cr' O O c' N L Y c.> d U U d = co U 0 H O = co U 0 I- F- U Z - U (n Q H Q U a I- = r) C.) > 0 I- to •• o a) L Q� O C C" O a a I C 0 K ! C M CD m 0 W 7f U N = CD = CO 0 m W W N NW U U / U 0 3 ai 92 .6- m 13 c `O O 3 'O >, d o o ° o ° O ° O >- a) o m 3 3 `m E o C m ¢E cu Em Z > m r` i m m rn d o m 0 > 0 0 0 0 a m co Packet Page -1302- 10/14/2014 16.E.4. 6 & } d § k co \= u § g < § Q S ; ; e - m 0 li & A cp \y0 \ ) \ § § ms § § } z § c2 ) < g y 2 y • \ \ \ \ \ o c69 i ecO a, 6O 9 tco i & , $ - - - - 4 \ \ \ \ \ To To Ta To Tj { \ 7 (10 ! \ \\ { § } } \ $ I-- 2 \ , - , \ \ \ \ } \ t \ z w JG _ ! ! ! ! / \ \ \ \ \ ) g \ ) < < < < { « To u„,-- .22 0,..- ® e 2 e e ` .4 s - - ® f _co ® 2 -co ® 2 - as® I - ® £ - ® / ) J }f 12 a. }/ }/ In \\ a. a. . \ a. � \ 2 / \ 2 { , y / \ o � { \ \ \ \ { | \ § \ ( _ \ \ ) \xt at / CO \_ -c-' 0 \ CO o CO \ \ ) \ ) C. 7f _ r 9 - ) 0 ® f _ _ © - — | | \ E ) \ < \ / 5 \ / ) \ \ \ { \ ea 3 - - z 5 ® - c - _ = 0 2 & E a {£ E{ C (9 C0 ED [ \ < % /\ E 7§ % {\ 0 & < ) / ) * « KQ / { ® / 2000- 0Z '- 0 » fe =u = 0 3z = e = 0 se = 0 0 «zfo = 2 � ( } } }y - } ± } _ / E co 22 / m / _ \ ± - \ m ; o , ) N \ r } _ } 2 } E. z 0 - 3 ` o ` o o a Packet Page -1303 10/14/2014 16.E.4. vw N a `m E d c m o z c ) o e. E as = 0. 0 �a, VC,) 0 E o oo O a o 0 V w O co "- CO O. ad 01 U C R m o 0 U a7 O O co .c U 0 N O o 0 E m `on 0 'p 5 c a w O a a 'O a C E z z 0 o a K 0 w a., cc E N °' .0 5 N U I. CI. d m .0 o o C 9 ° O U O O O .0 0` < OM 0) °� C_ a V N ° ei w a `C CO OD C 01 co y W 9 N N > m E c ° E E d a o a v; a R E z o z o a 0 UUw m >. ¢ CO c a 0 0 a U w F)ce a C O Ti w ` U O U O E Q a a O 7 c Q Z Y Z o w U 0 w E L C7 d z o a Q c = 3 0 0 O - 6 W c co F • d C O a g c 0 0 0 a t a N m `O..< z 2 Z O CO "Z a w U N 2 a) O a) `S 0 a m a i 10/14/2014 16.E.4. ca 2 41 e C ` ` v W = o O O) n O o o ° E Q C' O U o O O.U O N a) o as 'O _O O 0 O O - o m Q O C N l0 N N C d E ca m 07 c La o c m 0 e co 0 O a) a, h- a O '5 O, R O y O N 'O co O 6 V E O ° 3 = f`! o O a) Q3 v c g w m 'N ° E a, ca m a, 0 E 3 `as a m U _) W m oo .9_, te o o_ o 0 p O HO o mc° o o o o .>> . E "r , Q ^ N m o Q H - c m co c re w 3 0 .- 66 Ca w o ,-.7. N 7 W C a) O a) a, a) CO N V w d w d C L X O p o 9 = '.. 0) O �O o m o o U en 0 0 0 c °o w o > ° ° y E o o E a o �ca fl Y o C a U w a) o .c w 2 o E O o `m o . o as .° o °� ° 3 N °o ❑co O Q v w v, f m o O 0 m a U w w CO c CC 69 o o N N d y v W C o N_ a m e ° a 3 ❑ w a o U o Q Q Q E U E z N p F- z Q U m E Qw V, m v, 0' m N Q a7 Q) c co o 17 n d O O N O N O El) 0 l0 O co j O N > O_C O o o 0� o O O o Q aoi N N E 05 a Q w lc .D o ea = 7 V3 -O C 69 w O U N o LL 0 C U F- ' (n .) L a O E "E'..6 m o > ca o m > 5 a, cn L co d O N m c c m 'C o E m C g Z o o ca p a m >. m n ' aa , c a Qa a < m o c o E a E 3 - o 2 2 m 2' A a) ❑ c Ti, c 'o a - o- o m Y X N N W U o o o co ').7- 3 z 2 o c o O C Q E m a) V O, Lo Z U N ,!", O a) m 2 N co N O ` ^ 0 N N R N O 1n ^ 0 a a0+ a] N E L LL'J N "P N as O C 0 o to N- a H 00 to CO N O to in p 0 ._ o N > V O V U c c o c v a N as in c c a, O C "O O) a3 C a) c'i, a3 C v) c C O a) a3 . 5O m N to- 1 > 2 a, C .6 N o) O E. ° g o 2 E o o m = o u, m m w o a -o c T r -o as En C (/) a a) C o o E o c 0 c. x c . .6 Q a .0 E R 0 c m N O'0 a - < D Z Z Z Z (O a It > 'O 6 it N Q in 0 S _. a0 0 a aN .0 U O a a) m.o o o) � o V✓ m ur a) G m a) ,- c c 2 N N o 2 d• 3'.0 o a o m N a - a N( .0 > O a3 0 "g 7 a >m d d Z a O = o f a m .c 2 o et, F i0 U U H a z O W 2 H O� m y y 6o U - N N c E Cs `m co a) as _ C U a, C o) O n7 C c cts 0 d d' U a) N Z 0 V V O a, o o a) O O O. c n d d O c m o rn 3 . � Z 3 a> U E .o ❑ a oU d oQ 0. oW a-) U > ct > > > m E a C o a, d o a .1.-_ z 1 - O w ° N 0 > 1- Packet Page -1305- 10/14/2014 16.E.4. V oEE 6 N z. G - 0 L .6 . I° a a - L °.e ¢ a ¢ a a ¢ ¢ ¢ an m m RI 0 0 0 0 0 0 0 0 0 0 0 c o e n m o r 0 G u LL LL ,i LL LL u LL LL LL LL LL o R V G tW. E E c N - - y w N m 13 i c o - E° - - LL R 1 69 69 61 .H y V n m v o o N i m N o y e m o N - p - 2 - vN o a n N a-, O N .- W 9 O- . . . . . . . . . . . . L O N O N V o n 2 0 0 N N a < iO 0 0 - - > N A O N NM M N a L O N < - b 3 - m N N tap I 0 0 30 0 0 p , N N m N n m W N N a m G U - w N . . .o Q R U L G 3 a F N U e C d G O N O O H N ai N W y Y O W N 2 m 1.. N G N w w N N E W 5 U 22E23 0 33 33 o .2 N 6 O M N 2 6 6 N C N p O 2 N N 1 O M m 0 U _ w = N N.A w w N g Ts .a O S. n ; o w w - - w w t r ro m tu cu a W o `o c a a a O A" w c• N,:c.-.,,- Q - N N m 2 c N N a O w Z O f. j z -0 > a m a g o o g- Ew NI c 13 M c , .o . N J '•O 7). 1° U,vi O- K § mxaf � 5 5 m b O P O ( O I d O F at f N n V H y r m m - - 1 ' Packet Page -1306- 10/14/2014 16.E.4. Co r County Planning& Project Management Department July 28, 2014 • Mr. Ron Recchia • ADJ Excavating of Florida 1371 Artesia Dr. E,Unit 402 Naples, FL 34113 RE: Zero Dollar Contract Change Notification, Change#2 Contract No. Contract 13-6151 Purchase Order No. 4500148862 Collier County Project No.71010.18 Dear Mr.Recchia: By copy of this letter,the above referenced contract is being issued a zero dollar($0.00)change as indicated below: The above referenced contract time is hereby extended by 7 calendar days. The original number of project completion days was 240 days. The previous completion date was September 16, 2014. The new completion date shall be on or before September 23, 2014. Note: Time extensions cannot exceed 20% By extending this contract, the County is not relieving your firm of its obligations to perform work in a timely and satisfactory manner or any consequences resulting from failing to do so. Collier County hereby reserves all legal rights, including, but not limited to, rights to terminate, suspend or elect any other appropriate course(s)of action should circumstances warrant with regard to the referenced contract. Additional Staffing Categories: Name Professional Position(s)Associated Hourly Rate(s): Hourly Rate(s) Draw against Allowance ®Other: Adjustments in quantities. Please see attached documentation(minor adjustments/clarifications to scope, existing task allocation and quantity adjustments, re-allocation of dollar amounts between existing tasks and/or clarification of existing tasks) Sincerely, ' Diana C.Dueri Project Manager ■ 1 A Swainson Hall /'"ocur ' t Strategist, Purchasing Department Approval: -�/ Date: n/Zvi e v C: Bonnie Baer, Clerk's Finance Division Packet Page -1307- 10/14/2014 16.E.4. COLLIER COUNTY NAPLES PARK 93rd/94th AVENUE WA1.ER MAN REPLACEMENT CHANGE ORDER NO.2—SUMMARY July 24,2014 • • ITEM NO. 1 —Time Extension(7 Days) Provide a seven (7) day time extension to the Construction Contract for Substantial and Final Completion. Time extension is granted due to County scheduling conflict resulting in the delay of connection of the new water main to the existing. Issued as Work • Directive No. 4 on July 18, 2014. Add 7 Days No Cost Change ITEM NO.2—Construction Contract Quantity Adjustment - Provide for adjustment of several bid quantities due to anticipated additional quantities in several Bid Items and under-runs in several Bid Items. See Item No. 2 for adjustment. No Time Change No Cost Change TOTAL Time Change: Add 7 Days qgm.locaniies\EngineeringkPR01-ENG\C\C CI;143CCA\OSCDocs\OIBidding-Addenda-COs-Corr\CD 2 Summary.docx Packet Page -1308- 10/14/2014 16.E.4. yy5' II Public Utilities Division' Planning& Project Management Department WORK DIRECTIVE CHANGE PROJECT NAME: Naples Park 93r1194th Ave CHANGE#4 • Water Main Replacement DATE OF ISSUANCE: July 18,2014 EFFECTIVE DATE: July 18,2014 OWNER: Collier County Board of Commissioners PROJECT#: 13-6151 /71010.18 CONTRACTOR: ADJ Excavating of Florida ENGINEER: Q,Grady Minor&Assoc. • • You are directed to proceed promptly with the following change(s): Description: Due to delays in County scheduling of the shutdown to allow connection of the new main to the I' existing,add 7 calendar days. Original Completion—September I3,2014 Previous Adjustment—September 16,2014 New Completion—September 25,2014 Purpose of Work Directive Change: To allow adjustment of the contract time due to conditions beyond I f Contractor's control. • Attachments: • If a claim is made that the above change(s)have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). • I Method of determining change in Contract Price: Method of determining change in Contract Times: ❑ Unit Prices ❑ Contractor's records 0 Lump Sum ❑ Engineer's record ❑ Other ® Other Owner's • No Cost Change Estimated change in Contract Time: Increase by 7 calendar days. RECOMi'IE f 6 D AUTHO t.'fa D: By: 0- B : l22iZt!)i ►� Engineer Owner's Representative David W. Schmitt,P.E. Diana Dueri,Collier County Q. Grady Minor&Associates,P-A. G:1EngincerineRO.bIINGTCCU1 43CCA108CDocsl0 lDidding-Addenda-CDs-ConlWork Dim-ohm.C7imgc#4.doo 47121/14 11:10 AM Packet Page -1309- 10/14/2014 16.E.4. . . w i H N . r i. tU 1'7 O O 0 0 0 0 0 0 0 0 O'O O O O O •cl' • Ey N O Q1 O O O O 0 0 0 0 0 O r1 z co 00 f1 0 0 0 0 0 0 O G O O 10 (�!aNO � � C '.-2, 00 00N Our OD V CD mi.O� vi v i o0 1�v) +n O ••-•N vi v . 69 r 69 mc9 69 64 � n u b9 94 69 b9 z 69 0 1if" ■ N —5 0 b .1 g 6 Di [z� A c Z H [asi ■ Ey Is 6 A �O O r'm NV' ‘.0 O 0 0 0 o N O O O N O e ; U E.1 Ga Qh G1 N O 00000000000000 en'Q U .-, oo Cl O 0 0O 0 0 Cl. 0 0 0 0 0 0 0 0: a a ~ Z!-y O m to 0 0 0 0 0 v'1 ■j O h O o 0 0 0 O N m m O O v1 v1 tn O, N o N N N 41 0 o v1 p{69 64 G9 vY ri O ,--� 'C ca co o e? 69 m NI N 64 N ,,,, r-. 64 69.64 ,-, ^+ 64 69 69 be 69 69 b9 69 b9 Cc b H •■ nom'` C)E_i o U °a • d J U U . r a, "' trr UB A h Z , 0 D t] .� Lj i HH _ ch U O O O• ,- ��' U (/� O O O N a y i r1 3aaH � Oas b E '° m Q UU ' � al > ca ° Q w a r P. A� a � > a � � � oo� o5 a � ^ Q � 8 �, d et a 00 > tz I N 0000aUccR1 � iV m 'in W W ImwS C7 i • W ,, x ,, NNNtC N000 .-• N4at- rnv-� vo N ry -� --+ N N N N.to m en cn m r1 (n kn v., , Packet Page -1310- 10/14/2014 16.E.4. � er' Purchasing Department Adrrtirtistrative Services Division Change Modification Form Purchasing [Q Contract Change Request 0 Work Order Modification Contract#: 13- ''Change#:4 . , PO/Work Order#: • J Project Name:Immokalee Airport I 6124 4500148721 Runway Rehabilitation Construction. • Project#: 33300 Project Manager: Department:Airport Contractor/Firm Name:Owen Ames y Robert Tweedie _ Authority Kimball Construction Original Contract/Work Order Amount ` $7;232,241.04 10.22.1314A4 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $7,232;241.04 10-22-13 14A4 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $7,232,237.84 '' SAP Contract Expiration Date(Master) Dollar Amount of this Change . ($805.06) /' -0.01% Total Change from Original Amount Revised Contract/Work Order Total $7.231,432.78 '' -0.01% Change from Current BCC Approved Amours Cumulative Changes ($808.26) -0.01% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Original completion date: 8-12-14 I Last approved completion date: 9-/ ` Revised completion date(includes this 25-14 ✓ change): 10-25-14 / Number of days added : 30 ' Each step on the contract mocation checklist form has been reviewed prior to me submitting for approval RBT(this box must be initialed by Project Manager) En-Add new task(s) Change task(s) L Delete task(s) a Other(specify): Delete quantities Provide a detailed and specific explanation of the requested change(s)to the task(s) and/or the additional days added: Add quantities to Alternate 1/2 to accommodate the rehabilitation of a portion of Taxiway B. increase size of drainage structure S-I4. Reim&urse contractor for permits associated with airfield electrical vault. Add shunt-trip to shut down electrical ... service during an emergency. Delete quantities not usedineeded on the project.Add thirty(30)days to complete the additional work associated with Taxiway B rehabilitation. Provide detailed rationale for the requested change: Due to funding constraints.the rehabilitation of Taxiway B was not . included in the project. , Provide explanation why change was not anticipated in original scope of work: FAA discretionary ATP grant P 'g was the primary funding source for this project. These funds are awarded as available and based on low qualified bids submitted with grant application. At the time of design/bid specification development,FAA indicated the potential for limited ALP 1 discretionary funding available to complete this project and advised limiting the scope and developing several alternatives. Out of j concern for this situation and in order to maximize the potential funding available,bid specifications were limited to those elements which were basic and fundamental to accomplishing the goal of new pavement for all critical runway and apron areas. Therefore,the rehabilitation of Taxiway B,although eligible under the grant.was not included in the project due to funding constraints. Also, during construction.the taxiway pavement experienced extensive heavy equipment traffic and two new pipe crossings which resulted in increased degradation of the pavement. With actual quantities for bituminous surface course being less than the hid quantities. • I funds are available to rehabilitate a portion of Taxiway B.. The size of structure S-IQ had to be increased from a FDOT Type E to a Type H structure to accommodate the pipe alignment.The addition of the shunt trip will provide a one point.Itighly visible switch to shut down the power in emergency situations. Bid quantity specified for bituminous surface course was over-estimated in order to assure adequate quantihr of most essential. material for the outcome and overall quality of the project. Describe the impact if this change is not processed: Failure to rehabilitation Taxiway B at this time will necessitate rehabilitation at a later date,possibly at a higher cost and without grant funding currently available for this task. Some sections of __ Revised 5.1 6.12 I Packet Page -1311- 10/14/2014 16.E.4. . Describe the impact if this change is not processed: Failure to rehabilitation Taxiway B at this time will necessitate rehabilitation at a later date,possibly at a higher cost and without grant funding currently available for this task. Some sections of Taxiway B are in very serious condition and may fail at any time causing safety concerns and possibly requiring taxiway closure and emergency repair work in the near future. Failure to install a shunt-trip could result in confusion by emergency and airport personnel to shut down power during an emergency,especially given the complexity of the electrical system associate with the vault. Type of Change/Modification 711. Planned/Elective ' 2. Unforeseen E 3.Quantity or price adjustment • conditions/circumstance 0 4. Correction of error(s) FBI 5. Value added j 2 6, Schedule adjustment Change Requested By in ❑ Using Department Contractor/Consultant �) Owner , T Design Professional El Regulatory Agency Lspecify): ( ❑Other s eci ): Purchasing Professional,Participated in Negotiation of Change/Modification: 0 Yes No Approved by Date: Name and Tice: Twee•ie,Airport/P oject Manager • Reviewed by: Iwo � AFT_.I? _- Date: . 7/ --- Procurement Strate st's Name: velyn Colon • Revised 5.16.12 Packet Page -1312- 10/14/2014 16.E.4. ....................._...... i 1 ) `- \ \ \\\ ) � a! O , 0 0 0.CC'�C1 0 ' r)'t- U N ui .- 4Ifi u):O•tJ U 10 or ci .vroaiui-vnr- Na r C V 16 d,'.UG N V n)�.a o r to ro OO Purr N r)0 O m Si O CO..CO U):1n'- .- N: 4Y'tt] Q N ^i of N .-i U) v" o 0 E E -- v) N 0 t*1 N IA N CO N< ,r tr)u) 01I0 w I O U 00000.0 In ILL O - M - b Fh 0 0 CD:10 r 0 CD 0 0 N a) I C I` m a tn,C) N pI G? a N .� p v'CI•or.4 OI_o) rn t"1.N Cl) M m. C4 M '• n'f-.'A .-. N v Q' 1') ib �; E N v m VI N OS tN V,: A a .. I`- ,W. w U) Iw O1i 11:/ Yom. I- 0 0 0 4) CI O Ca I C = Ci tom s) 0:m to - I .._�.. 1 ( .. O 'c s,, >- >. > ;cu. )- '=: H• ;= J C.) 0 tl).CI..a)'In tf 0: U :H 1 di 1 m, it m tOn H t0D 0 r* F--,. I.-- z'.to sn Z v 0 CD -4t v U m, or \ vat ID al p u1 o o sti a `o Z w w a' or 111 doi w' t E� v) N ( 'M o ir W VI 0 ra r c o —,o I I u ¢ a 0 c pm t8 v I m: CO∎n I X -4 cc: r or a p • ' co (ror1 i 0 .11 N Z = O O.• U't • o to n o'er , Z mQ O' O: al c:)0"C] o c'.CJ 0a ~----- C' to Cl 0001'.. 0000 O P I 0p to n = Ur to o o v'.0 " C) 0`ai O;0 1: .4 W W !C t.l! C, 0 Cl) ■1) CC CO 0 CO r, q v M W !o a): W: l a t0I C) In C/t0'0 1-.0) v a Ip 'J; a, c.04 W'CO - CI C) Nt0 NN- W I C N .', en r- 1' v] UI 01 N P dal 01 N J ,L rn; w IA NI 04,IA irl W _w in u1 n n v1 u1 y■RI i 0 .A_ . ._.. C. O CD O:0 0 O C?..t?!0 0 O 0 cd O �, o d 00 0 0 oolo0 to 0 . 'L-- U p gp pp G C rL'1) tai O O G n:o�O N 0 O -. CO m N 0 a o r 000m ou) ,. 0 - iG C ■.n '-:tv u) v nl .T- _ _ — ___._ _,.__,__—_.._ a o to o to 0 Y >- 'C U) N..� o.tto , • •M I- >- v ti �) t- Q >f , -, IY CO ,o 2 II J. U. w Y In • - w a 0 - r; ti m o !- ..L 1 v < 0 W I- : F. o ae. ■ri cr a,re 'mj a:to r iW '1- I.3 tY 0 0 W N W C (...3,0_ Lt W.U:N K 2 N F a p m I- ' d z L O to b d 4, d 7 J m d u b to m !W :o - n a w m z r` r u U is _'0, 0 z 2 0 0 u) Ic :o F' t0 Cl) W5 w t"'' a " m -C) IW- c1.., Q 0 qq I?. 4 I i d U d o., . Q-tD c ..o d 7 m z b o c U _ ti Y at W vv L u E N W i W n o C aaaE 3 c 2EIt 2 _ ui m !z 5 (r m :r. a7m � m.r�v) M' m_�a2 U C ° W 'ad p o1V tv t•e .- -I- t" 0 u v a • iz ,� c I a Y ui i w_u- In'an �I'�I Q d e c al a r- oNC in-�.p nninl`r'- ! w al ui' -.tv rnIn a rl p ~O ;+c `jW <i 1 a1 ~ a a. s ri_.d a �'a'F- a ci..1- F" 5:uc qtr 1 Packet Page -1313- 10/14/2014 16.E.4. ier � Purchasing Department Purchasing Change Modification Form ® Contract Change Request ❑Work Order Modification Contract#: 11-5639 Change#: 3 PO/Work Order#:45- Project Name: Chokoloskee Bridge 134104 Replacement Project#: 66066.9 Project Manager: Department:Transp. Engr. Contractor/Firm Name: T.Y. Lin Marlene Messam International Original Contract/Work Order Amount ` +,a,a �. ViriVrePteRPit oral BCC Approval Date; Agenda Item# Current BCC Approved Amount $ g 066;601-01111/1003A;48' 811t)/1�; �i,,h�lt3 st BCC Approval Date; Item# Current Contract/Work Order Amount $ IS1,800;0 SAP Contract Expiration Date(Master) i Dollar Amount of this Change $ B,flpp b0; 24.40% Total Change from Original Amount Revised Contract/Work Order Total $ 559,800.00 7.97% 'Change from Current BCC Approved Amount Cumulative Changes $ 109,800.00 _ 7.28% Change from Current Amount a;,i/tiro � ,i. i ,4 z ip .1.e. % r4�'T" p�. 1 ? i 4 .400°110 $SkP 01400ei ifsl.ECati°i1 L1e1Or µ "1;94/4 r i5 ;5";'11' i.:.. Original completion date: January I Last approved completion date: Revised completion date(includes this 30,2016 / January 30, 2016 V change):August 17, 2016 Number of days added:200 Each step on the-contract modification checklist form has been reviewed prior to me submitting for approval M.A.M. (this box must be initialed by Project Manager) ®Add new task(s) ❑Change task(s) ❑ Delete task(s) ® Other(specify): Design Refinement—Expansion of Tasks 1. Provide a detailed and specific explanation of the requested change(s1 to the task(s) and/or the additional days added: The Change Order No. 3 will make changes to the construction drawings by re-designing approximately 450 linear feet of proposed concrete sheet pile walls. These walls are being made deeper to provide a secondary level of protection against erosion. The design will also add plans to remove and repair the existing bulkheads (seawalls) cap. The engineers will perform an evaluation of various erosion control options, before making these changes. Based upon the Engineer's recommendations, staff will determine the option that will provide the safest and most cost efficient solution. It will require additional time to do the analysis of the various options and then to implement the changes to the construction plans. 2. Provide detailed rationale for the requested change: The existing bridge and bulkheads (seawalls) are 59 years old, and the original design scope of services was to remove and replace the existing bridge. Upon initial evaluation of the FDOT inspection reports of these components, the engineers submitted a preliminary design of the Project that not only replaces the obsolete Bridge, but also remove the existing seawalls and replace them with rip rap embankment. Over the years, the seawalls as well as the Bridge had experienced severe scour (erosion) and deterioration. Past inspections had revealed leaky joints in the walls as well as cracks leading to seepage of the embankment material behind the seawalls that resulted in a settlement. These deteriorations required constant and costly repairs over the years. At the 60% Public Involvement meeting, the Project's preliminary design was presented to the stakeholders who also included County and City officials. The majority of the stakeholders advocated a higher Bridge as well as preservation of the existing seawalls. Their rationale was that the historical and recreational aspect of the area needed preserving. Since that time the Board has a••roved Change Order#1 (9/10/13, Item 16.A.48 11G that required a Revised:7/26/13 --- Packet Page -1314- 10/14/2014 16.E.4. change in the design to make the new Bridge higher. The redesign also added concreiC '►►CCL pie waits behind the existing bulkheads that will provide a secondary level of protection in the event of an � embankment failure of the roadway. Given the condition of the existing seawalls concerns still exists regarding their stability. The most efficient design is to make the Bridge a stand-alone structure independent of the seawalls to remove any vulnerability from failure; the existing seawalls then become sacrificial. In order to provide this level of protection, this Change Order will redesign the proposed concrete sheet pile walls to provide a beefier erosion control system, address some of the deterioration of the existing seawalls to extend their longevity and provide safer conditions against failure. 3. Provide explanation why change was not anticipated in original scope of work: The original scope of services contained enough standards elements to provide a comprehensive set of construction documents. Obviously, unexpected conditions cannot be predicted. The outcome of Public Involvement is one such unexpected element. Others were the result of discoveries that warranted a closer investigation of previous assumptions. 4. Describe the impact if this change is not processed: Vulnerability to health, safety and welfare of the public. Type of Change/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 ® Using Department ❑ Desi•n Professional ❑ Re•ulato A•enc speci : ❑ Other(speci : Purchasing Profes: ,,nal Participate A. Negotiation of Change/Modification: • Yes ►Z4 No Approved by: , Date: Name and z.I ad Messa , Sr. Pr 'act Manager Reviewed by: / / 67-1 Date: q f 10/4 Procurement • rategis's Name: Evelyn Colon / 4I Revised:7/26/13 2 1 Packet Page -1315- 10/14/2014 16.E.4. Cott County Administrative Services Ovisibn Purchasing Department Purchr Change Modification Form ® Contract Change Request ❑Work Order Modification Contract#: 13-6085 Change#: 002, PO/Work Order#: N/A Project Name: Design and Related Amendment #1 Services for Vanderbilt Drive Bridge Replacements Project#: 66066.11 Project Manager: Department: Contractor/Firm Name: Kisinger Campo Anthony O. Stotts , Transportation Engineering &Associates, Corp. Original Contract/Work Order Amount ii4.4.liZtOtt ' At Original BCC Approval Date;Agenda Item# Current BCC Approved Amount g1+fi, .. Last 8CC A • �. pproval Date; Agenda Item# Current Contract/Work Order Amount ).. ... �' SAP Contract Expiration Date(Master) Contract/Work Crder Total $ 6 ''� y 0.00% Total Change from Original Amount • Dollar Amount of this Change �''' g g 74,270.29 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount a ,r.v A C eta. to D anf h Task, e1.t k.. j P i . . a Y t_ 1 4 `k Original completion date: Last approved completion date: Revised completion date(includes this June 21, 2015 June 21,2015 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 AOS(this box must be initialed by Project Manager) ❑Add new task(s) I ❑ Change task(s) ❑ Delete task(s) 2 Other s ec ( P fiY): Contract Amendment 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and/or the additional days added: This change will amend the contract by replacing Schedule B for purposes of removing all references to allowances as the items are actually part of the base services for the project. Additionally, Schedule B, sheet B-5 (of the original. contract) incorrectly listed the rate for a Sr. Utility Coordinator as $107.95 (hourly) and omitted the rate for a Utility Coordinator. This has been corrected by listing the rate of a Sr. Utility Coordinator as $130 (hourly) and adding a Utility Coordinator category with a rate of$107.95(hourly) , now page B-6. 2.Provide detailed rationale for the requested change:This change allows the design consultant to complete the base design activities and correction the hourly rate of subconsultant. 3.Provide explanation why change was not anticipated in original scope of work:These tasks are in the original scope of work as allowances.This change is required to correct the errors as identified herein. 4.Describe the impact if this change is not processed:These are base design tasks required to complete the project. I . i ® 1. Planned/Elective ❑2. Unforeseen conditions/circumstance ❑3. Quantity or price adjustment g 4. Correction of errors) ❑5.Value added ❑6. Schedule adjustment ❑Contractor/Consultant I ® Owner _❑ Using Department ❑ Design Professional l ❑ Regulatory Agency(specify): I ❑ Other(specify). I Purchasing Professional Participated in Negotiation of Change/Modification: ❑Yes ❑ No Approved by: _-__ Date: Zr/t/'4,2i-2-7 Name and Title: 57-H?S, .¢�v ou`t O. Sr.Prv> f/14,..,..../e I- Reviewed by: Date: Procurement Strategist's Name/ 1 /�1 ti_,,..1,-1 f i Revised:7/26/13 1 • Packet Page -1316- 10/14/2014 16.E.4. EXHIBIT A-1 Contract Amendment#1 to Contract#13-6085 "Design and Related Services for Vanderbilt Drive Bridge Replacements" This amendment, dated 541 , 2014 to the referenced agreement shall be by and between the parties to the original Agreement, Kisinger Campo & Associates, Corp. (to be referred to as "Consultant") and Collier County, Florida, (to be referred to as "Owner"). Statement of Understanding RE: Contract# 13-6085 - "Design and Related Services for Vanderbilt Drive Bridge Replacements" In order to continue the services provided for in the original Agreement document referenced above, the Consultant agrees to amend the Agreement by replacing in its entirety "Schedule B Basis of Compensation," "Attachment 1 to Schedule B Professional Fee Schedule," and "Attachment 2 to Schedule B Basis of Compensation" with the attached Exhibit Al-A and incorporated herein by reference. 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: atif, .t:.,. ,,- t 0 , 2014 OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: 4 gf„5(1'� Markiewicz Director of Procurement Services Consultant First Witness: CONSULTANT: Kisinger Campo &As ociates, Corp. By: t-7' (mac Madge L. Miller By: fa. i' �✓� Print Name Paul G. Foley, President Consultant Second Witness: Amber Macumber Print Name Approved as to Form and Legality: Assistant C©inty Attorney �qf Packet Page -1317- 10/14/2014 16.E.4. - Exhibit Al -A SCHEDULE B BASIS OF COMPENSATION LUMP SUM AND TIME AND MATERIAL 1. MONTHLY STATUS REPORTS B.1.1 As a condition precedent to payment, CONSULTANT shall submit to OWNER as part of its monthly invoice a progress report reflecting the Project design and construction status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any then-authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. B1.1.1 All monthly status reports and invoices shall be mailed to the attention of Anthony Stolts, PE, Senior Project Manager, Transportation Engineering, 2885 South Horseshoe Drive, Naples, FL 34104, telephone: (239) 252-5835. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, OWNER agrees to make the lump sum and time and material payments to CONSULTANT in accordance with the terms stated below and Attachment 2 to this Schedule B. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until all services associated with any such line item have been completed to OWNER'S reasonable satisfaction. ITEM # DESCRIPTION i FEE PAYMENT SCHEDULE Items 1 —5 Lump Sum LUMP SUM 1. 30% Submittal $243.669.68 Monthly Upon Percent Complete of Task 2. 60% Submittal $113,325.95 Monthly Upon Percent Complete of Task 3. 90% Submittal $66,729.61 Monthly Upon Percent Complete of Task 4. 100% Submittal $22,887.27 Monthly Upon Percent Complete of Task 5. Final Submittal $9,808.83 Monthly Upon Percent Complete of Task items 1-5 Lump Sum Total $456,421.34 Items 6— 14 Time and Material NOT TO EXCEED 6. Post Design Services $61,869.00 Time and Material - Not to Exceed B-1 Packet Page -1318- 10/14/2014 16.E.4.- 7. Utility Coordination (OMNI) $23,187.87 Time and Material - Not to Exceed 8. Subsurface Utility Engineering $25,066.10 Time and Material - Not to Exceed (OMNI) 9. Cultural Resource Assessment $8,938.35 Time and Material - Not to Exceed Survey (ACI) 10. Public Involvement $16,230.00 Time and Material - Not to Exceed - 11. Phased Construction Design & $28,275.00 Time and Material - Not to Exceed - MOT 12. Utility Relocation Design $25,887.00 Time and Material -Not to Exceed - 13. Utility Relocation SUE (OMNI) $18,395.63 Time and Material - Not to Exceed- 14. Pedestrian Bridge Analysis $10,000.00 Time and Material - Not to Exceed- Items 6-14 Time and Material $ 217,848.95 NOT TO EXCEED Total GRAND TOTAL ITEMS 1-14 $ 674,270.29 B.2.2. The fees noted in Section 2.1. shall constitute the lump sum amount of Four Hundred Fifty-Six Thousand Four-Hundred Twenty-One Dollars and Thirty-Four Cents ($456,421.34) and Post Design Services and the remaining items on a Time and Material Basis Not to Exceed Two-Hundred Seventeen Thousand Eight- Hundred Forty-Eight Dollars and Ninety-Five Cents ($217,848.95) to be paid to CONSULTANT for the performance of the Basic Services. B.2.3. For Additional Services provided pursuant to Article 2 of the Agreement, if any, OWNER agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without OWNER'S prior written approval. B.2.4. The compensation provided for under Sections 2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.5. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by OWNER, pending resolution of the dispute provided that OWNER continues to pay to CONSULTANT all amounts that OWNER does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS: s-z Packet Page -1319- 10/14/2014 16.E.4.- B.3.1. CONSULTANT shall submit, with each of the monthly status reports provided for under Section 1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by Owner. Additionally, the number of the purchase order granting approval for such services shall appear on all invoices. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT'S letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for Additional Services, CONSULTANT shall be limited to a maximum markup of 5% on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1. Reimbursable Expenses associated with Additional Services must comply with Section 112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2.Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by OWNER. Such expenses, if approved by OWNER, may include coach airfare, standard accommodations and meals, all in accordance with section 112.061, F.S. Further, B-3 CA Packet Page -1320- 10/14/2014 16.E.4. such expenses, if approved by OWNER, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. 8.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. B.3.4.1.5. Expense of models for the County's use. 8.3.4.1.6. Other items on request and approved in writing by the OWNER. B.3.4.2. Should a conflict exist between the dollar amounts set forth in Section 112.061, F.S., and the Agreement, the terms of the Agreement shall prevail. 6-a c - Packet Page -1321- 10/14/2014 16.E.4. ATTACHMENT 1 TO SCHEDULE B PROFESSIONAL FEE SCHEDULE Title Hourly Rate Project Manager $ 173.00 Deputy Project Manager $ 148.00 Chief Engineer $ 203.00 Senior Engineer $ 176.00 Project Engineer $ 143.00 Engineer $ 128.00 Senior Designer $ 131.00 Designer $ 106.00 Senior CADD Technician $ 90.00 CADD Technician $ 80.00 Chief Environmental Scientist $ 166.00 Senior Environmental Scientist $ 111.00 Environmental Specialist $ 104.00 Senior GIS Specialist $ 132.00 GIS Specialist $ 81.00 Administrative Support/Clerical $ 67.00 SUBCONSULTANTS: ARDAMAN 8, ASSOCIATES, INC.-LUMP SUM SERVICE Geotechnical Engineering & Testing $16,534.50 RWA CONSULTING, INC.-LUMP SUM SERVICE Surveying & Mapping $57,031.60 INTERA, INC,LUMP SUM SERVICE Bridge Hydraulics Report $12,175.97 B.5 �. Packet Page -1322- 10/14/2014 16.E.4. OMNI COMMUNICATIONS, LLC-TIME & MATERIAL SERVICE- Utility Coordination & SUE Hourly/Daily Rate-Not to Exceed Designating $1,653.04 (daily) Locating $1,852.96 (daily) Sr. Utility Coordinator $130.00 (hourly) Utility Coordinator $107.95 (hourly) CADD Technician $83.24 (hourly) Secretary $61.07 (hourly) Total — Not to Exceed $48,253.97 Base Fee Plus - $18,395.63 ARCHAEOLOGICAL CONSULTANTS,iINC.-TIME& MATERIAL Title Hourly Rate Project Manager $164.89 Principal Investigator $164.89 Architectural Historian $59.96 Project Archaeologist $77.94 GIS/Design Technician $57.53 Technician $48.15 Secretary/Clerical $54.71 Total — Not to Exceed $8,938.35 I Iii B-6 Packet Page -1323- 10/14/2014 16.E.4. - ATTACHMENT 2 TO SCHEDULE B BASIS OF COMPENSATION 1. 30% SUBMITTAL Project General Tasks: Public Involvement, Contract Maintenance, Project Management, Coordination Roadway Analysis Roadway Plans Drainage Analysis Utility Adjustment & Relocation Plans Permitting Structures— Miscellaneous Tasks, Structures — Bridge Development Report Survey Geotechnical 30% Phase— Lump Sum $243,669.68 2. 60% SUBMITTAL Project General Tasks: Public Involvement, Contract Maintenance, Project Management, Coordination Roadway Analysis Roadway Plans Drainage Analysis Utility Adjustment & Relocation Plans Permitting Structures — Progress Plans Signing & Marking Analysis Signing & Marking Plans Traffic Control Plans Survey and Mapping Geotechnical 60% Phase — Lump Sum $113,325.95 3. 90% SUBMITTAL Project General Tasks: Public Involvement, Contract Maintenance, Project Management, Coordination Roadway Analysis Roadway Plans Drainage Analysis Utility Adjustment & Relocation Plans Permitting Structures— Bridge Plans Signing & Marking Analysis B-7 cA Packet Page -1324- 10/14/2014 16.E.4. Signing & Marking Plans Traffic Control Plans Specifications 90% Phase— Lump Sum $66,729.61 4. 100% SUBMITTAL Project General Tasks: Public Involvement, Contract Maintenance, Project Management, Coordination Roadway Plans Utility Adjustment & Relocation Plans Permitting Structures Plans Signing & Marking Plans Traffic Control Plans Specifications 100% Phase — Lump Sum $22,887.27 5. FINAL SUBMITTAL Project General Tasks: Public Involvement, Specifications, Contract Maintenance, Project Management, Coordination Roadway Plans Utility Adjustment & Relocation Plans Structures Plans Signing & Marking Plans Traffic Control Plans Specifications 100% Phase— Lump Sum $9,808.83 6. POST DESIGN SERVICES Participate in Pre-Bid Meeting Respond to Bidder Inquiries Participate in Construction Meetings Participate in Field Reviews Respond to Requests for Information (RFI) Review Shop Drawings Coordinate with adjacent Development Revise plan drawings SFWMD Certification Review As-builts Certifications Time and Materials— Not to Exceed $61,869.00 7. UTILITY COORDINATION (OMNI) Data Collection & Utility Coordination 6-8 Packet Page -1325- 10/14/2014 16.E.4. Time and Materials— Not to Exceed $23,187.87 8. SUBSURFACE UTILITY ENGINEERING (SUE) (OMNI) SUE Field & Office Work Time and Materials — Not to Exceed $25,066.10 9. CULTURAL RESOURCE ASSESSMENT SURVEY (ACI) Historical &Archaeological Data Collection Report Time and Materials — Not to Exceed $8,938.35 10.PUBLIC INVOLVEMENT Additional Public Involvement Time and Materials— Not to Exceed $16,230.00 11.PHASED CONSTRUCTION DESIGN & MOT Roadway Analysis Roadway Plans Drainage Analysis Structures — Progress Plans Traffic Control Plans Time and Materials — Not to Exceed $28,275.00 12.UTILITY RELOCATION DESIGN Utility Adjustment & Relocation Plans Time and Materials — Not to Exceed $25,887.00 13.UTILITY RELOCATION SUE (OMNI) Additional SUE Field & Office Work Time and Materials — Not to Exceed $18,395.63 14.PEDESTRIAN BRIDGE ANALYSIS Evaluate Existing Pedestrian Bridge for Salvage/Demolition/Relocation Time and Materials — Not to Exceed $10,000.00 TOTAL COST— NOT TO EXCEED $674,270.29 END OF SCHEDULE B B-9 Ci) Packet Page -1326- 10/14/2014 16.E.4. Cofer County Purchasing Department Adrinis#rative Services Division Change Modification Form Purchasing ® Contract Change Request ❑Work Order Modification Contract#: ITB 13-5986R Change#: 04 PO/Work Order#: Project Name: 4500143149 Gordon River Greenway Park Project#: 80065 Project Manager: Department: Contractor/Firm Name: Claude Nesbitt Facilities Management Manhattan Construction Original Contract/Work Order Amount $ 8,939,010.00 2/26/13,;11-A Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $.. 8,939,010.00 2/26/13, 11-A Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 8,939,010.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 . 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 8,939,010.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date,Description of the Task(s) Change, and Rationale for the Change Original completion date: Last approved completion date: Revised completion date (includes this 10/01/2014 - 1101/2014 change): 12/01/2014 Number of days added: 0 each step on the contract modification checklist form has been reviewed prior to me submitting for approval Ct-I-N (this box must be initialed by Project Manager) ❑ Add new task(s) ❑ Change task(s) Rename ❑ 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: Correct the balances remaining in the Boardwalk Realignment(BRD) and Unanticpated Site Condition (USC) allowances being consolidated with the other categories into the USC allowance within the park & Recreation Allowances Provide detailed rationale for the requested change: The balances reported for BRD and USC allowances in CO#002 re projections which are now being corrected to actual values. 3. Provide explanation why change was not anticipated in original scope of work: The allowances created were an estimate using the example of other similar projects. It was impossible to precisely determine what could be an issue, and to what extent those issues would occur 4. Describe the impact if this change is not processed: Being unable to use the available allowance because it's not categorized appropiratly can delay timely approval of necessary work, affecting the schedule, and the cost of the proposed work. It also affects prompt payment of approved work that is complete. A change order to increase the total contract would be needed if the allowances can't be used Type of Change/Modification ❑ 1. Planned/ Elective El 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 N Using Department ❑ Design Professional ❑ Regulatory Agency (specify): _ ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change/ Modification: ❑ Yes ❑ No Approved by: -1 Date: y Name and Title: Claude Nesbitt, Senior Project Manager ' Reviewed by: Date: //A /i4 Procurement St}rategist's Name: Rhonda Cummings ^, ` t Revised:7/26/13 1 Packet Page -1327- 10/14/2014 16.E.4. CHANGE ORDER CHANGE ORDER NO. 004 CONTRACT NO. ITB 13-5986R BCC Date: 02/26/2013 Agenda Item: 11-A TO: John Revhan, President. Manhattan Construction, Inc., 3705-1 Westview Drive,Naples, Fl 34104 DATE: 09/23/2013 PROJECT NAME: Gordon River Greenway Park PROJECT NO.: 80065 Under our AGREEMENT dated February 26, 2013 You are hereby authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: As outlined below and superceding the associated changes in CO #002, move the listed balances remaining in all categories in the Parks and Recreations set of allowances to the "Unanticipated Site Conditions " category. Balances Allowance Categories Current Proposed UNS -Unsuitable soils $0.00 $0.00 ROC -Rock removal and replacement $0.00 $0.00 UTL -Utility Conflict Adjustments $6,900.00 $0.00 BRG -Bridge modifications $0.00 $0.00 WAT-Water craft usage $17,500.00 $0.00 BRD -Boardwalk realigments $68,800.00 $0.00 THE -Tree relocations $6,250.00 $0.00 USC -Unanticipated site conditions $2,107.00 $101,557.00 Total $101,557.00 $101,557.00 FOR THE Sum of: $0, Zero Dollars; Original Agreement Amount $8.939.010 Sum of Previous Changes $ 0 This Change Order add or deduct $ 0 Present Agreement Amount $8.939.010 The time for completion shall be increased or decreased by 0 calendar days due to this Change Order. Accordingly, the Contract Time remains 578 calendar days as extended by CO #3. The substantial completion date remains as October 1. 2014 and the final completion date remains as December 1, 2014. Your acceptance of this Change Order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in our Agreement indicated above. as fully as if the same were repeated in this acceptance. The adjustment, Packet Page -1328- 10/14/2014 16.E.4. r* Cm er County Purchasing Department Adrnrni, Service Division Change Modification Form• Purchasing ® Contract Change Request ❑Work Order Modification Contract#: 12- Change IN/Amendment PO/Work Order#: Project Name: IMM Runway 9-27 . 5885 #4 4500141536 Rehab Engineering During Construction Project#: 33300 Project Manager: Robert Department: Airport Contractor/Firm Name: Hole Montes, Tweed.) Authority Inc. • Original Contract/Work Order Amount $ .: :761.,000.00,. 11/13/12 14A2 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ "f 5882 91:00" 10122/1314A4 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ I:4;635.59650 : . SAP Contract Expiration Date (Master) Dollar Amount of this Change O-Oca 114.94% Total Change from Original Amount . Revised Contract/Work Order Total $1,635,698.50 2.98% Change from Current BCC Approved Amount . 9 PP Cumulative Changes $874,698.50 _ 0,00%_ Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Original completion date: N/A Last approved completion date: N/A 1 Revised completion date (includes this j change): N/A Number of days added : N/A Each step on the contrac .ification checklist form has been reviewed prior to me submitting for approval A'/- (this box must be initialed by Project Manager) ®Add new task(s): ❑ Change task(s) [' Delete task(s) Z Other(specify): Move costs from "Environmental task 1 "Construction Administration" Services/Vegetation to cover cost of new"Environmental Management" ServicesNegetation Mangement" i I task. 1. Provide a detailed and specific explanation of the requested change(s)to the task(s) and/or the additional days added: Expand scope to include"Environmental Services for Vegetation Management."These additional services will be funded by an equivalent reduction in Construction Administration fees resulting in no dollar increase to the contract. 2. Provide detailed rationale for the requested change: To perform environmental services necessary to modify South Florida Water Management District(SFWMD) Environmental Resource Permit(ERP) in order to increase the limits of the Runway Visibility Zone (RVSZ)to achieve line of sight required by the FAA. 3. Provide explanation why change was not anticipated in original scope of work: The environmental services requirements related to the increased limits of the RVZ became apparent upon the construction phase of decoupling of the runways. 4. Describe the impact if this change is not processed: The Airport Authority will be unable to comply with FAA line of sight requirements and FDOT public airport licensing standards. Type of Change/Modification ❑ 1. Planned/ Elective 1 ❑2. Unforeseen conditions/circumstance _ ® 3. Quantity or price adjustment ❑4. Correction of error(s) © 5. Value added _ ❑ 6. Schedule adjustment Change Requested By Z Contractor/Consultant ® Owner 1111 Using Department ❑ Design Professional , ® Regulatory Agency (specify): SFWMD/FAA ! ❑ Other(specify): Purchasing Professi.).Participated i ,'•-gotiation of Change/ Modification: Z Yes ❑ No Date: Approved by: / PP yt>� „ -jam. - . /r ,,, )}' /S 17 Name an. Tle: -•• weedie, Proje Airs./Manager 1, c Reviewed bk (4/. (A°❑�C ! 7❑//�,/v/// Date. y/ i >�// Procurement Strategist's Name: Evelyn Colon Revised:5/16/12 1 .- — Packet Page -1329- 10/14/2014 16.E.4. EXHIBIT A-4 Contract Amendment#4 to Contract 12-5885 "Design&Related Services for the Immokalee Regional Airport(IlVIM)Runway 9-27 Rehabilitation Project" This amendment dated `"'-`f' (Z , 2014 to the referenced agreement shall by and between the parties to the original Agreement,Hole Montes, Inc. (to be referred to as"Consultant")and Collier County,Florida(to be referred to as"County" or"Owner"). Statement of Understanding RE: Contract#12-5885 "Design &Related Services for the Immokalee Regional Airport(IMM)Runway 9-27 Rehabilitation Project" In order to continue the services provided for in the original Contract document referenced above,the Consultant agrees to amend the Contract as follows: 1) In accordance with Article II "Additional Services of Consultant" to include Item V - "Environmental Services required for Vegetation Management" to Schedule A - Scope of Services (Phase II), as per attached Exhibit A4-A and made an integral part of this Amendment. 2) Schedule B—Basis of Compensation(Phase II)is hereby replaced in its entirety by Exhibit A4-B and made an integral part of this Amendment. All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the Consultant and the County have each,respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s) indicated below. Accepted: ..0te 1.c L '- (a ,2014 OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA B 4?"'"'r,. r L Joann Mar 'ewicz '. asing/General Se 15 ctor Consultant First Witness CONSULTANT: Hole Monies, Inc. By: n V B/AZ1 7<ci s 6.Print Name Robert L. Murray, Sr. Vice President Consultan0 ) s By. /r G . ' r �� Print dame Approved as to form and 1-zality: iv( • ssistant County Attorney C2) Packet Page -1330- 10/14/2014 16.E.4. EXHIBIT A4-B Amendment 4 to Contract 12-5885 "Design & Related Services for the Immokalee Regional Airport (IMM) Runway 9- 27 Rehabilitation Project" SCHEDULE B BASIS OF COMPENSATION TIME AND MATERIAL 1. MONTHLY STATUS REPORTS B.1.1 As a condition precedent to payment, CONSULTANT shall submit to OWNER as part of its monthly invoice, a progress report reflecting the Project design and construction status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any then-authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. B1.1.1 All monthly status reports and invoices shall be mailed to the attention of Mr. Bob Tweedie, Project Manager, Collier County Airport Authority, Marco Island Executive Airport, 2003 Mainsail Drive, Naples, FL 34114. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, OWNER agrees to make monthly payments to CONSULTANT based upon CONSULTANT'S Direct Labor Costs and Reimbursable Expenses in accordance with the terms stated below. Provided, however, in no event shall such compensation exceed the amounts set forth in the table below. ITEM PHASE II PREVIOUS NOT TO CURRENT NOT TO EXCEED AMOUNT EXCEED AMOUNT: 1. Construction Administration $ 7 8 $249,577 2. Construction Inspection $280,457 $280,457 3. Miscellaneous Services $210,450 $210,450 4. Ecological Services $47,407.50 $47,407.50 5. Environmental Services required N/A $37,611.00 for Vegetation Removal TOTAL FEE (Total Items 1-3) 1 $825,502.50 _ $825,502.50 B.2.2. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT'S personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment I to this Schedule B. B.2.3. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by OWNER, regarding CONSULTANT'S Direct Labor Costs incurred at the time of billing, to be reviewed and approved by OWNER. Packet Page -1331- 10/14/2014 16.E.4. C eo iip,r County Purchasing Department Administrative Services Division Change Modification Form Purchasing NI Contract Change Request ❑Work Order Modification Contract#: 14-6233 Change#: 1 % PO/Work Order#: Project Name: Golden Gate Parkway at 4500151232 -' Sunshine Blvd. Traffic Signal Upgrade Project#: 6D172 Project Manager: Department: Contractor/Firm Name: John W. Miller Traffic Operations Highway Safety Devices, Inc. Original Contract/Work Order Amount $ 309,858.00 5/13/14 16A,14 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ /309,858.00-513/14 16A.1,e Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 309,858,00:: 11/7/2014 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 2,400.00' 0.77% Total Change from Original Amount Revised Contract/Work Order Total $ •✓ 312,258.00 _ 0.77% Change from Current BCC Approved Amount Cumulative Changes $ 2,400.00 i 0.77% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Original completion date: Last approved completion date: Revised completion datflincludes this 11/7/2014 f 11/7/2014 i change): 11/7/2014 Number of days added: 0 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval jwm (this box must be initialed by Project Manager) ❑Add new task(s) ❑ Change task(s) ❑ Delete task(s) ® Other(specify): Increase Quantity of Bid Item 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added: Increase the total quantity of Pay Item 630-2-12 Directional Bore by fifty(50)feet. 2. Provide detailed rationale for the requested change: This change is required to bore under a concrete driveway. 3. Provide explanation why change was not anticipated in original scope of work: This driveway was overlooked by the design engineer when the plans were prepared. 4. Describe the impact if this change is not processed:This work cannot be completed without this change as electrical service will not be available to the controller cabinet for operation of the traffic signal. Type of Change!Modification El 1. Planned/ Elective El 2. Unforeseen conditions/circumstance E4 3. Quantity or price adjustment ❑ 4. Correction of error(s) ❑ 5. Value added ❑ 6. Schedule adjustment Change Requested By ❑ Contractor/Consultant ® Owner ® Using Department ❑ Design Professional El Regulatory Agency(specify): ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change/Modification: ❑Yes Q �ti % No Approved by, 2% Date: — .2 Name and T''e: John W. Miller, Project Manager r n Reviewed by: Evelyn Colon �//1/ I (,;,� / !�/( Date: Procurement Strategist's Name: t J (- (1L 0-1 //(4 I , 3 Revised:7126/13 1 Packet Page -1332- • 10/14/2014 16.E.4. Co ler C3cwity Purchasing Department AtirriristraM Services Division Change Modification Form Purchasing ® Contract Change Request ❑Work Order Modification Contract#: 13-6132 Change#: 1,Amend#1 PO/Work Order#: N/A Project Name: SRF Close-Out Audits Project#: NIA Project Manager: Laura Department: PUD Contractor/Firm Name: Zautcke CliftonLarsonAllen Original Contract/Work Order Amount '~ _,.., 99(IDO0.�0; 0/1911.5 .216,112, Original BCC Approval Date; Agenda Item# Current BCC Approved Amount ., tt ;mwd ortot13; 6J12i Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount >^ 1 - 0 00J)0; 9/9/2016 SAP Contract Expiration Date(Master) Dollar Amount of this Change .. Q:013< 1.72% Total Change from Original Amount Revse lW id Contractork Order Total $ 1,007,000.00 1.72% Change from Current BCC Approved Amount Cumulative Changes $: 17,000.00 1.72% Change from Current Amount Completion Date,Description of the Task{#).Change,:and Rationale for the Change Original completion date: Last approved completion date: Revised completion date (includes this 9/9/2016 9/9/2016 change): N/A Number of days added: N/A Each step on the contract modification checklist form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager) ®Add new task(s) ❑Change task(s) ❑ Delete task(s) ❑ Other(specify): 1.Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added:Add separate audit engagement for SRF Loan Closeouts for DW1111 030 and DW1111040. 2. Provide detailed rationale for the requested change: Add separate audit engagement for SRF Loan Closeout Audits. 3.Provide explanation why change was not anticipated in original scope of work:This is a planned audit. 4.Describe the impact if this change is not processed: County would not be in compliance with the loan agreements which require a project specific audit 12 months after the amendment establishing final Project costs. Type of Change 1 Modification ® 1. Planned 1 Elective ❑ 2. Unforeseen conditions/circumstance EI 3. Quantity or price adjustment ❑4. Correction of error(s) ❑ 5. Value added (:6. Schedule adjustment Change Requested By El Contractor/Consultant ❑ Owner El Using Department PUD ❑ Design Professional _ _l ❑ Re•ulato A•enc (s•eci : ❑ Other(s eel ): Purchasing Professional Participated in Negotiation of Change/Modification: Yes LC No Approved by: Date: Name and Title: La ,Zautcke, project Mangaer Reviewed by ' 7 Date: Procurement Strategist's Name: Swainson Hall, Procurement Strategist / Revised:7/26113 1 Packet Page -1333- 10/14/2014 16.E.4. EXHIBIT A-1 Contract Amendment for 13-6132 "Annual Auditing Services" This amendment,dated ,2014 to the referenced agreement shall be by and between the parties to the original Agreement, CliftonLarsonAllen, LLP (to be referred to as "Auditor") and Collier County,Florida, (to be referred to as "County"). Statement of Understanding RE:Contract#13-6132-"for Annual Auditing Services"-Public Utilities In order to continue the services provided for in the original Contract document referenced above, the Auditor agrees to amend the above referenced Contract pursuant to Section 3, Statement of Work, in to include additional auditing and non-auditing services as per Exhibit "Al-A", Scope of Services and Exhibit "Al-B", Engagement Letters attached to this Amendment and incorporated herein by reference. All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the Auditor and the County have each, respectively, by an authorized person or agent,hereunder set their hands and seals on the date(s)indicated below. Accepted: , 2014 Auditor's First Witness: COUNTY: By:f'1,ii(M .0 ., ,CC1/,dt'1. t-i' BOARD OF COUNTY COMMISSIONERS Marcia C.Whitehead OF COLLIER COUNTY,FLORIDA Print Name By: Auditor's Second Witness: Joanne Markiewicz Director of Procurement Services Kathy Preiler AUDITOR: Print Name CliftonLarsonAllen,LLP Approved as to Form and Legality: By: /�`4 .. Martin A. Redovan,Principal Assistant County Attorney Print Name and Title Packet Page -1334- 10/14/2014 16.E.4. 0 EXHIBIT Al-A Contract Amendment for 13-6132 "Annual Auditing Services" SCOPE OF SERVICES Audit Objectives: The objective of the audit is the expression of an opinion about whether the County's special- purpose statement is fairly presented, in all material respects, in conformity with the accounting practices and procedures specified in Article II, Section 2.03(4) of the Drinking Water State Revolving Fund Construction Loan Agreements No. DW1111 030 and No. DW1111 040 between the Florida Department of Environmental Protection and the County,a special purpose framework (regulatory basis), which is a basis of accounting other than accounting principles generally accepted in the United States of America (U.S. GAAP).The effects on the special-purpose statement of the variances between the regulatory basis of accounting and U.S.GAAP,although not reasonably determinable, are presumed to be material. The audit shall be conducted in accordance with auditing standards generally accepted in the United States of America (U.S. GAAS) and the standards for financial audits contained in Government Auditing Standards, issued by the Comptroller General of the United States, and shall include tests of County accounting records and other procedures we consider necessary to enable us to express such an opinion. The Auditor shall perform the following services as outlined below and in the Engagement Letters, attached as"Exhibit Al-B": Task 1.Audit Services-Loan Agreement No.DW1111 030: Audit the special-purpose statement of loan receipts and expenditures-budget to actual of Collier County, Florida, Florida Department of Environmental Protection Loan Agreement No. DW1111 030,for the period from August 17,2007,through March 26,2014, and related notes to the special- purpose statement. Deliverable: • Written report upon completion of the audit of County's special-purpose statement. • Written report on internal control related to the special-purpose statement and on compliance with the provisions of laws, regulations, contracts, and grant agreements, noncompliance with which could have a material effect on the special-purpose statement, as required by Government Auditing Standards. Non-audit Services; Preparation of County's special-purpose statement and related notes. Deliverable: Preparation of a draft of County's special-purpose statement and related notes. Task 2.Audit Services-Loan Agreement No.DW1111 040: 3 Packet Page -1335- 10/14/2014 16.E.4. Audit the special-purpose statement of loan receipts and expenditures -budget to actual of Collier County, Florida, Florida Department of Environmental Protection Loan Agreement No. DW1111 040, for the period from August 17, 2007,through March 26,2014,and related notes to the special- purpose statement. Deliverable: • Written report upon completion of the audit of County's special-purpose statement. • Written report on internal control related to the special-purpose statement and on compliance with the provisions of laws, regulations, contracts, and grant agreements, noncompliance with which could have a material effect on the special-purpose statement, as required by Government Auditing Standards. Non-audit Services: Preparation of County's special-purpose statement and related notes. Deliverable: Preparation of a draft of County's special-purpose statement and related notes. Fees: Task Service ( Lump Sum Fee Payment Schedule 1. Audit Services and Non-Auditing Services $8.500.00 Monthly Upon (Agreement No.DW1111 030) Percent Complete of Task 2. Audit Services and Non-Auditing Services $8.500.00 Monthly Upon (Agreement No.DW1111 0400) Percent Complete of Task Unless specific rates have been established in Attachment 1, attached to the original contract as Schedule B, Auditor agrees that, with respect to any subconsultant to be utilized by Auditor for Additional Services,Auditor shall be limited to a maximum markup of 5%on the fees and expenses associated with such subconsultants. Reimbursable Expenses associated with Additional Services must comply with section 112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the Auditor, and shall consist only of the following items: • Travel expenses reasonably and necessarily incurred with respect to Services related trips, to the extent such trips are approved by the County. Such expenses, if approved by the County, may include coach airfare, standard accommodations and meals, all in accordance with section 112.061, F.S. Further, such expenses, if approved by the County,may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips, within Collier and Lee Counties are expressly excluded. • Other items on request and approved in writing by the County. 4 Packet Page -1336- EXHIBIT Al-B CliftonLarsonAllen LLP 6810 international Center Boulevard Fort Myers.FL 33912-7129 239-226-9900 I fax 239-226-9950 CliftonLar-sonAllen CLaconnectcomm September 26,2014 Management Collier County,Florida Public Utilities Division 3339 Tamiami Trail E.,Suite 305. Naples, Florida 34112 We are pleased to confirm our understanding of the terms and objectives of our engagement and the nature and limitations of the audit and nonaudit services CliiftonLarsonAllen LLP(CLA)will provide for Collier County, Florida ("you,""your,""the entity"or"the County"). Martin A. Redovan is responsible for the performance of the audit engagement. Audit services We will audit the special-purpose statement of loan receipts and expenditures—budget to actual of Collier County, Florida,Florida Department of Environmental Protection Loan No.DW1111 040,for the period from August 17,2007,through March 26,2014,and related notes to the special-purpose statement. Nonaudit services We will also provide the following nonaudit services: • Preparation of your special-purpose statement and related notes. Audit objectives The objective of our audit is the expression of an opinion about whether your special-purpose statement is fairly presented,in all material respects,in conformity with the accounting practices and procedures specified in Article II,Section 2.03(4)of the Drinking Water State Revolving Fund Construction Loan Agreement No. DW1111 030 between the Florida Department of Environmental Protection and the County,a special purpose framework (regulatory basis),which is a basis of accounting other than accounting principles generally accepted in the United States of America(U.S.GAAP).The effects on the special-purpose statement of the variances between the regulatory basis of accounting and U.S.GAAP,although not reasonably determinable,are presumed to be material.Our audit will be conducted in accordance with auditing standards generally accepted in the United States of America(U.S.GAAS)and the standards for financial audits contained in Government Auditing Standards, Issued by the Comptroller General of the United States,and will include tests of your accounting records and other procedures we consider necessary to enable us to express such an opinion. We will issue a written report upon completion of our audit of your special-purpose statement.The report will include a statement that the report is intended solely for the information and use of management,those charged with governance,others within the entity,and specific regulatory bodies and is not intended to be and should not be used by anyone other than these specified parties.We cannot provide assurance that an unmodified opinion will be expressed.Circumstances may arise in which it is necessary for us to modify our opinion,add an emphasis-of-matter or other-matter paragraph(s),or withdraw from the engagement.If our opinion on the special-purpose statement is other than unmodified,we will discuss the reasons with you in advance. If circumstances occur related to the condition of your records,the availability of sufficient, appropriate audit evidence,or the existence of a significant risk of material misstatement of the special-purpose NEXI,A Mireeprchrt miter aRbia Irterr,r LNTEYNAT1ONAL Packet Page -1337- — — 10/14/2014 16.E.4. EXHIBIT Al-B ClftonLarsonAllen LLP 6810 International Center Boulevard Fort Myers,FL 33912-7129 239-226-9900 I tax 239-226-9950 CliftonLarsonAllen CLAconnect.com September 26,2014 Management • Collier County, Florida Public Utilities Division 3339 Tamiami Trail E.,Suite 305 Naples, Florida 34112 We are pleased to confirm our understanding of the terms and objectives of our engagement and the nature and limitations of the audit and nonaudit services CliftonLarsonAllen LLP(CLA)will provide for Collier County, Florida("you,""your," "the entity"or"the County"). Martin A. Redovan is responsible for the performance of the audit engagement. Audit services We will audit the special-purpose statement of loan receipts and expenditures—budget to actual of Collier County, Florida,Florida Department of Environmental Protection Loan No.DW1111 030,for the period from August 17,2007,through March 26,2014,and related notes to the special-purpose statement. Nonaudit services We will also provide the following nonaudit services: • Preparation of your special-purpose statement and related notes. Audit objectives The objective of our audit is the expression of an opinion about whether your special-purpose statement is fairly presented,in all material respects,in conformity with the accounting practices and procedures specified in , Article Ii,Section 2.03(4)of the Drinking Water State Revolving Fund Construction Loan Agreement No. DW1111 030 between the Florida Department of Environmental Protection and the County,a special purpose framework (regulatory basis),which is a basis of accounting other than accounting principles generally accepted in the United States of America(U.S.GAAP).The effects on the special-purpose statement of the variances between the regulatory basis of accounting and U.S.GAAP,although not reasonably determinable,are presumed to be material.Our auditwill be conducted in accordance with auditing standards generally accepted in the United States of America(U.S.GAAS)and the standards for financial audits contained in Government Auditing Standards,issued by the Comptroller General of the United States,and will include tests of your accounting records and other procedures we consider necessary to enable us to express such an opinion. We will issue a written report upon completion of our audit of your special-purpose statement.The report will include a statement that the report is intended solely for the information and use of management,those charged with governance,others within the entity,and specific regulatory bodies and is not intended to be and should not be used by anyone other than these specified parties.We cannot provide assurance that an unmodified opinion will be expressed.Circumstances may arise in which it is necessary for us to modify our opinion,add an emphasis-of-matter or other-matter paragraph(s),or withdraw from the engagement. if our opinion on the special-purpose statement is other than unmodified,we will discuss the reasons with you in advance. If circumstances occur related to the condition of your records,the availability of sufficient, appropriate audit evidence,or the existence of a significant risk of material misstatement of the special-purpose IntzedstNgroad tbdatte'reflatd INTERNATIONAL 61)Packet Page -1338- 10/14/2014 16.E.4. Co er County . -s,.. Purchasing Department Administrative Services Division Change Modification Form Purchasing .o ® Contract Change Request ❑Work Order Modification Contract#: Change#: PO/Work Order#: Project Name: ✓ 13-6010 '` 4 4500143935 _ Public Utilities Master Plan Project#: Project Manager: Department: Planning and Contractor/Firm Name: 70031 .". Nathan Beals '' Project Management - _ AECOM Technical Services, Inc. Original Contract/Work Order Amount $ r'' 649,960.00 04/23/13, 16C2 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 689,896.00~ 07/08/14, 16E7 Last BCC Approval Date; Agenda Item # Current Contract/VVork Order Amount t $ /689,896.00 4-/27/2014 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 6.14% ;Total Change from Original Amount Revised Contract/Work Order Total $ ✓ 689,896.00 0.00% ';Change from Current BCC Approved Amount Cumulative Changes $ v- 39,936.00 0.00% 'Change from Current Amount Completion Date, Description of the Task(s)Change, and Rationale for the Change Original completion date: Last approved completion date: Revised completion date(include this January 15, 2014 V. September 27, 2014 v change): December 30, 2014 Number of days added: 94 ✓ 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): 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added: Increase the Project Milestone Schedule time for the entire project by 94 days. The total time (including Change Orders 1,1-3.3)will now be 566 days (19.9°k). 2. Provide detailed rationale for the requested change: The additional time is needed to accommodate additional staff work associated with revising the Technical Memoranda and Summary Report and the re-scheduling of Development Services Advisory Committee meetings and Board of County Commissioners Meetings. 3. Provide explanation why change was not anticipated in original scope of work: Additional staff reviews were requested for potable water and wastewater sections that resulted in modifications to the Technical Memoranda and the Summary Report. 4. Describe the impact if this change is not processed: If this change is not processed the consultant will not be able to assist staff in the final review and as Grovel .rocesses of the Public Utilities Master Plan. Type of Change/Modification ❑ 1. Planned/ Elective ❑2. Unforeseen conditions/circumstance ❑3.Quantity or price adjustment ❑4. Correction of error(s) ❑5.Value added [X]6. Schedule adjustment Change Requested By ® Contractor/Consultant ® Owner _ ❑ Using Department ❑ Desi.n Professional ❑ Regulatory Agency(specify): ❑ Other(specif : Purchasin• Professional Participated in Negotiation of Change/Modification: ❑Yes le No _/ Ip�eved by: 7/ 4 ) Date:943-17,b t`t' Na e and Title:/to/m, Chmelik, F E., Director / 'il Reviewed by: , T-- -' Date: /.2 7-2,d1i(' Name and Title 1 inson HMI, Procurement Strategist i ` Revised:7/26/13 1 9 Packet Page -1339- 10/14/2014 16.E.4. GIP' County Purchasing Department Adrrinistrative ServicesD ivslal Change Modification Form -- Purchasing . 0 Contract Change Request ❑`Work Order Modification I Contract#: 12- Change#:#4 1 PO/Work,Order#: Project Name:MKY Runwy 17-35 5385 I i 45001415.37 `.Rehab.Engineering During Construction J Project#: 33301 1 Project Manager: Robert .' Department:Airport I Contractor/Firm Name: Hole Mantes, I I Tweedie 1 Authority ` Inc. (Original Contract/Work Order Amount $. 660,000:00 '10/22/13 14A Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 1;222.656.00' 10/22/13 14A2 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 1,222,856.00 SAP Contract Expiration Data(Master) Dollar Amount of this Change ($60,00D:00) 76.16% Total Change from Original Amount Revised Coi tidct/Work Order Total $1,162,656.00/ -4.91% Change from Current..BCC Approved Amount Cumulative Changes $502,656..00,f -4.91%. Change from Current Amount , Completion Date, Description of the Tasks)Change,and Rationale forthe Change 'Original completion date:N/A Last approved completion date: N/A. Revised completion date: N/A Numbei of days added: N/A I Each step on the contract modification checklist form has-been reviewed prior to me submitting for approval g pp {this box must be initialed by Project Manager) Add new taSk(s) f n7Change task(s.) t ❑Delete task(s) 1 Other(specify): Reduce contract 1 amount for Tasks 1 and 2. 1. Prov.ideadetailed and specific explanation.of the requested change(s)to the task(s)and/or the additional days.added: Reduce contract amount for tasks 1 and 2 of Amendment 1 in order to make funding available for construction items within the scope of the grant. 2. Provide detailed rationale for the requested change:Based on costs to date,there will be funds remaining in Tasks 1 and 2 that can be utilized for other items within the scope of the grant. 3. Provide explanation why change was not anticipated in original scope of work: Construction administration and construction insepctionn costs were less than initially anticipated, 4. Describe the impact if this change is not processed:Airport Authority will have to complete other items eligible i under the current grants at a later date,possibly at a higher cast and without grant funding. _ Type of Change/Modification '3 1. Planned/Elective C 2. Unforeseen conditions/circumstance 4. Correction of error(s)�j ! �3.Quantity or price adjustment 5.Value added 1 ❑6, Schedule adjustment Change Requested By 1 Contractor/Consultant Design Professional 1 Q Owner ❑ Using Department`_ i E Regulatory Agency(specify): l Z Other(specify): SCC Purchasinn Professional P 'pared in Neootiatit'n of Change t Modification: E Yes [J No Approvea by: ' i' f� Date: Name any +e: Robert Ile-,Prole T ir. Manager r Reviewed by: ! Date: • 'q�r /4 Procurement Strategist' ame: v:'yn Colon Revised:5/1112 1 Packet Page -1340- - 10/14/2014 10/14/2014 16. . _ EXHIBIT A3-A Contract Amendment#3 to Contract 12-5885 HOLE MONTES ENtitt:Ean PLAYERS•SURVEYORS E200 Whiskey Creek Drive-Fort Myers,Florida 33919•Prone 239.985.1200 Fax`239.985.1259 September 17, 2014 Mr. Robert Tweedie IMM Airport Manager Collier County Airport Authority 2005 Mainsail Drive Naples, FL 34114 RE: Design and Related Services for MKY Runway 17-35 Rehabilitation Contract No. 12-5885 Purchase Order No.4500141537 Collier County Project No.33228 HM Project No. 2012.066 Dear Bob: The construction for the Runway 17-35 Rehabilitation Project at the Marco Island Executive Airport, along with the engineering services for Construction Administration and Inspection for this project, is nearing completion. Based on costs to date, it appears that there will be funds remaining in these two engineering tasks that the Authority could utilize for other items within the scope of the grants. If this would be beneficial to the Authority, it is suggested that an amendment to the agreement be prepared reducing Task 1, Construction Administration by the sum of S34,000 and Task 2, Construction Inspection by the sum of $26,000 for a total deduct of$60,000. The balance of the work for this project will primarily be performed under Task 3, Miscellaneous Services, which primarily covers project closeout including the FAA AGIS submittal with some work for Contract Administration under Task 1. Very truly yours, HOLE MONIES, INC. r t Luc ='. �arnere, P.E. Vide President LJC/kgc Enclosures Names•For,Myers Packet Page -1341- 10/14/2014 16.E.4. ExHIBrF 1 Contract 12-5885 "Design& Related Services for the Marco Island Executive Airport(MKY) Runway 17-15 Rehabilitation Project" Replace Schedule B - Basis of Compensation (Phase II), Section 2. Compensation to Consultant, paragraph B.2.1 of the above reference Contract Amendment with the following: SCHEDULE B BASIS OF COMENSATION 2. COMPENSATION TO CONSULTANT 6.2.1 For the Basic Services provided for in this Agreement, OWNER agrees to make monthly payments to CONSULTANT based upon CONSULTANT's Direct Labor Costs and Reimbursable Expenses in accordance with the terms stated below. Provided, however., in no event shall such compensation exceed the amounts set forth in the table below. ITEM i PHASE II I PREVIOUS NOT TO CURRENT NOT TO I I EXCEED AMOUNT EXCEED AMOUNT 1. Construction Administration $191.595 $157,595 -3 dre 2. I Construction Inspection $213.4 311 4$187,439 j6 ZGydb7,> 3_ Miscellaneous Services l $157.622 I $157.622 If__ TOTAL FEE(TOTAL Items 1-3) j $562.656 $502.656 k6o crix Packet Page -1342- --_,._............._._..._._.__..__._. 10/14/2014 16.E.4.County Ca per Purchasing Department Adfnistr Ve Servias Nision Change Modification Form Purchasing E Contract Change Request ❑Work Order Modification Contract#: 14-6213 Change#: 1, Amend#1 PO/Work Order#: N/A Project Name: Underground Utility Contractors Project#: N/A Project Manager: Swain Department: PUPPMD Contractor/Firm Name: Quality Hall Enterprises USA Original Contract/Work Order Amount N/A 7/8/14; 16C10 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount ' _'N/A N/A Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount N/A N/A SAP Contract Expiration Date (Master) Dollar Amount of this Change N/A #VALUE! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #VALUE! Change from Current BCC Approved Amount Cumulative Changes #VALUE! #VALUE! 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 SPH (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 Ided: Markup for subcontractors was not included in the original contractor's agreement. 2. Provide detailed rationale for the requested change: The contractor will now be providing material and specialty equipment for emergency and non-emergency work and will require markup on these items. 3. Provide explanation why change was not anticipated in original scope of work: A subcontractor markup was not anticipated because the contractors proposal included a markup but only on the material provided by the contractor. 4. Describe the impact if this change is not processed: The County would not be able to fully compensate the contractor for services rendered. Type of Change/Modification ❑ 1. Planned / Elective ' ❑ 2. Unforeseen conditions/circumstance ❑ 3. Quantity or price adjustment (E 4. Correction of error(s) ❑ 5. Value added I ❑ 6. Schedule adjustment Change Requested By 1 _❑ Contractor/Consultant I ® Owner I ❑ Using Department ❑ Design Professional I ❑ Regulatory Agency (specify): ? ❑ Other (specify): Purchasing Professional Participated in Negotiation of Change I Modification: ❑ Yes ❑ No Approved by: Date: # V Name and Title: Swain Hall, Procurement Strategist �� Reviewed by: Dta l a -' _ 1` •ocurement: Sandra Herrera. Manager, Procurement Services I Revised: 7'257': Packet Page -1343- 10/14/2014 16.E.4. EXHIBIT A-1 Contract Amendment# 1 to Contract#14-6213 "Underground Utility Contractors" This amendment, dated CH- f•, 2014 to the referenced agreement shall be by and between the parties to the original Agreement, Quality Enterprises USA, Inc. (to be referred to as "Contractor") and Collier County, Florida, (to be referred to as"Owner"). Statement of Understanding RE: Contract#14-6213 -"Underground Utility Contractors" In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract, retroactive from the date of Board approval, by amending Section 4,The Contract Sum,with the following language: Note: Language deleted has been struck through. New language has been underlined. The Owner shall pay the Contractor for the performance of the Work pursuant to the quoted price offered by the contractor in his response to a specific Request for Quotation.The Contractor will be compensated for time and material work, including material and specialty equipment markup, either for emergency or non-emergency work, in accordance with the rate sheet attached hereto as Exhibit Al-A and is hereby incorporated by reference. Markup for subcontractors shall not exceed ten percent (10%). Any County agency may utilize the services offered under this contract, provided sufficient funds are included in its budget(s). 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: ''r__ 4- E . - ,2014 Contractor First Witness: OWNER: / ' J., f' By: I BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA Susan J. Schultz Print Name Lt Contractor Second Witness: Joanne Markiewicz Director of Procurement Services By: Marcie Cohen CONTRACTOR: Print Name Quality Enterprises USA, Inc. Approved as to Form and Legality: Louis J. Gaudio, Vice President Assistant County Attorney Print Name and Title CA Packet Page -1344- EXHIBIT Al-A 10/14/2014 16 E 4 , Amendment#I to Contract 414-6213 "Underground Utility Contractors" QUALITY ENTERPRISES USA, INC. Hourly Rates for Personnel and Equipment for Emergency Work ST HOURLY OT HOURLY RATE RATE 1Personnel 1Project Manager $94.00 $122.20 'Superintendent $74.00 $96.20 Foreman $68.00 $88.40 Mechanic&Eouipment Operator $63.00 $81.90 Laborer $47.00 $61.10 I Administrative $53.00 $68.90 Equipment(with Operator) Excavator-450 $150.00 $195.00 Excavator-20 metric tons $121.00 $157.30 Excavator-7.5 metric tons $90.00 $117.00 Backhoe $79.00 $102.70 Wheel Loader-2.5 cubic yard $90.00 S117.00 Wheel Loader-4 cubic yard $110.00 $143.00 Bull Dozer-8 metric tons $100.00 $130.00 Dump Truck-tandem axis $79.00 $102,70 Dump Truck-tri-axle $84.00 $109.20 Roll-Off Container Truck $89.00 $115.70 Lowboy Trailer $100.00 $130.00 Water Truck or Trailer $100.00 $130.00 Motor Grader $115.00 $149.50 Vibratory Roller $100.00 $130.00 Asphalt Roller $100.00 I $130.00 Asphalt Paver $225.00 $292,50 Telehandler $100.00 $130.00 Broom Tractor $79.00 $102.70 Tap Machine-small(3/4"-3") each tap $368.00 , $478.40 !Tap Machine-large(4"-12") each tap $788.00 $1,024,40 Milling Machine $578.00 $751.40 t gquipment(without Operator) Truck with Hand Tools $47.00 $61,10 IJobsite Trailer (rate per day) $126.00 5163.80 ISmall E ui inent(without eratz) kir Compressor with Hammer $32.00 1 $41.60 Trench Box 16 x 10' (rate per day) $220.00 1 $286.00 Steel(Road)Pates (rate per day) $210.00 $273.00 Welipoint System(rate per day) $599.00 $778.70 6"Hydraulic Pump(rate per day) $599.00 $778.70 , 112"Hydraulic Pump(rate per day) $798,00 $1,037.40 13"Trash Pump $26.00 833.50 $26,00 $33.80 12Co'Submersible P I'7'r (rare per h.) 8300 83.90 [Cut Off Saw (rate per day) $89.00 $115.70 !Light Se: (rate per day) $210.02 ' $273.00 i . !Material ILImerecii.Base(per CY' $20.00 I 11,57 Stone ioar Csri i $25.00 Bahia Soo icier Pallet) $110.00 Floratam Sod (oar Pallet) $14000 1 1 1 Other I , Diesel Fuel (per Geijam $4.25 1 I IMO7 $750.00 1 I 20%MARK UP ON MATE.R1AL 10%MARK UP ON SUBCONTRACTORS', l'v,ari,is performed*ther tha-i Mai-iday ihroJer Friday E.00;arn-4.33 Dm,exdulnp r131days- at rated It incresase by 30°A. Tnese rases also apply tor trave time riecessar:, to frorAl7e anc:der-11011E7s,to sort from woo. Packet Page -1345- -- 10/14/2014 16.E.4. Ca ie?" County Purchasing Department AcirTinistativeServicesDivision Change Modification Form Purchasing ® Contract Change Request ❑ Work Order Modification Contract#: 14-6213 Change#: 1, Amend#1 PO/Work Order#: N/A Project Name: Underground Utility Contractors Project#: N/A Project Manager: Swain Department: PUPPMD Contractor/Firm Name: Haskins, Inc. Hall Original Contract/Work Order Amount N/A 7/8/14; 16010 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount N/A N/A Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount N/A N/A SAP Contract Expiration Date (Master) Dollar Amount of this Change N/A #VALUE! Total Change from Original Amount Revised ContractNVork Order Total $ 0.00 #VALUE! Change from Current BCC Approved Amount Cumulative Changes #VALUE! #VALUE! 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 SPH (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: Markup for subcontractors was not included in the original contractor's agreement. 2. Provide detailed rationale for the requested change: The contractor will now be providing material and specialty equipment for emergency and non-emergency work and will require markup on these items. 3. Provide explanation why change was not anticipated in original scope of work: A subcontractor markup was not anticipated because the contractors proposal included a markup but only on the material provided by the contractor. 4. Describe the impact if this change is not processed: The County would not be able to fully compensate the contractor for services rendered. Type of Change I Modification ❑ 1. Planned / Elective i ❑ 2. Unforeseen conditions/circumstance ❑ 3. Quantity or price adjustment ❑ 4. Correction of error's) ❑ 5. Value added I ❑ 6. Schedule adjustment Change Requested By ❑ Contractor/Consultant 1E Owner ❑ Using Department ❑ Design Professional ❑ Regulatory Agency (specify): ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change/ Modification: Q Yes ❑ No Approved by: ' Date: Name and Titie:-SWa;n Hall, Procurement Strategist Reviewed by: -- -.•.- Date . ' E w_ ' Procurement: -a- e;'6ra, Manager, Procurement Services / Revised:7«6 Packet Page -1346- 10/14/2014 16.E.4. EXHIBIT A-1 Contract Amendment# 1 to Contract#14-6213 "Underground Utility Contractors" This amendment, dated Oci ( , 2014 to the referenced agreement shall be by and between the parties to the original Agreement, Haskins, Inc. (to be referred to as "Contractor") and Collier County,Florida, (to be referred to as"Owner"). Statement of Understanding RE: Contract#14-6213 -"Underground Utility Contractors" In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract, retroactive from the date of Board approval, by amending Section 4,The Contract Sum,with the following language: Note: Language deleted has been struck through. New language has been underlined. (.**) The Owner shall pay the Contractor for the performance of the Work pursuant to the quoted price offered by the contractor in his response to a specific Request for Quotation.The Contractor will be compensated for time and material work, including material and specialty equipment markup, either for emergency or non-emergency work,in,a ccordance with the rate sheet attached hereto as Exhibit Al-A and is hereby incorporated by reference. Markup for subcontractors shall not exceed ten percent (10%). Any County agency may utilize the services offered under this contract, provided sufficient funds are included in its budget(s). (***) 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: Cc:_( 2014 Contractor First OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA Thomas J. Gutknecht Print Name --,„ " , Contractor Second Witness: Joanne Mar itwiCZ Th , �. ) _. rector of Procurenrerrt ervices ; Mabel La96 CONTRACTOR: i'rint Nam ilast ins, iiic' / !' r pprov(ici as tp Farm and Legiaiitt,' G Ben D. Elwell, Operations Manager_ Assistant Cortinc,,iii;itt ) ne Print h ai? :id T li is m Packet Page -1347- 10/14/2014 16.E.4. ate County Purchasing Department Administrate Sc lion Change Modification Form Purzth @sing Contract Change Request ❑Work Order Modification Contract#: 14-6213 Change#: 1, Amend#1 PO/Work Order#: N/A Project Name: Underground Utility Contractors Project#: N/A Project Manager: Swain Department: PUPPMD Contractor/Firm Name: Douglas N. Hall Higgins Original Contract/Work Order Amount N/A 7/8/14;;16C10 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount N/A 'N/A Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount N/A N/A SAP Contract Expiration Date (Master) Dollar Amount of this Change N/A! #VALUE! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #VALUE! Change from Current BCC Approved Amount Cumulative Changes #VALUE! #VALUE! 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 SPH (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: Markup for subcontractors was not included in the original contractor's agreement. 2. Provide detailed rationale for the requested change: The contractor will now be providing material and specialty equipment for emergency and non-emergency work and will require markup on these items. 3. Provide explanation why change was not anticipated in original scope of work:A subcontractor markup was not anticipated because the contractor's proposal included a markup but only on the material provided by the contractor. 4. Describe the impact if this change is not processed: The County would not be able to fully compensate the contractor for services rendered. Type of Change/ Modification ❑ 1. Planned/ Elective ❑ 2. Unforeseen conditions/circumstance ❑ 3. Quantity or price adjustment 1-0 4. Correction of error(s) ( ❑ 5. Value added ❑ 6. Schedule adjustment Change Requested By Contractor/Consultant ; E4 Owner ❑ Using Department ❑ Design Professional ❑ Regulatory Agency (specify): 1 ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change/ Modification: 0 Yes ❑ No Approved by: r Jr Date: 41 r - Name and Title:,Swain Hall,. Procurement Strategist Peviewec by: -° . _ Cate: Procurement: Sandra Herrer , Manager, Procurement Services Revised: 7,2511 Packet Page -1348- 10/14/2014 16.E.4. EXHIBIT A-1 Contract Amendment#1 to Contract#14-6213 "Underground Utility Contractors" This amendment, dated I 0 f C2 , 2014 to the referenced agreement shall be by and between the parties to the original Agreement, Douglas N. Higgins, Inc. (to be referred to as "Contractor") and Collier County,Florida, (to be referred to as"Owner"). Statement of Understanding RE: Contract#14-6213 -"Underground Utility Contractors" In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract, retroactive from the date of Board approval, by amending Section 4,The Contract Sum,with the following language: Note: Language deleted has been struck through. New language has been underlined. (***1 The Owner shall pay the Contractor for the performance of the Work pursuant to the quoted price offered by the contractor in his response to a specific Request for Quotation.The Contractor will be compensated for time and material work, including material and specialty equipment markup, either for emergency or non-emergency work, in accordance with the rate sheet attached hereto as Exhibit Al-A and is hereby incorporated by reference. Markup for subcontractors shall not exceed ten percent (10%). Any County agency may utilize the services offered under this contract, provided sufficient funds are included in its budget(s). 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 dates) indicated below. Accepted: /t=1=' , 2014 Contractor First Witness: OWNER: By--) t-11Lz. Li_ � BOARD OF COUNTY COMMISSIONERS t OF COLLIER COUNTY, FLORIDA j r10 i_ r Print Name Contract r SSeond W mess: ` Joanne Markiewicz -m 72 Director of Procurement Services B ' r , ; ? CONTRACTOR: Print Name �c3� las N. rilg<En ns Approved as to Form and Legality: B -_ ki. 1;, As scant Co icy Attorney Print I aITIe and Title Packet Page -1349- Page 10/14/2014 16.E.4. EXHIBIT Al-A Amendment# 1 to Contract#14-6213 "Underground Utility Contractors" Douglas N.Higgins,Inc. . Field/Underground Hourly Work Rates . .._ _. Solicitation#14-6213 Underground Utility Contractor .. _. . . . 1 i Standard Hourly Rates Emergency Hourly Rates ...._ ,----....... f f 1 . - . . ? : ■ - ----- 1 Sundav/ 1 ; Sunday/ Labor Regular j Overtime 1 Holiday Regular i Overtime ' Holiday Superintendent/Foreman $69,00 555.001 $89,00 $79.00 $95.00i -- --.60 Operator $54.00 559.001 $75,00 $59.00i $74.00' $79.00 - , _ . Laborer $39,001 $54.00= $64.00 $44.00 $59.00" $69.00 i ! Project Manager $79.00! $94.00; $99.00 $89.00, $99.001 $99.00 . _. Clerical/Administrative 544,001 $54.00, $59.00 $49.00! $54.001 $59.00 ,---- t : I Equipment I • 1 " Track backhoes: <3(.....y. _ $114,00i $119,00 $119.00 $119.00!- 51.24.001 $124.00 >3 c...y. 5,154.001 $1.59.001 $159.00 $159.00! $1.64.00_1 $164.00 ...__ Articulated Front End Loader $64.00: $69.001 $59.00 $69.001 $74.001 $74.00 Rubber tire backhoe 539,001 $44..00; $44.00 $44.00; $49.001 $49.00 Vibratory Roller S43,001, $47.00' $47.00 $47,001 $53.001 $53,00 . Tandem Dump Truck $49.00; $54.001 $54.00 1 $59.00 1 $54.001 $64.00 rive C.Y,Dump Truck $39.001 $42.00 $42.00 $44.00; $47,001 <47.00 '... Lowboy $89.001 $99.00 $99.00 _ $94.00; $99.001 $99,00 ljet-vac Unit S275.001 529S.00 $295.00 9295.00! 533-6.00I 5330,00 }Six(6) inch cie.,vatering system 540.001 $44.00 $44.00 $44_00! $49.001 $49.001 , _ . . . .... _ Eight(g)inch dewatering system $64.001 S69,00; $69,00 559.00 $74.001 $74.00 . ........„ _ Pickup and Miscellaneous Tools _ $39.00 i 539.00! 539.00 $44.00 $44.00I $44.00 _., ... Percentage of mark-up on specialty ' . . i t an Equipment material 15%i 15%1 15% wv -,..,,ic , 15% 15% _ - L . i • , 1 _ ....____ i 1 I 1 1 1 , --, 1 ...-- .... _, s_ Packet Page -1350- . __ 10/14/2014 16.E.4. Cofer County Purchasing Department Acirrinistrative Servicesi ision Change Modification Form Purchasing ® Contract Change Request ❑Work Order Modification Contract#: 14-6213 Change#: 1, Amend #1 PO/Work Order#: N/A Project Name: Underground Utility Contractors Project#: N/A Project Manager: Swain Department: PUPPMD Contractor/Firm Name: Mitchell & Stark Hall Construction Original Contract/Work Order Amount N/A 7/8/14; 16C10 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount N/A N/A Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount N/A' N/A SAP Contract Expiration Date (Master) Dollar Amount of this Change N/A! #VALUE! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #VALUE! Change from Current BCC Approved Amount Cumulative Changes #VALUE! #VALUE! 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 SPH (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 'ded: Markup for subcontractors was not included in the original contractor's agreement. 2. Provide detailed rationale for the requested change: The contractor will now be providing material and specialty equipment for emergency and non-emergency work and will require markup on these items. 3. Provide explanation why change was not anticipated in original scope of work: A subcontractor markup was not anticipated because the contractor's proposal included a markup but only on the material provided by the contractor. 4. Describe the impact if this change is not processed: The County would not be able to fully compensate the contractor for services rendered. Type of Change I Modification ❑ 1. Planned / Elective ❑ 2. Unforeseen conditions/circumstance ❑ 3. Quantity or price adjustment El 4. Correction of error(s) El 5. Value added I ❑ 6. Schedule adjustment Change Requested By ❑ Contractor/Consultant 0 Owner ❑ Using Department ❑ Design Professional I ❑ Regulatory Agency (specify): 1 ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change/ Modification: 0 Yes El No Approved by. _ 74 / Date: Name and Title:twain Hall,P.rnnprement Strategist Reviewed by r Date_ / `t j fJ it ocurement: Sandra Herc vlanager. Procurement Services Rev!sec 7125,'1 Packet Page -1351- 10/14/2014 16.E.4. EXHIBIT A-1 Contract Amendment#1 to Contract#14-6213 "Underground Utility Contractors" This amendment, dated DC (c, 2014 to the referenced agreement shall be by and between the parties to the original Agreement, Mitchell & Stark Construction Co., Inc. (to be referred to as "Contractor")and Collier County,Florida,(to be referred to as"Owner"). Statement of Understanding RE:Contract#14-6213-"Underground Utility Contractors" In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract, retroactive from the date of Board approval, by amending Section 4,The Contract Sum,with the following language: Note: Language deleted has been struck throe. New language has been underlined. The Owner shall pay the Contractor for the performance of the Work pursuant to the quoted price offered by the contractor in his response to a specific Request for Quotation. The Contractor will be compensated for time and material work, including material and specialty equipment markup, either for emergency or non-emergency work, in accordance with the rate sheet attached hereto as Exhibit Al-A and is hereby incorporated by reference. Markup for subcontractors shall not exceed ten percent (10%). Any County agency may utilize the services offered under this contract, provided sufficient funds are included in its budget(s). 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:C r- ,2014 Contractor First Witness: OWNER: B y r ° `- .•.--- °"— BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA Print Name By._ Contractor Second Witness: joande •Markiel�icz � ;,.'1 /i _, -Director of Procurement-Services B y� F„r CONTRACTOR: Print Name Mitchell&Stark Construction Co.,Inc. Approved as to Form and Legality: By: ; Assistant Cosa ty Attorney Print Name and Title Packet Page -1352- 10/14/2014 16.E.4. EXHIBIT Al-A Amendment# 1 to Contract#14-6213 "Underground Utility Contractors" COLLIER COUNTY 2014 ANNUAL CONTRACT RATES `nESCRIPTION RATE UNIT DESCRIPTION RATE UNIT ._MERGENCY WORK RATES NON EMERGENCY WORK RATES LABOR LABOR VICE PRESIDENT $145.00 HOUR VICE PRESIDENT $140.00 HOUR VICE PRESIDENT OF CONSTRUCTION $115.00 HOUR .VICE PRESIDENT OF CONSTRUCTION $110.00 HOUR PROJECT MANAGER $95.00 HOUR PROJECT MANAGER $90,00 HOUR OFFICE PERSONNEL $40.00 HOUR OFFICE PERSONNEL $35.00 HOUR FIELD SUPERVISOR '$60.00 HOUR FIELD SUPERVISOR +$55.00 HOUR OPERATOR $55.00 HOUR OPERATOR $50.00 HOUR + PIPE LAYER $45.00 HOUR PIPE LAYER +$40.00 HOUR LABORER $35.00 HOUR LABORER $30.00 HOUR LOWBOY DRIVER 535.00 HOUR LOWBOY DR IVER 530.00 HOUR MECHANIC $45.00 HOUR MECHANIC $40.00 HOUR TRUCK DRIVER $35.00 HOUR TRUCK DRIVER S30.00 HOUR !EQUIPMENT NO OPERATOR EQUIPMENT NO OPERATOR JOHN DEERE EXCAVATOR $250.00 HOUR 800 JOHN DEERE EXCAVATOR $245.00 HOUR 450 JOHN DEERE EXCAVATOR '$175.00 HOUR 450 JOHN DEERE EXCAVATOR $170.00 HOUR 330 JOHN DEERE EXCAVATOR $150.30 HOUR Y330 JOHN DEERE EXCAVATOR $145.00 IHOUR 270 JOHN DEERE EXCAVATOR $140.00 HOUR 270 JOHN DEERE EXCAVATOR $135.00 HOUR 1120 JOHN DEERE EXCAVATOR $135.00 HOUR 120 JOHN DEERE EXCAVATOR $130.00 HOUR 1 1 80 JOHN DEERE EXCAVATOR $100.00 'HOUR 80 JOHN DEERE EXCAVATOR $95.00 HOUR 50 JOHN DEERE EXCAVATOR $90.00 HOUR ISO JOHN DEERE EXCAVATOR $65.00 HOUR 135 JOHN DEERE EXCAVATOR 575.00 HOUR 35 JOHN DEERE`EXCAVATOR $70.00 HOUR JJJI #ZX 225 HITACHI EXCAVATOR ;$150.00 HOUR ZX 225 HITACHI EXCAVATOR 15145.00 HOUR s1 CAT EXCAVATOR $140.00 HOUR (321 CAT, EXCALTOR $13$.00 ;-'.OUR ; 5 H -,CHI EY,CA'',ATOR $100.00 HOUR 75 HITACHI EXCAVATOR j$95.00 HOUR I iCAT 345 D EXCAVATOR 15175.00 HOUR CAT 345 EXCAVATOR $170.00 1 HOUR I 903 'LOADER 1$82.0:0 HOUR CAT 903 LOADER 1;75.00 (HOUR Packet Page -1353- 10/14/2014 16.E.4., 644 JOHN DEERE LOADER $125.00 HOUR 64-4 JOHN DEERE LOADER $120,00 HOUR ... 624 JOHN DEERE LOADER $110.00 HOUR 624 JOHN DEERE LOADER $105.00 HOUR 544 JOHN DEERE LOADER $100.00 HOUR 544 JOHN DEERE LOADER $95.00 HOUR 444 JOHN DEERE LOADER $90.00 -.HOUR 444 JOHN DEERE LOADER $85.00 HOUR 750 JOHN DEERE DOZIER '$130.00 HOUR 750 JOHN DEERE DOZIER $125.00 HOUR 700 JOHN DEERE DOZIER $125.00 1HOUR 700 JOHN DEERE OOZIER $120.00 HOUR 650 JOHN DEERE DOZIER $100.00 HOUR 650 JOHN DEERE DOZIER $95.00 HOUR 450 JOHN DEERE DOZIER $95.00 HOUR 450 JOHN DEERE DOZIER $90.00 HOUR 450 EXCAVATOR WITH HAMMER $250.00 HOUR 450 EXCAVATOR WITH HAMMER $245.00 HOUR _ - 270 EXCAVATOR WITH HAMMER $200.00 HOUR 270 EXCAVATOR WITH HAMMER $195.00 HOUR - - 120 E Y.C,AVATOR WITH HAMMER $180.00 'HOUR 120 EXCAVATOR WITH HAMMER 5475.00 HOUR 310 BACKHOE WITH HAMMER '$120.00 HOUR 310 BACKHOE WITH HAMMER $115.00 HOUR IR RANO 100 ROLLER $55.00 HOUR IR RAND 100 ROLLER $50.00 'HOUR ■ , IR R AND40 ROLLER $35.00 HOUR IR RAND40 ROLLER $30.00 HOUR ,EOMAG 124 ROLLER $55.00 HOUR 3OMAG 124 ROLLER $55.00 HOUR SOMAG 212 ROLLER $55.00 HOUR BOMAG 212 ROLLER 555.00 HOUR 310 JOHN DEERE BACKHOE. $75.00 IHOUR 310 JOHN DEERE BACKHOE $70.00 HOUR 1 12 H CAT GRADER 0115.00 HOUR 12 H CAT GRADER $100.00 HOUR 40 TON VOLYO TRUCK $205.00 'HOUR 40 TON VOLVO TRUCK $200.00 HOUR 25 TON VOLY0 TRUCK $165.00 'HOUR 25 TON VOLVO TRUCK $160.00 HOUR ;JAW CRUSHER $400.00 HOUR JAW CRUSHER $395.00 HOUR ! -i ISTREE:.,r-HFFTAiti $300.00 HOUR ISCRE.--FN CHIEFTAIN - $295.00 HOUR TELEH.ANDLER 1295.00 'HOUR TELEHANDLER $90.05 HOUR !LOWBOY $175.00 HOUR LOVVECY $170.00 HOUR '' 'AP'''RU-K .',.75.00 HC,IjR: ;DUMP TRUCK 570,00 HOUR IL,,J, ,. 1 1 1 INTL :.:`E_I',./ER TRUCK t,,,,;.J, HOUR INTI . DELIVER TRUCK 1585.00 IHOUR I I 1 I I I i'-'0RD 55C DE-jv'ER TRUCK 1:f..E..0L0 IHOUR !FOR°550 DELIVER TRUCK 555.00 HOUR I 1 i I I : 1 , ..---,' Packet Page -1354- 10/14/2014 16.E.4.. I `t- 1 (PICK UP AND MISC.TOOLS $60.00 HOUR PICK UP AND MISC.TOOLS $60.00 HOUR .AC TRUCK $175.00 HOUR VAC TRUCK $170.00 HOUR TV TRUCK $100.00 HOUR TV TRUCK $95.00 HOUR STONE BOX $100.00 DAY STONE BOX $95.03 DAY TRENCH BOX $125.00 DAY TRENCH BOX $120.00 DAY FUSHION MACHINE $100.00 DAY FUSHION MACHINE $95.00 DAY ROLL OFF CONTAINER $200.00 DAY ROLL OFF CONTAINER $195.00 DAY POTABLE TOILET $25.00 DAY POTABLE TOILET $20.00 DAY TOOL TR AILER/CONTAINER '$145.00 DAY TOOL TRAILER/CONTAINER $140.00 DAY TAPPING MACHINE $100.00 'DAY TAPPING MACHINE $95.00 DAY 6 INCH HYDRAULIC PUMP $75.00 HOUR 8 INCH HYDRAULIC PUMP $70.00 HOUR WELLPOINT PUMP $100.00 HOUR VVELLPOINT PUMP $95.00 HOUR 3 INCH OR SMALLER PUMP $50.00 DAY 3 INCH OR SMALLER PUMP $40.00 DAY [AIR COMPRESSOR 5125.00 DAY AIR COMPRESSOR $x120.00 DAY ,TE COMPACTOR +$75.00 DAY PLATE COMPACTOR $70.00 DAY LIGHT STANO $50.00 DAY LIGHT STAND $45.00 DAY MATERIALS FROM YARD MATERIALS FROM YARD r T BAG OF CEMENT BAG OF CEMEN. $9 00 Eq $9,00 EA CONCRETE $140.00 CY CONCRETE $140.00 CY 8 INCH PVC C900 DR 18 $7.00 LF 81NCH PVC C900 DR 18 $7.00 LF 6 INCH PVC 0900 DR 14 $11.00 LF 8 INCH PVC C900 DR 14 $11.00 LF I 6*INCH PVC COOL OR 16 $7,00 LF 61 NCH PVC C000 DR 18 $7.00 ILF 6 INCH PVC 0900 OF 14 58.00 LE 6 INCH PVC 0900 DR 14 $8.00 .LF I b INCH SLEEVE 15105.00 �EA 8 INCH SLEEVE '5105.00 IEA 6 INCH SLEEVE $9S.00 EA 6 INCH SLEEVE 1$95.0) l�_A INCH INCH MEGALUG '$45.0:' EA 18 INCH MEAL IS $45.00 !EA , 1 I I INCH M000 UG 1$4.,._0 (EA, 6 INCH t:M`EGALJG $4000 i5A. I5- STONE 1820.00 �TN I5 STONE 1F2C.CL ITTN Packet Page -1355- 10/14/2014 16.E.4.4 LIMEROCK $14.00 TN LIMEROCK $14.00 TN FILL $18.00 CY FILL $18.00 'CY 6 INCH DR 26 SEWER $6.00 LF 8 INCH DR 26 SEWER $6.00 LF 6 INCH DR 25 SEWER $5.03 LF 6 INCH OR 26 SEWER $5.00 LF 6 INCH CLEANOUT MATERIAL $175.00 EA 61NCH CLEANOUTMATERIAL $175.00 EA SEWER REPAIR SLEEVE $40.00 EA 'SEWER REPAIR.SLEEVE $40.00 EA ANY MATERIAL PROVIDED NOT FROM YARD ADD MATERIAL MARK UP OF 15 PERCENT. Packet Page 4356- 10/14/2014 16.E.4.2- Co ier County Purchasing Department Adrrinistatve Serviceslivision Change Modification Form Purchasing ® Contract Change Request ❑ Work Order Modification Contract#: 14-6213 Change#: 1, Amend#1 PO/Work Order#: N/A Project Name: Underground Utility Contractors Project#: N/A Project Manager: Swain Department: PUPPMD Contractor/Firm Name: Kyle Hall Construction, Inc. Original Contract/Work Order Amount , ' , : ';N/A 7/8/14; 16C10 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount ' . N/A( N/A; Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount N/A N/A SAP Contract Expiration Date (Master) . .._ _ .. ._.. Dollar Amount of this Change N/A #VALUE! Total Change from Original Amount Revised Contract/Work Order Total $Total #VALUE! Change from Current BCC Approved Amount Cumulative Changes #VALUE! #VALUE! 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 SPH (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 ided: Markup for subcontractors was not included in the original contractor's agreement. 2. Provide detailed rationale for the requested change: The contractor will now be providing material and specialty equipment for emergency and non-emergency work and will require markup on these items. 3. Provide explanation why change was not anticipated in original scope of work: A subcontractor markup was not anticipated because the contractor's proposal included a markup but only on the material provided by the contractor. 4. Describe the impact if this change is not processed: The County would not be able to fully compensate the contractor for services rendered. Type of Change/ Modification ❑ 1. Planned / Elective ❑ 2. Unforeseen conditions/circumstance I ❑ 3. Quantity or price adjustment ® 4. Correction of error(s) ❑ 5. Value added ❑ 6. Schedule adjustment Change Requested By ❑ Contractor/Consultant ii ❑ Owner ❑ Using Department ❑ Design Professional 1 ❑ Regulatory Agency (specify): J ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change I Modification: ❑ Yes ❑ No Approved by: Date: Name and Title' wain Rik Procurement Strategist Reviewed by , - Date: -- , ocurement: Saridr-a atr , Manager, Procurement Services Rev sec 7;2511;2 Packet Page -1357- 10/14/2014 16.E.4. EXHIBIT A-1 Contract Amendment# 1 to Contract#14-6213 "Underground Utility Contractors" This amendment, dated (DO- Co 2014 to the referenced agreement shall be by and between the parties to the original Agreement, Kyle Construction, Inc. (to be referred to as "Contractor") and Collier County,Florida, (to be referred to as"Owner"). Statement of Understanding RE: Contract#14-6213 -"Underground Utility Contractors" In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract, retroactive from the date of Board approval, by amending Section 4,The Contract Sum,with the following language: Note: Language deleted has been ctr uck through. New language has been underlined. The Owner shall pay the Contractor for the performance of the Work pursuant to the quoted price offered by the contractor in his response to a specific Request for Quotation. The Contractor will be compensated for time and material work, including material and specialty equipment markup, either for emergency or non-emergency work, in accordance with the rate sheet attached hereto as Exhibit Al-A and is hereby incorporated by reference. Markup for subcontractors shall not exceed ten percent (10%). Any County agency may utilize the services offered under this contract, provided sufficient funds are included in its budget(s). [x**] 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: Se tuber 30 , 2014 Contractor First Witness: OWNER: By: �� . ,-�-�-° BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA Print Name / / F f By Contr ct "c e 'XTtness: Joanne Markiewicz '4 F /`�, ff —Director of Procurer,•ent.Serices l_': / ✓' -7..:Inact .4brti.hca.rr CONTRACTOR: Print Name 'Kyle Construction, Inc. // ' l approved as to Form and Legality: By 'i ' I/'' k 1//- r _- r� _ ✓4 t it .,._.-;r <°A;1,1.2/‘. Lain CAL err tarn/ ?(t.Sta e " 4 Assikant County Attorney Print Name and Title Packet Page -1358- EXHIBIT Al-Amendment# i to Contract#14-6213 10/14/2014 16.E.4.3 "Underground UtilityContractors" KYLE CONS1RUT1SN , INC. 3636 PROSPECT AVE NAPLES, FL 34104 Ph:643-7059 Fax:643-4679 PROPOSED COLLIER COUNTY EMERGENCY RATES HOURS HOURS HOURS HOURS HOURS TOTAL EQUIPMENT& LABOR HOURS RATE TOTAL JD 80 EXCAVATOR 0 $ 95.00 $ - JD 80 EXCAVATOR W/HAMMER 0 $ 150.00 $ - CAT 215 EXCAVATOR 0 $ 125.00 $ - JD 35 EXCAVATOR 0 $ 70.00 $ - CAT 308 EXCAVATOR 0 $ 95.00 $ - CAT 416 TRACTOR BACKHOE 0 $ 65.00 $ - CAT 914 LOADER 0 $ 85.00 $ - CAT 950 LOADER 0 $ 95.00 $ - BROOM TRACTOR 0 $ 60.00 $ - VIBRATORY ROLLER 0 $ 60.00 $ - AIR COMPRESSOR W/HAMMER/DAY 0 $ 250.00 $ - WELL POINT SYSTEM/DAY 0 $ 635.00 $ - 4"VACUUM PUMP/DAY 0 $ 300.00 $ - 6" VACUUM PUMP/DAY 0 $ 575.00 $ - 6" HYDRAULIC PUMP/DAY 0 $ 600.00 $ - 1 y DUMP TRUCK 0 $ 90.00 $ - )TON LOWBOY 0 $ 95.00 - 900 GALLON WATER TRUCK 0 $ 85.00 $ - i000 lb FLAT BED TRUCK 0 $ 70.00 $ - POWER SCREEN 0 $ 50.00 $ - HDPE FUSING MACHINE 0 $ 95.00 $ - LIGHT TOWER/DAY 0 $ 200.00 $ - SUPERVISOR/TRUCK 0 $ 90.00 $ - FOREMAN &TRUCK/TOOLS 0 $ 85.00 $ - PIPE LAYER 0 _ $ 55.00 $ - TAILMAN 0 $ 40.00 $ - SKILLED LABOR 0 $ 45.00 5 - TOTAL EQUIP/LABOR $ - MATERIAL: PLUS 20% - SUBS 10% QTY UNIT 'PRICE TOTAL I I I I I 1 I f I 1 TOTAL MATERIAL $0.00 GRAND TOTAL $0.00 Pane v Packet Page -1359- Co' ter COVITItY 10/14/2014 16.E.4. Purchasing Department AdministahreServiosDivision Change Modification Form Purchasi,, Contract Change Request ❑Work Order Modification Contract#: 14-6213 Change#: 1, Amend#1 PO/Work Order#: N/A Project Name: Underground Utility Contractors Project#: N/A Project Manager: Swain Department: PUPPMD Contractor/Firm Name: Southwest Utility Hall Systems Original Contract/Work Order Amount N/A 7/8/14; 16C10 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount N/A' ". N/A Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount . . N/A N/A SAP Contract Expiration Date (Master) Dollar Amount of this Change .N/A #VALUE! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #VALUE! Change from Current BCC Approved Amount Cumulative Changes #VALUE! #VALUE! 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 SPH (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: Markup for subcontractors was not included in the original contractors agreement. 2. Provide detailed rationale for the requested change: The contractor will now be providing material and specialty equipment for emergency and non-emergency work and will require markup on these items. 3. Provide explanation why change was not anticipated in original scope of work:A subcontractor markup was not anticipated because the contractor's proposal included a markup but only on the material provided by the contractor. 4. Describe the impact if this change is not processed: The County would not be able to fully compensate the contractor for services rendered. Type of Change/ Modification ❑ 1. Planned / Elective 1 ❑ 2. Unforeseen conditions/circumstance ❑ 3. Quantity or price adjustment lig 4. Correction of error(s) ( ❑ 5. Value added I ❑ 6. Schedule adjustment Change Requested By ❑ Contractor/Consultant ❑ Owner j ❑ Using Department ❑ Design Professional 1 ❑ Regulatory Agency (specify): 1 ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change / Modification: In Yes ❑ No Approved by: " Date: Name and Title: Swain;Hall. Procurement Strategrs Reviewed by: --- _..____ Date Procurement: Sandr7,:Herrera, Manager, 'procurement Services Revised:7,2511:: Packet Page -1360- 10/14/2014 16.E.4. EXHIBIT A-1 Contract Amendment# 1 to Contract#14-6213 "Underground Utility Contractors" This amendment, dated Q-t 1, 2014 to the referenced agreement shall be by and between the parties to the original Agreement,Southwest Utility Systems,Inc.(to be referred to as"Contractor") and Collier County, Florida, (to be referred to as"Owner"). Statement of Understanding RE:Contract#14-6213 -"Underground Utility Contractors" In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract, retroactive from the date of Board approval, by amending Section 4,The Contract Sum,with the following language: Note: Language deleted has been struck throagh. New language has been underlined. (**1 The Owner shall pay the Contractor for the performance of the Work pursuant to the quoted price offered by the contractor in his response to a specific Request for Quotation.The Contractor will be compensated for time and material work, including material and specialty equipment markup, either for emergency or non-emergency work,in accordance with the rate sheet attached hereto as Exhibit Al-A and is hereby incorporated by reference. Markup for subcontractors shall not exceed ten percent (10%). Any County agency may utilize the services offered under this contract, provided sufficient funds are included in its budget(s). (***) 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: ,, (R .t ,2014 Contractor Witness:Witns: OWNER: ) By: BOARD OF COUNTY COMMISSIONERS r- = .' OF COLLIER COUNTY, FLORIDA Print Name $y: Contractor Second Wi Tess: �Jo e Markiewicz // Director of Procurement S v1,257 By: , - a CONTRACTOR: Print Name Southwesraiiit y Systems,rinc. - Approved as to Form and Legality: Bv: '' xt Assistant C4ity At&rne_.= Print Name and Title (CA Packet Page -1361- ` � 10V14/2014 16.E.4. SOUTHWEST UTILITY SYSTEMS,INC., 16341 OLD U 41 SOUTH, FORT MYERS, FLORIDA 33912 239-267-0200 239.267-2478 FAX EXHIBIT Al-A Amendment# I to Contract#14-6213 "Underground Utility Contractors" May 16, 2014 Collier County Purchasing Department 3327 Tamiami Trail East Nap|en, FL 34112 To Whom II May Concern: . | write to you in regards to Tab IV: Cost of Services to the County. Below is a list of our personnel and equipment rates. 7-- _ _ [ Standard | Overtime I Item Descr�tion , _______ *aoz nare 90,000 lb Excavator HR $180.00 $270.00 50000 lb Excavator HR $250.00 5225.00 ,000 lb Excavator { HR SI08. SU. �.O0Oib Excavator HR $80.00 $120.00 40,000 lb Loader HR } S110.00 $165.00 20,000 lb $80.00 �13D0O � } �r~- 1 ' - '- - --- �_ ��or/Bockhoc HR L $70.00 $105.00 | ---HR 5120.00 5180.00 , Motor-Grader 15,000 lb Bulldozer HR $100.00 $150.00 1 Grading Tractor HR $70.00 $105.00 i Broom Tractor HR $65.00 $97.50 -)rip Rig HR $200.00 5300.00 Service Truck &Tools HR $70.00 $105.00 ' 'Well Point Water Truc.k HR S150.00 ; $225.00 j Mini Wheeler Dump Truck HR $65.00 l 597.50 I Roll-Off Container Truck HR $75.00 1 $112.50 1 Truck HR $60.00 590.00 7 :oh Compaclor HR 575.00 $112.50 ' Rock Crusher HR $350.00 $525.00 lEi, ton Crane I HR 5200 00 $300 00 ! Skid Steer Dozer ! HR 57500 5112 5C • ------ Packet Page -1362,- - 10/14/2014 16.E.4. 4,000 gal Water Truck HR $75.00 I $112.50 Cat 613C Pan HR $100.00 $150.00 Light Tower HR $25.00 j $37.50 3" Hydraulic Pump HR $25.00 $37.50 6" Hydraulic Pump I HR $25.00 t $37.50 , 12" Hydraulic Pump HR $35.00 I $52.50 18" Hydraulic Pump HR $60.00 ! $90.00 3"Centrifical Pump HR $15.00 $22.50 6"Centrifical Pump HR $25.00 $37.50 10"Centrifical Pump HR $40.00 $60.00 Superintendent HR $100.00 i $150.00 i I Foreman HR $75.00 $112.50 Pipelayer HR $55.00 $82.50 Labor HR $40.00 i $60.00 Machinist HR I $100.00 1 $150.00 Mechanic HR $100.00 $150.00 I Welder HR $100A0 $150.00 Cost+ i Cost+ Material 20% _ 20% {, Cost+ Cost+" Sub-Contractors 10% -G% 10% zifi% Cost+ I Cost+ Permits ------.___-- 20% I 20% The "Standard Rate" applies to work from lam to 5 pm, Monday through Friday. The "Overtime Rate" applies to work after normal business hours, weekends, and holidays. V you have any questions, please feel free to contact me at '739-267-0200 Sincerely, icnarc T. Cowart President SJ=UTHW:ST tJTtEtTY SYSTEMS,INC., 634 FLU u:, 41 SCUTN, FOR mYEU, is s4-l9' D1 :,3 '+�• Packet Page -1363- ------- Co#* County 10/14/2014 16.E.4. Purchasing Department Admiral Service(:loon Change Modification Form Purchasing x Contract Change Request ❑Work Order Modification Contract#: 09- Change#: 4 PO/Work Order#: N/A Project Name: Visa Commercial Credit 5295 Card Project#: N/A Project Manager: Tracey Department: Purchasing Contractor/Firm Name: Sun Trust Payne Banks, Inc. Original Contract/Work Order Amount :$':.. -,',--; .,:f... :':-.-...:: .::.-:. ,„-*Nha.J. ,Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ ` ,,"'NIA: Last BCC Approval Date; Agenda Item # __ Current Contract/Work Order Amount $ - ____ _r xpir __ __._,_-____�._,___-.___.___._ =� 1011Q/2015 SAP Contract Expiration Date (Master) Dollar Amount of this Change c__ge ir- g = $0_a0:' #DIV/0! Total Change from Original Amount Revised Contract/_ Approved Am Work Order Total $0.00 #DIV/0! Change from Current BCC Approd ount Cumulative Changes Contract/________Work 4 $0.00 #DIV/0! Change from Current Amount - __ _- Completion Date,;Description of the Task(s) Change,and Rationale for-the Change " Original completion date: N/A Last approved completion date: N/A Revised completion date (includes this change): N/A Number of days added : N/A Explain why additional days are needed (detailed/specific): N/A ❑ Add new task(s) ❑ Change task(s) ' E Delete task(s) x Other(specify): 1. Provide a detailed and specific explanation of the requested change(s)to the task(s): Schedule A, delegation of Program Administrator has been changed to account for the replacement of the Sr. Business Tech Analyst. 2. Provide detailed rationale for the requested change: Program Administrator was changed from Catherine Bigelow to Jennifer Cooper. Provide explanation why change was not anticipated in original scope of work: Purchasing was not aware that the Sr. Business Tech Analyst would need to be replaced. 2. Describe the impact if this change is not processed: Sun Trust Banks would not have the signature of the new Program Administrator. Type of Change/ Modification ❑ 1. Planned / Elective I X 2. Unforeseen conditions/circumstance ❑ 3. Quantity or price adjustment ❑ 4. Correction of errors) ❑ 5. Value added ❑ 6. Schedule adjustment Change Requested BY ❑ Contractor/Consultant j ❑ Owner i x Using Department ❑ Design Professional 1 ❑ Regulatory Agency (specify): ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change/ Modification: ❑ Yes ❑ No t Approved by: ! nl �r-,, Date: f Name and Title:Jennifer Coo er, Sr. Business Technology Analyst Reviewec b �`,.._j _:: c ;J v.„i Date: Procurement St-ategist"`s Name: Tracey Payne. Procurement Manager-Operations , Revises:3:26/12 Packet Page -1364- 10/14/2014 16.E.4.r O SUN!RUST Commercial Card Agreement—Schedule A Company(Parent) Company Affiliate(If applicable) Collier County Board of Commissioners I. Network. ❑ MasterCard ®Visa II. Commercial Card Program. ® Purchasing Card ❑ Corporate Card ❑ Executive Corporate Card ❑ Central Travel Account III. Enterprise-Spend Platform("ESP"). ❑ Yes ❑ No If the Company has chosen to use the Enterprise Spend Platform ("ESP"), the Company acknowledges that, as between the Company and the Bank,the Bank and its third party licensors retain all right title and interest in ESP. The Company agrees to use ESP solely in accordance with the user manuals, reference guides, training materials, help screens and other materials provided by the Bank which describe the features and functionality of ESP(the"ESP Materials"). ESP Payables module. ❑ Yes ® No if the Company has chosen the Payables Module (described in the ESP Materials),then the Company also acknowledges and agrees that it will provide the Bank with a list of its suppliers and related contact information. The Company shall be responsible for obtaining any consents required from its Suppliers to enable the Company and/or the Bank to disclose and use its suppliers' information for use with ESP and the Purchasing Card program. IV. ESP Buyer initiated Payments Option ("RIP"). ❑ Yes Z No The BIP option is used for payables and purchasing card and is described in the ESP Materials. Please note that, as a condition of using BIP, the COMPANY AGREES TO IRREVOCABLY WAIVE ANY AND ALL CHARGEBACK RIGHTS IT MAY HAVE ON ANY PAYMENT MADE TO A SUPPLIER USING THE BIP PAYMENT OPTION. V. Cash Advances. ❑ Shall be permitted © Shall not be permitted VI. Fees. otherwise specified on Schedule B, company fees shalt be invoiced via: ❑ Card Statement ❑ Account Analysis: Company payments processed via Company Deposit Account @ SunTrust—DDA "Account Analysis"means the Bank's billing system used to manage billing for certain Bank productsiservices. If the Company elects to use Account Analysis for billing and payment of fees due the Bank pursuant to this Agreement,the Company,by listing its Deposit Account number in this Schedule A authorizes the Bank to direct debit such fees to the Company Deposit Account Attention Tracey Payne Street Address I City ! State Zip Code I I 3327 Tamiami Tri E Naples FL 34112 VII, Cardholder Information Requirement The Company shall provide the following Cardholder information: Name, business address, billing address. number,and the last four digits of the cardholder's social security number ram or 5 rjr, l Oorooratt Packet Page -1365- { -ka 10/14/2014 16.E.4. '� VIII. Card Delivery.The Card(s)shall be delivered to: (f The Company at: Attention Tracey Payne Street Address City State Zip Code 3327 Tamiami Trail E Naples FL 34112 ❑ The Individual Cardholder IX. Program Administrators. The Company designates the following individual(s) as an authorized Program Administrator(s) to submit Requests to Bank: Name II Siiggnaturej.. j Title Tracey Payne ',.,,_(f,rtL v-, ?i C i r,j^yi �' Procurement Manager Email Address• % i- ra j • Telephone T raceyPayne(d?collieraov.net "` 239-252-8940 Street Address City State Zip Code 3327 Tamiami Trail E Naples I FL 34112 Name ' Signature Title l Jennifer Cooper ._.. . ', - Sr.Business Tech Analyst Email Address i., I Telephone JenniferCooper(a?colliergov.net 239-252-8985 Street Address i City State Zip Code 3327 Tamiami Trail E I Naples FL 34112 I Name Signature i i Title Joanne Markiewicz '„' , Procurement Director Email Address i Telephone JoanneNiarkiewicz(dicoliiergov.net (.,. /5 $239-252-8975 I Street Address City State Zip Code i Name Signature Title I Email Address Telephone Street Address City 1 State Zip Code I I 1 The Company and each Affiliate may change its designated Program Administrator(s) by delivering a new, signed Schedule A to the Bank. Each subsequent Scheduie A Program Administrator designation will supersede any and at prior Schedule A designations previously submitted by the Company or Affiliate. X. Company Credit Line.$1.250,0DC Xl.Account Controls. (A) Card Accounts (not applicable for Card Accounts managed under the Enterprise Spend Platform program): Specific controls regarding Card Accounts are established during the implementation process and may be amended from time to time by the Company or the Bank. Card Account controls may be amended from time to time by the Bank and may be amended by the Company only upon prior written approval of the Bank. (B) Emergency Replacement Cards: In the event any Card is lost,stolen, or damaged and a replacement Card is required during weekends,holidays,or Bank closing hours, the Cardholder may call the Network to obtain a temporary Emergency Replacement Card. The Company understands and acknowiedges that Network Emergency Replacement Cards are not controlled by the Company s account controls set forte, on the implementation Form but, rather, are controlled in accordance with the standard Network operating procedures in efiect at the time of replacement.The Network Emergency Replacement Cards are valid for a limited penoc of time and the Cardholrer must immediately contact the Bank for a permanent Card which shall be issued with the Company's account controls. Pape 2 of Packet Page -1366- ` A3 10/14/2014 16.E.4., Collier County Board of Company: Commissioners By: I Name: Joanne Markiewicz Title: Procurement Director Date: Approved as to form and legality Assistan( ounty A mey "7324 f.5. Pape JUpT i Cerxrat€ = Packet Page -1367- !C`i'?v 10/14/2014 16.E.4. Collier County Board of Company: Commissioners By: v '3 / Name: Joanne Markiewicz Title: Procurement Director Date: Approved as to form and legality • a Assistantounty A mey , • c-rea e-^ n Packet Page -1368- 10/14/2014 16.E.4. CitiG4 Couvrty Purchasing Department Administative ServicesDivision Change Modification'Form Purchaseig ❑ Contract Change Request ®Work Order Modification Contract#: Change#:-1-2 PO/Work Order#: Project Name: IQ Monitor Well I 12-5871 / 4500151251 Abandonment Project#: Project Manager: Department: Contractor/Firm Name: Naples Well 74401.16 John Eick PPMD Drilling Original Contract/Work Order Amounts $,,,;: 51,480 06'.;r , Original BCC Approval Date; Agenda Item# Current BCC Approved Amount 51;480 00,x: : ,r U ' Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount/7'$I 10/7/15 SAP Contract Expiration Date (Master) Dollar Amount of this Change $0_0O 0.00% Total Change from Original Amount Revised Contract/Work Order Total / $51,480.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $0.00 0.00% Change from Current Amount Corn letion Date, Descripti r , p. ( } g , end Rationale'for the Change on of;the Tasks,Chan e a' Original completion date: Last approved completion date: Revised completion date(includes this 9/20/2014 9/20/14 change): 9/20/14 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) ' ❑ Other(specify): 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added:This change order transfers funds from underutilized bid items to increase the Owner-Directed Allowance. The modified Owner-Directed Allowance will be used to compensate Contractor for justified additional costs that he incurred due to differing site conditions. Total project cost does not change. 2. Provide detailed rationale for the requested change: Eight of the 33 wells and piezometers were larger or deeper than included in the specifications. Proper closure of these wells and piezometers required additional material and labor beyond that originally contemplated in the bid documents. 3. Provide explanation why change was not anticipated in original scope of work: These monitoring wells were installed over 20 years ago and as-built records were limited or non-existent. An Owner- directed allowance was included in the project budget to cover these uncertainties. 4. Describe the impact if this change is not processed: if the change order is not approved,we would be failing to reimburse the Contactor for extra work performed in good I faith and for which we received value. Type of Change/Modification 1. Planned/Elective ❑ 2. Unforeseen ❑ 3. Quantity or price adjustment conditions/circumstance ❑;_Correction of error(s) ❑ 5. Value added I ❑ 6. Schedule adjustment Change Requested By ❑ Contractor/Consultant ❑; Owner ❑ Using Department IT Design Professional ❑ Regulatory Agency(specify): ❑ Other(specify): Purchasinc Professional Participated in Negotiation of Chance/Modification: Yes ❑; Nc Rtvised 5.16.1 ' Packet Page -1369- 10/14/2014 16.E.4. Approved by: /pig( ` Date: ` Name Nam and Title: -7� ` cA„v6. Reviewed by / ' Date: ///2 / 26i 6( Gobi Procurement Strategsst' Name: / / c -'441 ✓1J:1/7 4 // Packet Page -1370- 10/14/2014 16.E.4.' oa; 0 _ Q N a) O 70 U o w •Q .' 03 d N D > 0_ 0 t N- 'O C O . co O O O O O O O E a) 2, d O O O O O O 0 co N a) E O O a7 O 6 O O 'o E o) co co W O W C 'C O co r- ) .r v T m O U C) (0 M c+) 'a C Ca CO -.. fA N to E-. In O 0 C 69 EH 64 a) = o Ca O N (1 ca `N > - m C a E E O as O O O O O O O O O N 0 0 73 a) 'C O tH ER O) C' O o -O U Q 'O c) V N a 'O EA CO U m •0 ¢ s � = L m c m 1-1--- c E o U =O U a a) m L. E o m ¢ 20 o ll _ m o 0 o 0 0 0 o E�cll CD A N 0 O O O O O O = p_` C C ,- o O O O O O O 3 Q7 V O O cD co Ir. co_ O CO EX) m co °) o ' (4 a p 0 Q. y E3 to V. N EA tR — LC) m L 0 = r 4-, n, 0 'O o 0_ o m w v p m E p` Oa oc m aa.) y 1- = `o c a`)'a� a) `o m m U Eco al 71 To- 0 oa) sc o d O m @ O aN U-�mT-p an o. o o-t a) o N D a�� m RS w N Q a) N 03 a3 Uof c 0 Z a) c.) a o y c ao s m > m> 0 @ E ,0 ` ` c 0 0 a m o E 0 I N om p `O C - U a) a) C O.c-• 'y'O c o w E a) O E u,�c 3 U < U U) Q O O ma) N Ca, N z--- c4 - Q •°) .n m •ca C) =O +,� w a - 5 = O cn N a) -- G m ce _ E o.00a) m• E11 - co N M. C-) o c v7 ° ° 3 � o7Em C - a E a)'n o a m v - R W p J 0 co -o - a C D o'_ a) tV a? O C -c-r" @ H '= o ry N ›, o C N Q Q Q o E N ` 4) ca 'O U O p O N E co cS C to C C O C > E C a) co ca cf E C CA O F-• -41 i- _ $i co 0 = O .7) .7) Q 'O-o O - 'S o o a) co to C � �.� N 7 O J - O - a 0 0 -6 N "�@7 N 0 N a O a - N E- v, _0 cC m o Q. o o N o ah) N.a ai c O QU`. C) 2 2 _.. 2 c...- 0 - a 3 a 7 o ra 2 i � 0- a 0 0 m m i a ru ! s �r n 8_ cn e'O a) o a).? o a a) ■ I r G Packet Page -1371- C,4- O 7 A.141 c_(" A-t o/0 rS• 7;20 pi --7,47s4,s -7 10/14/2014 16.E.4._, -� 2 ek O o t -/7 Co - e-r County Public Utilities Division August 22, 2014 planning & Project Management • Mr. Danny Brawley Naples Well Drilling, Inc. 5790 Waxmyrtle Way Naples, FL 34109 RE: Zero Dollar Contract Change Notification, Change# 1 Contract 12-5871"Well Drilling, Testing and Maintenance" Ti Project#7440t 16 Purchase Order#4500151251 Dear Mr. Brawley: By copy of this letter, the above referenced contract is being issued a zero dollar($0.00) change as indicated below: [Draw against Allowance The project specifications stated "The monitoring wells are 2-in. in diameter and have a typical depth of 15 to 20 feet. The Piezometers are 1-in diameter and have a typical depth of 10 ft." (Attachment 2).. The actual dimensions of eight of the wells and piezometers were larger than this. The Contractor has requested an additional$4,140 as compensation for additional work associated with the larger and deeper wells and piezometers (Attachment 3). We consider this to be a reasonable request in light of the additional work. Originally, it was believed that 8 piezometers would be abandoned. Only 7 were abandoned. Item 6 is an Owner-directed allowance of$3,000.00. This zero dollar change order moves $400.00 from item 1, $245-00 from Item 3, and $495.00 from Item 5 all into Item 6, Owner- directed allowance. With these additions, Item 6 now totals $4,140 (Attachment 4). Item 6, Owner-directed allowance will be used to compensate Contractor for the additional work. The total project cost of$51,480 will remain the same. j nicerefy, ( � 1 1 -'�J ✓ ,, ��'chn H. Eick, P.E. -j.-_ — Senior Project Manager r, Swain Hall, Pr ' urern Strategist, Purchasing Department , / n /!../7 // 4,/ ! j Approvai� /,��� Date: J f/ l� C: Bu'nnie Baer, Clerk's Finance Divisio is n n2. ! -,:.,� vi;E artra r?.333 Tan em, ,r a l_as;,Suite 3C, Naples Flxua 34:1.2-5.36—..231=-;.15:-.42H„ Fr`v:2.,.233-252-537e Packet Page -1372- 10/14/2014 16.E.4. Cl ter County Purchasing Department Administrative Services Division Change Modification Form Purchasing ❑ Contract Change Request %Work Order Modification Contract#: 10-5571 Change#: 1 PO/Work Order#: Project Name: Clam Bay annual 4500148399 Monitoring Project#: 51100.1 Project Manager: Marion Department: PBSD Contractor/Firm Name:Turreli Hall & Bolick Associates Original ContractNVork Order Amount $ 112,185.00 16E3 4/26/2011 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount #N/A Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 112,185.00 4/25/2015 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ 3,000.00 2.67% Total Change from Original Amount Revised Contract/Work Order Total $ 115,185.00 #N/A Change from Current BCC Approved Amount Cumulative Changes $ 3,000.00 2.67% Change from Current Amount Completion Date, Description of the Task(s) Change,and Rationale for the Change Original completion date: Last approved completion date: Revised completion date(includes this 12/17/2014 12/17/2014 change): 12/17/2014 Number of days added:0 Each step on the contract m,odification checklist form has been reviewed prior to me submitting for approval :7 box must be initialed by Project Manager) ❑Add new task(s) ❑ Change task(s) ❑ Delete task(s) ® Other(specify): Item 90 increasing due to extra meetings and site visits. 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added: Additional meetings and site visits due to water quality issues. 2.Provide detailed rationale for the requested change: The work is necessary for the health of the estuary. 3.Provide explanation why change was not anticipated in original scope of work:VVater Quality issues developed in Clam Bay due to copper testing. 4. Describe the impact if this change is not processed: Possible deterioration of the Clam Bay estuary and delay on preparing Final Report. Type of Change/Modification j ❑ 1. Planned/ Elective ❑ 2. Unforeseen conditions/circumstance l ❑ 3. Quantity or price adjustment ❑ 4. Correction of error(s) (yl 5.Value added ❑ 6. Schedule adjustment Change Requested By ® Contractor/Consultant ❑ Owner ❑ Using Department ❑ Design Professional ❑ Regulatory Agency(specify): ❑ Other(specify): Purchasing Professional Participated in Negotiation of Change i Modification: ❑ Yes ❑ No Approved by: - — Date: ', / F r Name and Title: Marion .. k, Opa • ns(�1anaoer Reviewed by: f j Date: (-) / 1 y Procurement Stratecist's Nark Adam No rup f / Revisec:7:26/1 3 Packet Page -1373- 10/14/2014 16.E.4. Colter County Purchasing Department AdrninistativeSsOlvscn Change Modification Form Purrr:.`tasing E Contract Change Request E Work Order Modification I Contract#: 10- Change#: 1 PO/Work Order#: / Project Name: Everglades Airport 5571 4500152145 V Mitigation Monitoring &Reporting Project#: NiA I Project Manager: Department:Airport Contractor/Firm Name: Passarella& 1 Robert Tweedie Authority Associates Original Contractlwork Order Amount $ 8,000,00 Original BCC Approval Date:Agenda Item# Current BCC Approved Amount NA . • Last BCC Approval Date:Agenda Item# Current ContractNUork Order Amount $ B4O00.:00 .f/z /ts SAP Contract Expiration Date (Master) Dollar Amount of this Change $0.00. 0.00% Total Change from Original Amount Revised Contract/Work Order Total $8,000.00 #VALUE! Change from Current BCC Approved Amount Cumulative Changes $0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Original completion date: I Last approved completion date: i Revised completion date ' cludes this 12128/14 1 12/28/14 change): 04/24/15 Number of days added : 117 ': Each step on the contract modifeation checklist form has been reviewed prior to me submitting for approval �. (this box must be initialed by Project Manaoer) E Add new task(s) 0 Change tasks) (:felete tasks) ei Other(specify): Extend Work Order 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added: Extend Work Order 117 days Provide detailed rationale for the requested change: South Florida Water Management District(SFWMD) and the Army Corps of Engineers(COE) permit require semi-annual monitoring and report six months after the first monitoring event. which is currently being conducted. Provide explanation why change was not anticipated in original scope of work: Neglected to take into account permit requirement for semi-annual report. 4. Describe the impact if this change is not processed:Airport Authority will be unable to comply with SFWMD & COE permit requirements. Type of Change/Modification E 1. Planned; Elective j L 2. Unforeseen 1 E 3. Quantity or price adjustment conditions/circumstance Correction of erroris) I L 5.Value added I E o. Schedule adjustment —� Change Requested By Contractor/Consultant I I 2 Owner I E :� Using Department �Desidn Professional e (specify): � � _] R..g,:latory,goenc�' I 1 ) Other(specify): Purchasing Professional Particieated in Negotiation of Chance 1 Modification_ Cj Yes E No 7.Aeprovec by ,- Gale �,A• —.—� "r I,/ -, ; — �$r an " le RpbeTweo� . 1r J roeo 'c-a;e Reviewec eye i/ r i i } )'(/_f l Date: ,r/ ff ;2 /It. .J creme t JuG ecls:S IV - 1 , i i"1C'.v:s: 5.,ii.,2 Packet Page -1374- 10/14/2014 16.E.4. FEI-NAPLES WATERWORKS#136 FERGUSON 3801 PROSPECT AVE Deliver To: joderek.adams @ferguson.com ENTERPRISES, NAPLES,FL 34104 From: Joderek Adams INC: Comments: 11:54:32 SEP 19 2014 FEI-NAPLES WATERWORKS#136 Price Quotation Page# 1 Phone:239-643-4970 Fax :239-643-4945 Bid No • B181972 Bid Date • 09/12/14 Cust 239-774-8352 Quoted By.: JA Terms • NET 10TH PROX Customer: COUNTY OF COLLIER Ship To: COUNTY OF COLLIER COLLIER COUNTY BOARD OF CO COLLIER COUNTY BOARD OF CO 3299 TAMIAMI TRAIL E STE 700 3299 TAMIAMI TRAIL E STE 700 ATT:ACCOUNTS PAYABLE ATT:ACCOUNTS PAYABLE NAPLES,FL 34112 NAPLES,FL 34112 CUSt PO#...: SRO RETURN Job Name: Item Description Quantity Net Price UM Total SP-MJLSCPL.A30 30 MJ LONG SLV CERAMAPURE LINED 7 400.000 EA 2800.00 E2030PVEG 30 MEGALUG F/C900 IPS PVC W/GSKT 27 195.000 EA 5265.00 E283000 30 2800 BELL REST F/C905 PVC 45 250.000 EA 11250.00 SSLDE36 36 DI MJ WDG REST GLND*ONELOK 2 300.000 EA 600.00 MJLSLA36 36X24 MJ C153 LONG SLV L/A 1 480.000 EA 480.00 SPWPC48 48 DI BELL REST F/C900*PVLOK 2 550.000 EA 1100.00 Net Total: $21495.00 Tax: $0.00 Freight: $0.00 Total: $21495.00 Quoted prices are based upon receipt of the total quantity for immediate shipment(48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. Seller not responsible for delays,lack of product or increase of pricing due to causes beyond our control,and/or based upon Local,State and Federal laws governing type of products that can be sold or put into commerce. This quote is offered contingent upon the buyer's acceptance of Seller's terms and conditions,which are incorporated by reference and found either following this document,or on the web at http://wolseleyna.com/terms_conditionsSale.html. Govt Buyers: All items are open market unless noted otherwise. LEAD LAW WARNING:It is illegal to install products that are not"lead free"in accordance with US Federal or other applicable law in potable water systems anticipated for human consumption.Products with*NP in the description are NOT lead free and can only be installed in non-potable applications.Buyer is solely responsible for product selection. Packet Page -1375- 10/14/2014 16.E.4. FEI-NAPLES WATERWORKS#136 0 FERGUSON 3801 PROSPECT AVE Deliver To: joderek.adams@ferguson.com INC ENTERPRISES, NAPLES,FL 34104 From: Joderek Adams Comments: 11:55:03 SEP 19 2014 FEI-NAPLES WATERWORKS#136 Price Quotation Page# 1 Phone:239-643-4970 Fax :239-643-4945 Bid No • B182228 Bid Date • 09/19/14 CUSt 239-774-8352 Quoted By.: JA Terms NET 10TH PROX Customer: COUNTY OF COLLIER Ship To: COUNTY OF COLLIER COLLIER COUNTY BOARD OF CO COLLIER COUNTY BOARD OF CO 3299 TAMIAMI TRAIL E STE 700 3299 TAMIAMI TRAIL E STE 700 ATT:ACCOUNTS PAYABLE ATT:ACCOUNTS PAYABLE NAPLES,FL 34112 NAPLES,FL 34112 CuSt PO#...: Job Name: WAREHOUSE RETURNS Item Description Quantity Net Price UM Total DMJG48 DOM 48 MJ C153 GLAND 4 50.000 EA 200.00 MJLSLA48 48X24 MJ C153 LONG SLV L/A 2 500.000 EA 1000.00 SSLDE48 48 DI MJ WDG RTNR GLAND*ONELOK 2 250.000 EA 500.00 Net Total: $1700.00 Tax: $0.00 Freight: $0.00 Total: $1700.00 Quoted prices are based upon receipt of the total quantity for immediate shipment(48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. Seller not responsible for delays,lack of product or increase of pricing due to causes beyond our control,and/or based upon Local,State and Federal laws governing type of products that can be sold or put into commerce. This quote is offered contingent upon the buyer's acceptance of Seller's terms and conditions,which are incorporated by reference and found either following this document,or on the web at http://wolseleyna.com/terms_conditionsSale.html. Govt Buyers: All items are open market unless noted otherwise. LEAD LAW WARNING:It is illegal to install products that are not"lead free"in accordance with US Federal or other applicable law in potable water systems anticipated for human consumption.Products with*NP in the description are NOT lead free and can only be installed in non-potable applications.Buyer is solely responsible for product selection. Packet Page -1376-