Loading...
Agenda 09/09/2014 Item #16E 9 9/9/2014 16.E.9. n EXECUTIVE SUMMARY Recommendation to accept reports and ratify staff-approved change orders and changes to work orders. OBJECTIVE: To provide the Board with visibility of administrative change orders and changes to work orders and promote accountability in the use of staff authority. CONSIDERATIONS: In accordance with the Purchasing Ordinance 2013-69, approved by the Board on December 10, 2013 as agenda item 17.J, staff reports administrative changes to Board-approved contracts of not greater than 10 percent of the current Board approved amount, changes to Work Orders issued under CCNA Contracts that are less than or equal to $200,000, and changes to work orders for all other contracts that are not greater than 10 percent of the current Board approved amount. The attached monthly reports of Administrative Change Orders and Administrative Changes to Work Orders cover the period of July 25, 2014 to August 22, 2014. FISCAL IMPACT: The net total for 6 changes to contracts is a deductive $5.312.65. The net total for 2 changes to work orders is a deductive$2.633.00. LEGAL CONSIDERATIONS: This item raises no legal issues and requires majority vote for approval. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: That the Board of County Commissioners accepts the Administrative Change Orders Report and Administrative Changes to Work Orders Report and ratifies the listed change orders and changes to work orders. PREPARED BY: Diana De Leon, CPPB, Contracts Technician, Purchasing Department ■'■ Packet Page-2348- 9/9/2014 16.E.9. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.9. Item Summary: Recommendation to accept reports and ratify staff-approved change orders and changes to work orders. Meeting Date: 9/9/2014 Prepared By Name: DeLeonDiana Title: Contracts Technician,Purchasing&General Services 8/26/2014 3:40:52 PM Submitted by Title: Contracts Technician,Purchasing&General Services Name: DeLeonDiana 8/26/2014 3:40:53 PM Approved By Name: pochopinpat Title: Administrative Assistant,Administrative Services Division Date: 8/26/2014 4:17:07 PM Name: DeLeonDiana Title: Contracts Technician,Purchasing&General Services Date: 8/26/2014 4:36:10 PM Name:NorthrupAdam Title: Procurement Specialist,Purchasing&General Services Date: 8/26/2014 5:00:49 PM Name: MarkiewiczJoanne Title: Director-Purchasing/General Services,Purchasing&General Services Date: 8/27/2014 7:19:40 AM Name: PriceLen Packet Page-2349- 9/9/2014 16.E.9. Title: Administrator-Administrative Services,Administrative Services Division Date: 8/29/2014 10:01:15 AM Name:KlatzkowJeff Title: County Attorney, Date: 8/29/2014 10:52:30 AM Name:KimbleSherry Title:Management/Budget Analyst, Senior, Office of Management&Budget Date: 9/2/2014 10:43:06 AM Name: OchsLeo Title: County Manager, County Managers Office Date: 9/2/2014 11:14:41 AM Packet Page-2350- 9/9/2014 16.E.9. QW s co N O L 9 W .) a 'o 0 0 0 0 g -_ U V m E 0 t 0 N 4Y ° i1 A' ovw q E. ° 2 d d - F rem � c 8 1 • c c m m o E U a V ? C o E 3O N w›' d'o o a m V „ p o O t F o 9 o co o o o 0 ▪3 ° 8) m c I co w II' O co K O c O U) ., 3 O S tom) C I. 5 C O W O �, m o h O co 0 C ¢ a) o N N 3 2 d N .= C K V a N a) 0 $ N a) QNj c N I� d f0 .t., co. o C_ a N r a N C N = �9 y N pd m o N O C C la 3 c1,- C• C d a L V 'C N ▪ s v_ m Tip a 8 p Q O L U N CO Qi ea N a) 44 L y C K I- b .,! u. A O O $ 0 1 0 8`°) E E C > O C 8 i. O g= C O A 0 e c s v ;la °o 'o °v o 7 E cl rei a., ▪ 00 C o ¢ O a) UUa ca. �,. N o c m . a N 0 C K m N M 9 • CO C N C S) .2 N 11 o. C C C q w a) w o. 7 c C m ei w a t E o 10 o a $ $ o H O d O C O c C 0 O a) w c • m c a) �o 'o Q 0. I- w b ° N d w O N (O . a1 ¢ o .Q O 7 o < 3 W M y E N 5 0 ca U () N s O ar N N C 52 C N U N c , N y N 12'p m N 2 a .181 1 2 To `I T-. 1- �c0 E N m � g c 0 W g ¢ g, $ y 8 m a< N a 3 0 a 0 °) , 3 m pa 0 d S z c o C `on m Q N w .t.. H E NN ag W .0 N 0. d h e a § ° c i C .c O m ° r m w 5� � C a e){ ^C C .0 °a r c a ¢ 3 co c c m °-r W o p = CC a j E W CD I- t dg epF- mm e� n) 7h ° a d a� C ° a s 313 a° 3 3 �' t a s m a a a E a a o ° O.r m cg a `o uE $ U m a)• •0 a) Q c m a a o o s W 's o 3 tS 2i• 2 $ .° $• C7 Z' III L E E• m r a ° �,>°c� 2 `o E a, 8 m c o - m 5 = g) m 6 c 0 § d at 8i O O a) 7 z Q! E•C ? E N!a d ° m Q • 7+ N �a C) Q a) •7 O ' Fa• 3 2 E at `0a) 3 um °ko 9 0 C a O c .. d c .. aa) '._ o m m° c m v E m °r o o aa) E ai c c z d Y $ C C , c C p ; C� m C C "c G <CO O ° m E E m m E d 8 rn m cn °c t°. `° E a? 8 n » - E m Q m o < "8 a) a co E E w a c d) a) c 2 S d c t2 la O CD ° CO a) M a) O_ ; W C N c C=O C) W of f �Q)„ O d O_ Z Z E ° � �a o u) E z c o °° 6 9 c mom= C oO _5 O V a7 �+ < . 022 7 0 O d °) a) Qi a7 a) N Q Q m N 0 a) m a) ; U -D m b c c8 .- 2)01-,., C c ° o C E a M•- codes E E a) ° `S) °c)E E 2 ri 23 0 0 0 cy 0 O L • tin lv) M L E O O ? d .g cg=C O 3.0 2 �Q O 7, 0 d¢ N t 7 0 0 0 �L of N > 11. 00117 OM �U—U 1- t IL.,0m H Sr-�UL� (n F- LL.c -- UQ I- Sri .-0 m C.ii< 0, c• of a C.W y U � C C ` C L L Q ° w m ° y 8m co a V L ° o c N v od tA v O O p a O O 0 � a 0 ° 0 O • 0. 3 =3 37 3 3 is `a`ro .j° �> Qg N M 0 N < ua C. O 0 'O ° >O 0 a ¢ Packet Page-2351- 9/9/2014 16.E.9. N t- H HLI ai a m }° F . V ea r C m• 0 0 o a .- ■ 7 o� E - a Pi a4 k I 0 & , 2 g 0 0. - } et § 0 /ti Na k § I C.) C.) _ k w - k 0 tm / 0 < ) Z ° k / 13 m k. . k§ en ��� IN a �$ 2 \ . . . . }. CD a t ~/ F. t. °0 to to ) 7 E 5 5 ■ 2 ) k ■ = 2 zzo. ) z k 4t$ ? & - N &- 2ks © - 0 STS2T 50.21 : a 2QQua 2a #e£ I- © k ) a 20 -£ ' e 0 2 } ar 8 a 22 (0 / f Packet P g-2352- 9/9/2014 16.E.9. a, I, 0 ee� o - o' a m U ac O o Qc N U E O N 0 .. o E co b �E N c as C 3 0 '0 y m W V C eai aO>E o a d Z. N m < a)L a:O O e C ec 'C N C O 3 d u E O ° N E a N w a) m m O ▪ E• ° )°0 2 0 c c el 0) w ° a N C• O N E N a .0 i9 8 O a) U '° d 0 Q `m e O m °� 8 0 a, P o ° °' ° o 0 o>0 ° m 8 `a g NN F; L O Q N C O w y N at U N to .0 d' Ev ea 8z l{p en d w CO �O C CO U c c Qc M - a)) O_ y �' O Q >> C u'' c o O a E .8 C I- U >N H N m K s o g F y ce .o c a).: a) of ° w E U 0 O Q o.2 Q c 6 ymO V °° a Q d w � p Y Q N j . Q .0 , c V1 C ea O m e r°) a c E co 0 t� E g m ;.. o f ° c O o •O) 0 Q N 13 2 V N ° a) C N e» a E co vi U w o E o ° PT N a)a) ° 0 as 8 co c w ° c m a E m "' Ern c0 8a> c 0 -- z U) w C N a w2 s- -°- c°aE c $• a' a •'° 8 ft) v o c E i v c c O aciCm a O. ;° m «E aa)Q) us _V o▪ N O N c ; W N z E 0 8 8L' c a) O c N el = 0)43 0 ` � ° � E .= C � 10 E V O E. 0 U C O O d G @ G O y c 'a w >> 0 ?? �> > $ m a) =z c c . < w N U C N > a> ea O E E Q ` C w w 0 m a) O a) H > ; m 8 W Gg m C m m 0. `° c0 o E o E V N E o Q Q ut a> °z z z z L ! U o m i rn x Q d °Z °' - a) .fl J Y e°▪ 0 C a - O 6 N d d C co 0 N C a 0 y 3,."t mot R 0 -0 ° N 0oL . o m x> aU a O o0- O F N m Oeo0dw x �� o) E o) 2 2 j01 a)a) er v c a o O ° N C CZ AL OQ U u = z o N `Packet Page-2353- 9/9/2014 16.E.9. ier Canty Purchasing Department Alma/alive Alma/alive Services Owson Change Modification Form D.r has' t - E Contract Change Request ❑Work Order Modification Contract#- 13- ) Change#:3 PONVork Order#: ! Project Name:Immokatee Airport 6124 I 1 4500148721 Runway Rehabilitation Construction; Project#:33300 Project Manager: Department:Airport 1 Contractor/Firm Name: Owen Ames Robert Tweedie Authori Kimball Construction Original Contract/Work Order Amount $7,232,241.04 10-22-13 14M 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 $7232241.04 SAP Contract Expiration Date(Master) Dollar Amount of this Change ($320) 0.00% Total Change from Original Amount Revised Contract/Work Order Total $7232237.$4 0.00%. Change from Current BCC Approved Amount Cumulative Changes ($320) 0.00% Change from Current.Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Original completion date: 8-12-14 Last approved completion date: 09- I Revised completion date(includes this 25-14 1 change): 09-25-14 Number of days added : i Each step on the contract modification checklist form has been reviewed prior to me submitting for approval RBT(this box must be initialed by Project Manager) ! I E Add new task(s) I Change task(s) ! 0 Delete task(s) E Other(specify): Delete quantity on asphalt i 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 remarking of south half of Runway 18.36 and delete 210 ton of Item P-401.8.1 Bituminous Surface Course. Provide detailed rationale for the requested change: Due to budgetary concerns The ari__inal scope was limited to remarking of the north half of Runway 18:36.The quantity of Bituminous Surface Course was not used. Provide explanation why change was not anticipated in original scope of work: FAA discretionary AlP grant ufudia NCI was the primary funding source for this project. These funds are awarded as available and based on low qualified bids submitted with want application. At the time of desiign bid specification development.FAA indicated the potential for limited ATP discretionary funding available to completethis project and ad%ised limitin=g the scope and developing several alternatives. Out of 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 anal of new pavement for all critical runway and apron areas. Therefore. remarking of the south half of Runway 18-31pwas not included, Bid quantity specified for bituminous surface course was over-estimated in order to assure adequate quantity of most essential material for the outcome and overall quality of the project. { Describe the impact if this change is not processed:Failure to complete remarking of Runway 18-36 at this time will necessitate remarking at a later date.possibly at a higher cost and without grant funding currently available for this task. Type of Change/Modification El 1.Planned/Elective 2.Unforeseen 1 3. Quantity or price adjustment conditions/circumstance ALi 4. Correction of errortsl El 5.Value added i ❑6. Schedule adjustment Revised 5.16.12 Packet Page-2354- 9/9/2014 16.E.9.- ChM.*ROOluesteld . _ ContraotodConsultant r a Owner ®Slsinn Department ■ •R Professional ! .j,-,,;:. ..en ;`�:11e 111 Other''c:-.0 . ;purchasing:Professional P icloateid ih. egotiation of Ohangel M ■ Yas No .• . tail Name and Tit Tweedie,,4t 'Manager • Reviewed b JI Y? ( 4y 1_ *Date -3 j 5/ iq PrOCure ment- Name. Evelyn COW • • • { i� { II{ • I �\ Rtvitied$36.12 Packet Page-2355- g 9/9/2014 16.E.9. Co„1 Coady Purchasing Department Athiristraiive Swims Division Change Modification Form n ®Contract Change Request ❑Work Order Modification Contract#: 13-6095 Change#: 1, Amend#1 PO/Work Order#: N/A Project Name: Underground Parts Project#: N/A Project Manager: Joe Department: Public Utilities Contractor/Firm Name:Ferguson Bellone Enterprises, Inc., d/b/a Ferguson Waterworks Original Contract/Work Order Amount $ 6,000,000.00 1/14/2014; 16C1 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 6,000,000.00 BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $:_ 6,000,000.00. SAP Contract Expiration Date(Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 6,000,000.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change 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 JB (this box must be initialed by Project Manager) ❑Add new task(s) ❑Change task(s) ❑ Delete task(s) ®Others ci ( Pe fY):Amendment 1.Provide a detailed and specific explanation of the requested change(s)to the task(s)andlor the additional days added:To amend the contract language to provide for a specific process regarding the Asset Management and Inventory buy-back plan as identified in the contract. 2.Provide detailed rationale for the requested change:To provide additional clarity for terms under the buy back plan. 3.Provide explanation why change was not anticipated in original scope of work:The County had not identified the overstock inventory at the time of the solicitation;since the commencement of the Asset Management project,there is more clarity on the specific items. 4.Describe the impact If this change is not processed: Unused inventory may become obsolete and the integrity of the part may be compromised. This contract offers an expedient, and possibly a higher return value to the County than a scrap metal dealer. Type of Change/Modification'T_ ❑ 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 ❑ Design Professional ❑ Regulatory Agency(specify): ❑ Other(speci ): Purchasing Profe • al Participated in Negotiation of Change/Modification: ❑Yes 3111 No Approved by: , • = / - Date: / � S?/ c7/,/ Name and Title:J' Be'•n-, Public f ities Finan - Operations U ` Reviewed.by: Slhainson Hall Date: //r//4 Procurement Strategist's Nam: 44,7 /1// Revised:7/26/13 1 Packet Page-2356- 9/9/2014 16.E.9. EXHIBIT A-1 Contract Amendment#1 to Contract#13-6095 "Underground Parts" This amendment,dated / 2014 to the referenced agreement shall be by and between the parties to the original A ent,Ferguson Enterprises,Inc.,d/b/a Ferguson Waterworks(to be referred to as"Contractor")and Collier County,Florida,(to be referred to as"County"). Statement of Understanding RE:Contract# 13-6095-"Underground Parts" In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract by the modified language below: Update Scope of Services and Clarifications Exhibit A as follows: "In accordance with the Asset Management and Inventory Management Plan identified in this Exhibit A, the Contractor shall provide a buy-back plan for any items and material that the County no longer needs. This may include,but not be limited to, overstock, obsolete, non-functional/damaged, surplus, unable to service, non-standard, special order and items that have been/will be phased out. When this material is identified by a County Department the Procurement Director or her designee will negotiate an acceptable price with the Contractor for the items to be returned, and the Contractor will issue a credit for the returned items within sixty(60)days." Note:Language deleted has been strck-threugh. New language has been underlined. All other terms and conditions of the agreement chall remain in force. *************************Reminder of Page Intentionally Left Blank************************ 1 Packet Page-2357- CA 9/9/2014 16.E.9. 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. 74 u9 u c+ i' ,2014 COUNTY: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA 111/41( J e Markie z /1,211k Procurement Director Contractor First Witness CONTRACTOR Ferguson Enterprises,Inc..d/b/aFerguson By G l/t✓e tA ci c rh S Waterworks ,• — By / Date ' 'f r Name /tAAQ.t MSS G NWRAL 4amlizt. Print Name and Title Contractor Sec.'+. r s By. `t�..�_ ti,„ Print Name A•. .ved as to Fay and Legality:• -�.1 �',al Name and T.1 of Attorney • ii I ` 2 Packet Page-2358- . >o 9/9/2014 16.E.9. arat Co " Purchasing Department Adminkrative S oes Division Change Modification Form Purchasing ®Contract Change Request ❑Work Order Modification Contract#: 13-6161 Change#: 2 PO/Work Order#: Project Name: Livingston Road IQ Water ►� 4500148977 ✓ ASR System Well Below The USDW—� Phase 2 Project#:74030/ Project Manager:Zamira Department:PPMD Contractor/Firm Name: Douglas N. Deltoro Higgins Inc. c� Onginai ConrractlWork Order Amount ✓ $; :2,630,540.00 "12 1 14013;;HO Original BCC Approval Date;Agenda I em • Current BCC Approved Amount ,/$ 2,630,640.00 12112013; 11D st BCC Approval Date;Agenda Item# Current Contract/Work Order Amount i,/' $ ° 2,630,640.00 I/SAP Contract Expiration Date(Master) Dollar Amount of this Change $ y (51399:45) -0.20% Total Change from Original Amount Revised Contract/Work Order Total V $ 2,625,330.55 -0.20% Change from Current BCC Approved Amount Cumulative Changes ✓$ (5,309.45) -0.20% Change from Current Amount Completion Date,,Description of the Task(s)Change,and Rationale for the Change Original completion date: Last approved comp tion date: Revised completion date(in ludes this 8/29/2014 ✓ 8/29/2014 V change): 2/11/2015 Number of days added: 166 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval ZD ❑Add new task(s) ❑Change task(s) ❑ Delete task(s) laOther(specify): Deduction to the contract amount and time extensio to the contract time -i.Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added: • The short circuit/coordination Arc Flash Study was eliminated under this contract creating a credit of$5,309.45 due to this change. Contractor's letter dated 2/24/2014 enclosed provides the detail of this credit • The NTP was issued on 5/12/2014, time extension of 166 calendar days was requested by contractor due to the delay on obtaining the FDEP permit. Enclosed is letter from contractor requesting the additional time. 2.Provide detailed rationale for the requested change: • To deduct the amount credited by contractor to the County and reflect the change in contract 13-6161. • Due to delay on obtaining the ASR2 construction FDEP permit,the NTP was provided to contractor on 5/12/2014. The new completion date requested is 2/11/2015 which is 166 calendar days after 8/29/2014. These items, deduction and time extension request have been reviewed by engineer of record and the County staff. 3.Provide explanation why change was not anticipated in original scope of work: • Section 16015 was included during the design of project, however a work required at the ASR site took place that at the time that contract 13-6161 was awarded the section 16015 was no longer needed. • As requested by FDEP the County submitted the modification of the constructed ASR1, cycle testing of the ASR system, and the construction of the ASR2 combined.The merge of these three ASR items in one permit took longer than expected. It was anticipated that NTP will be provided to contractor in January 2014 with completion date on 8/29/2014. The NTP was provided to contractor can 5/12/2014.The new completion gate requested is 2/11/2015 which is 166 calendar days after 8/29/2014. v 4.Describe the impact if this change is not processed: Based on the current work schedule,the construction of the well and the yard piping will be completed by 9/2014. However,the Injection pump, Electrical, instrumentation and control work, HVAC work,and training will be performed between 10/24-2/2015. Project's construction and payments can be jeopardized /"this change is not processed. L Revised:7126113 1 Packet Page-2359- Type of Change]Modification 9/9/2014 16.E.9.• ❑1.Planned/Elective El 2. Unforeseen conditions/circumstance ❑3. Quantity or price adjustment C]4. Correction of error(s) [5.Value added ❑6. Schedule adjustment Change Requested:By ® Contractor/Consultant ®Owner ❑ Using Department ❑ Design Professional ❑ Regulatory Agency(specify): ❑ Other(speci ): Purchasing Professional Participated in Negotiation of Change/Modification: El Yes 011 No Approved by: j �s `-' Date: 1/144 14 Name and Title:T. Chmei , P E., Director PPMD I Reviewed by: Date: •8,/J /z fy Procurement - •lst's ame: Swainson Hall, Procurement Strategist Revised:7/26/13 2 • Packet Page-2360- 9/9/2014 16.E.9. b "'Enu eama^rorta co.•w.k wsiu ..w.nLLwwa, �/(ir6dT,,?Xi 'MOM iirMW/ N..Y.a4.1,.+.. ......... us,sw,n Mi.OM rft.1110 .440.0•...... Jason Sciandra 2-24-14 CDM-SMITH 2180 West First Street Suite 400 Fort Myers,FL 33901 239-938-9600(o) Regarding Subject;email response of January 22,2014 about four changes post bid closing. Mr.Sciandra, The following responses are in response to your request. 1) Section 15100-Valves must operate through HART instead of 4-20 ma ANSWER;acknowledged, no change in contract value. 2) Specification section 02851 (attached)was revised to address FDEP permit application comments. The revision is highlighted.The revision directs the Contractor to the grouting specification 02854,which is also attached for your convenience.Specification 02854,which was not changed requires the casing to be grouted by means ofa collarless tremie pipe,The revised specification 02851 was included in the conformed specifications for the project.ANSWER;(from YBI) Collarless Tremie Pipe:We use collarless/Integral Joint cement tubing—the standard of quality in the industry.We understand the FDEP's concern was to employ the tremie method of grouting for this installation.We concur,prefer and planned on using the tremie method of grouting for cementing the FRP casing.No Change in contract value. 3) Specification section 02853(attached)was revised to address FDEP permit application comments. The revision is highlighted.The revised specification section was included in the conformed specifications for the project.ANSWER(from YBI)Additional Cement Bond Log on cemented FRP casing.-VIII began this innovation to produce better log results in a cemented annulus outside of FRP casings.When this additional step is not specified YBI generally requests to perform it no charge. No Change in contract value. 4) Eliminate Section 16015 from the contract documents. ANSWER;There will be a credit of 1,/ $5,309.45 for eliminating this section from the plans and specifications.See attached Gulf States Electric Credit plus 5%. Respectfully Submitted, Mr.Brandy Bartolone,V.P. Regional Manager Douglas N.Higgins,Inc. Packet Page-2361- 9/9/2014 16.E.9. ORIllaimmunimmimmin.66NEMLCON7RACTOR6 • sr• enrw�orneww� .,.�,,.p,,.... ,. MN rran,ti•1014=011. .11MIN %MG ARg1Via ZOOM wmgg7y„p1/ Wu/R+1.11.1w July 16,2014 Ms.Zamira DelToro Project Manager Collier County PPMD 3301 E.Tamiami Trail, Building H ti Naples, FL 34112 Re: Livingston Road IQ ASR Phase 2—Change Order Request, Time Extension for Substantial and Final Completion, Rev. 1 Dear Ms. DelToro, This letter is in response to your letter dated June 25,2014 and as a follow-up to our July 10, 2014 Progress Meeting. We hereby request a 136 and 166 (calendar)day time extensions for Substantial and Final Completion,respectively, of the subject project. The Contract identifies Substantial and Final Completion to be July 30, 2014 and August 29,2014, respectively. According to the Pre-Bid Meeting,the NTP to start construction was to be issued on January 1,2014,which would have established a 240-day project duration based on the Final Completion date. However,the NW for Construction Activity was issued 131 calendar days later on May, 5,2014 because Collier.County did not have the necessary FDEP permit to start the work. The need for the a project extension is further compounded by the procurement duration for the horizontal split case pump,which is anticipated 23 weeks after the manufacturer is provided an approved submittal. The procurement time for this pump was not known at the time of bid because the pump manufacturer's representative was non-responsive during the bidding period. In fact,they were not aware of the project even though they were sent an invitation to bid. It was not until after a Limited Notice to Proceed was issued that the manufacturer's representative became aware of the project and provided us with the pump's procurement duration. Unfortunately, of these circumstances are beyond D.N. Higgins'control. Attached to this letter is the project's schedule as of the,date of this r. This schedule currently shows the project's Final Completion on February 11,2015, 166 Iendar days after August 29, 2014. D.N. Higgins is due to recover the 131 days that the project was delayed by Collier County not having the necessary permits to start the work, especially considering Collier County anticipated the project's duration to be 240 days based on information they provided during the bidding process. Based on the current schedule, D.N. Higgins is also requesting an additional 35 days associated with procuring the horizontal split case pump and subsequent work necessary to complete the project after the pump is delivered. Substantial Completion is proposed to be 30 days prior to Final Packet Page-2362- , SY �`� 3Q�'`�- 4aszfr k 9/9/2014 16.E.9. rx OMAN.CONTRACTORS • ,/jy/� .'yam' eeeroew7a eeaee _rauw.awxoe //-"'� /�/ L1e 711M1'It I01M1[Me0 eeeelettrllYk Aleuxf eemw •emgK ,� / • 0741.440111011.1114 eexn 1O17Wt➢11 .iTr.'uL mMwrr Ws Mb+e41e11 twlghael eee.Mee Completion. Again,the issues that require the project schedule to be extended are beyond D.N. Higgins control. Finally,through this letter, D.N. Higgins would like to reiterate its previous recommendation, provided in our letter dated June 16, 2014, that Collier County request an extension from the South Florida Water Management District(SWFMD)for the grant funding that the SFWMD has allocated to this project. We appreciate your understanding in this matter. Yours Truly, ///(4(X‘ Marc Lean, P.E. C: Brandy Bartolone Jason Sciandra, P.E.,CDMSmith File MPS 312 Rehabilitation—Change Order Request, Page 2 of 2 Time Extension for Final Completion Date,Rev. 1 Packet Page-2363- • 9/9/2014 16.E.9. CLtiljf- Purchasing Department Change Modification Form E Contract Change Request 0 Work Order Modification Contract#: 12-5968 Change#:2,Amend#2 POlwork Order#: N/A Project Name:Automatic Meter Reading Project#: N/A Project Manager. Pam Department: Contra g8 • partment:,PUD Contractor/Firm Name: Ferguson Libby Enterprises, Inc. Original Contract/Work Order Amount ,... "' ••royal Date' A.enda Ite u �'� i0 '.final BCC J urre - • •prove. Amount .• ,..__. . Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount ' i SAP Contract Expiration Date(Master) Dollar Amount of this Change *N/A !Total Change from Original Amount Revised Contract/Work Order Total #N/A #N/A Change from Current BCC Approved Amount CumtAafiae Changes #N/A • • #N/A '.Change from Curren Amount ��i� �` ,y,, t 4 r ro -t,r- '"7-177:."' -r-+ �'.+-p,• r .a .{-: {✓., } r-; �'�"'''b-' �vwrf�"''�, mot' y ,.t �..� �k�..., �tlk'a t: I' f r r Y t y i { t 44 14•'x.. '� c r I "b, r$ ■'. -'rsw r^�'vr.fr.. T e r 1� Original completion c �1 #mss d ' ' k 6 S date:N/A Last approved completion date: N/A Revised completion date(includes this change): N/A Number of days added: N/A Each step on the contract modification checklist form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager) ❑Add new task(s) ❑Change task(s) ❑Delete task(s) El Other(specify):Amendment#1 1.Provide a detailed and specific explanation of the requested change(s)to the tasks)andlor the additional days added:To amend the contract to replace existing Exhibit B Updated Price List with the attached Exhibit B in order to update two(2)part numbers. Pricing remains the same. 2.Provide detailed rationale for the requested change:To streamline the ordering process with updated parts numbers. 3.Provide explanation why change was not anticipated in original scope of work:N/A 4.Describe the impact if this change is not processed: Ordering will be more cumbersome due to improper part identification. M� •wn' Ky ,_ "�^m"'6�x`.6 "�'m*v�r rf ."q°a„k.3JL+..,icm'tU.,,Yr`='c 'x"- • • 1. Planned/Elective • 2. Unforeseen conditions/circumstance • 3. Quantity or price adjustment ❑4. Correction of error(s) 0 5.Value added 0 6. Schedule adjustment .Yy.'1 �' 4h �i ^l.^ "A'i R' iRw+ '5 .-c.G..• u..�ph • ks f } 3 ~?^74".... -��ar ,::c..�.d_:�¢ ;, ,. �'�°�i: � __ CI Contractor/Consultant ■ Owner ■ Using Department ❑Design Professional ■ Regulatory Agency(specify): ■ Other(specify): Purchasing Professional Participated in Negotiation of Change!Modification: ❑ Yes ❑ No N/A Approved by: n '// Date: / r 1/ )e Name and Title: Pam bfary--,.\ Reviewed by: _v Date: Procuremefrt + ..t��•.�._ -, •Sandra Herrera f - Revised:7126/13 Packet Pa a-2364- 9/9/2014 16.E.9. 74. EXHIBIT A-2 Amendment#2 to Contract#12-5968 "Automatic Meter Reading System" This Amendment,dated L 9 ,2014 to the referenced agreement shall be by and between the parties to the original Agreem t,Ferguson Enterprises,Inc.,d/b/a/Ferguson Waterworks(to be referred to as"Contractor")and Collier County,Florida,(to be referred to as"County"or"Owner"). Statement of Understanding RE: Contract# 12-5968 -"Automatic Meter Reading System" In order to continue the services provided fnr in the nrig-inal Contract dncnment referencred shove, the Contractor agrees to amend the Contract as per the revised Exhibit"B"attached to this Amendment and incorporated herein by reference. "Replace existing Exhibit B with attached revised Exhibit B to update two (2) part numbers. New part numbers have been underlined,deleted part numbers have been . 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: 9/it4/ir{' ,2014 OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA B • _J • a Markiewicz i 4 Director,Procurement S Contractor First Witness CONTRACTOR By: d fr A p Ferguson Friterprises,Inc. .T a er t it t T,,,,rr��I a- s By: Print Name t< tU��E .3 C f F ,q LOVIAMAartSZ., Print Name and Title Cont act t •nd Wit ess By: Print l\ame Approved as to Form and Legality: r; _ .I . ‘ .A ID Assistant Co �� Atto. y Packet Page-2365- 9/9/2014 16.E.9. Amendment 2,Exhibit B (Revised) 12-5968 Automatic Meter Reading System Updated Price List Note:New part numbers have been underlined, deleted part numbers have been struck tom: f VOHS29294 LF° PD MTR USG 6 WHL EA 205.80 HVOKS29294 LF 1 PD MTR USG 6 WHL EA 220.50 HWONN29194 LF 1-112"PD MTR USG 6 WHL EA 308.70 HWOPN29194 LF 2 PD MTR USG 6 WHL EA 406.70 EA 300 EA 48646 SP-MIAEZMAINT-SW5 ANNUAL MAINTENANCE(50001-100000) EA 2500.00 SP-MAHRMOBILE-KIT HOT ROD MOBILE AMR KIT" EA 8000.00 SP-MAHRMAINTSTREE 'ANNUAL.STREET MACHINE MAINTENANCE EA 1000.00 SP-MAHRSTREET•KIT STREET MACHINE KIT EA 4400.00 SP-METER-TEST-SM 3/4"METER TESTING EA 60.00 SP-METER-TEST-SMG 1"METER TESTING EA 60.00 SP-METER-TEST-MED 1-1/7 METER TESTING EA 115.00 SP-METER-TEST-MEDK 2"METER TESTING EA 115.00 SP-MD35PDC/D REPLACEMENT TRANSLATOR REGISTER EA 140.00 ■� HQ9NS20394 1-1/2 MVR100 MTR W/SI&FE EA 308.70 HQ9PS20394 2 MVR160 MTR W/SI&FE EA 406.70 22%OFF CURRENT LIST PRICE PARTS LIST FOR ALL METERS AND AMR PARTS *Startup cost includes: • (1) Street Machine Mobile Receiver,Vehicle Antenna,all necessary cables • (1)Pit Stop Diagnostic Handheld • EZ Reader Route Management Software • P7 Mobile Collection Software • Microsoft MapPoint • EZ Profiler Data Logging Software • (3) days of on-site training for County personnel provided by Mueller System Implementation Specialist • MVRS Interface Note: • Annual Maintenance Agreement is per Street Machine • • Annual Maintenance and Licensing Agreements will be billed directly to the County by Mueller Systems €1) Packet Page-2366- _ 9/9/2014 16.E.9.S 1 GA, ; ..........., i Collier County Public Utilities Division • ; , Corinne B.Trtan 3301 E.Tamiami Trail,Bldg..H I Office:(239)252-4233 1 Naples,FL 34112 i Cell:(239)877-8288 i May 8, 2014 1 Ronald E.Benson,Jr.,Ph.D., P.E. Hale Montes,Inc. a 1 950 Encore Way Naples,Fl 34110 RE: Zero Dollar Contract Change Notification,Change#1 y Contract#11-5782"Wastewater Basin Analyses" Project#70043,70044,70046,'70050 I 4 Purchase Order#4500140815 Dear Dr.Benson: i. By copy of this letter,the above referenced contract is being issued a zero dollar($0.00)change as indicated i below: 1 'i ❑The above referenced contract time is hereby extended iir Number of days calendar days.The previous; total number of project completion days was Number of dais. The previous final completion date was date.' The new substantial completion date shall be .`'The ew final completion date shall be on or before date. Note:Time extensions cannot exceed 20% 1 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 resuMM,ng 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. to EAdditional Staffing Categories: Name Professional Position(s) Associated Hourly Rate(s):Hourly Rate(s) QDraw against Allowance(specify allowance item and identify, specific items and quantities) I MOther:After discussions with the County and consultants,additional services were needed under Task 3 and the remaining budgets for Tasks 5 and 7 will be adequate for completion. SEE ATTACHED BUDGET RE-ALLOCATION LETTER FROM THE CONSULTANT (minor adjustments/clarifications • to scope,existing task allocation and quantity adjustmentsa re-allocation of dollar amounts between existing tasks andJor clarification of existing tasks) Sincerely, i ,r" ., . f .:•,..f,.'t 1 h Caxinne B.Trtan Project Manager 4 Brenda Brilhaz Procu erne Strategist.Purchasing De artment Approval: i�r ....-.... Date: 5-'1 1'{ 4 C: Bonnie Baer, Clerk's Finance Division 1 1 n 1 Packet Page-2367- 9/9/2014 16.E9. 1 t f . JA HOLE MONTES a 950 encore Way•Naples,Fiorida 34't10•Phonar 9.254.2000•Fax 239.254.2M December 18,2013 , Craig Pajer,P.E. Principal Project Manager J Collier County FUEL) 1 3339 Tatniaini Trail East Sulte 339 .. is Naples,FL 34112 1 RE: BUDGET REALLOCATION 1 i ', WA1'LWA' 'Ltt BASIN PROJECT i S' 1 COUNTY P.O.4500140815 i 1 H11 File No.2012.015 1 i Dear Craig: We are requesting a re-allocation of budgets for the gore and material tasks identified below, This reallocation is to provide additional services forlfask 3 as requested by the County. The remaining budgets for Tasks 5 and 7 shouldbeAcieslwroi to complete these tasks. Client Revision to Revised Task Item Buiget Budget Bucket 3 Rehabilitation of Clay Pipe&T +terals $50,10.00 $60,090.00 $110,090.00 5 Rehab ofMPS 308,309&305 $650;000.00 ($15,570,00) $634,430,00 1 7 Rehab of Level'3 PS 430,10.00 ($44520.00) $385,480.00 Total $1,13 000.00 $0.00 $1,130,000.00 Please call if you have any questions. Thank you. Sincerely yams, i HOLE MONTES,INC. 1 Ronald E.Benson,Jr.,Ph.D.,P.E. Senior Vice President/Principal .i.4,-,.., cc: Corinne Trtan,Collier County Agge Sipos,Hole Montes i 1 I s Ff r2Ol2\20J20t51EWcC Coacsponticalcc4C1 Mau Cmrspm3deued12013.1214,CP-B tret iteRlbcai 1Ir HCP•doc 1 Naples•fort tapirs I .. . 1 i. t Packet Page-2368- 9/9/2014 16.E.9. ColtrC:os�q► Purchasing Department Puchasir o Chanrge_Modificatlon Form ►.'l Contract Change Request 0 Work Order Modification Contract d: 14- Change*: 1 PO/Work Order*:45- ✓ Project Name:Naples Beach �.. 6256 151465 Renourishment ;Pro *:195- Project Manager.Gary Department Coastal Zone ContractorfFirm Name:Atkins North McAlpin Management America,inc. Original ContractANork Order Amount $ 105,204.00 ` 6110/14 Original BCC Approval Date;Agenda Item* Current BCC Approved Amount $ 105,204.00 16A18 Last BCC Approval Date;Agenda Item S Current ContractlWork Order Amount $ 105,204.00 i SAP Contract Expiration Date(Master) Dollar Amount of this Change $0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $105,204.00 f 0.00% Change from Current BCC Approved Amount Cumulative Changes $0.00 0.00% Change from Current Amount Completion Date,Demur of the Teek(s)Change,and Rationale north Change Original completion date: Last approved completion date: Revised completion date(includes this /' September 8,2014 ✓ September 8,2014 change):Jauuary 1,2015 ✓ Number of days added: 115 Each step on the contract modification chedtltst form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager) 0 Add new task(s) 0 Change task(s) ❑Delete task(s) El Other(specify): 1. Provide a detailed and specific explanation of the requested changes)to the testicle)elm the additional ^. days added:Add 115 days to contract. No increase in cost. Provide detailed rationale for the requested change:Atkins is still crocking with the County to secure the Notice-to- Proceed,for the project from FDEP and bid the sand placement portion of the worts. 3. Provide explanation why change was not anticipated in original scope of work:FDEP has not been able to meet and discuss the project. 4. Describe the impact if this change is not processed:Atkins will not be able to support the County through the bidding process. • Type of Change l Modification 0 1.Planned/Elective 0 2.Unforeseen conditions/circumstance 0 3.Quantity or price adjustment 0 4.Correction of error(s) _ 0 5.Value added El 8.Schedule adjustment Change Requested By ®Contractor/Consultant 0 Owner 0 Using Department 0 Design Professional 0 Regulatory Agency(specify): Wither(spell ): Purchasing Professional Participated.in Negotiation of Change l Modification: Yes E No Approved by ja Date: eilizoete Name and.Title. Gary poi,CZIAL77riager Reviewed by: Date: 08/21/2014 MJ• '- . idamnoKhnlp@[ollkrgpyn Procurement Strategists Name:Adam Northrup �` -a` i p �'°` '�r----�� 2014.08.21 •1 03827-041XY Remised:5/16A2 1 Packet Page-2369- 9/9/2014 16.E.9. ATKINS Atkins tenth America,inc. ■•". 4630 W.Boy Scout Blvd, Suite 700 Tampa.Fl 33607 TN: (813)281-7589 Project No.: 700040392 Direct no: (772)633-5300 Mr.Gary McAipin tnbgagttnegtabat.com 2800 N. Horseshoe Dr. www.atkinsglobalzoininorthesnerics Naples, FL 34104 August 20,2014 Collier County Naples Beach Nourishment Project—Request for Change Order#1 , Dear Mr.McAlpin, Atkins would like to request a zero dollar change order at this time to extend the project completion date for the Naples Nourishment Project to January 1,2015.This 115 day extension will allow Atkins to continue to support the County through the acquisition of the Notice-To-Proceed from FDEP,provide bidding services for sand placement,and oversee construction as the Engineer-of-Record.To date, FDEP has not been able to review the project and contractor bids will be coming in September.With construction set to be complete In December 2014,extending the date to January 1,2015 will allow Atkins to finalize post construction reporting and submit final documentation to the County and FDEP by this deadline. If you have any questions,please feel free to call me at(813)281-7689. Sincerely, 19 r" I'j".& n i Bryan Flynn, P.E. Project Manager Enclosure File:100040392 �1110M//O r11Q�EH1110 F LKQNMQ MU 10 Packet Page-2370- 9/9/2014 16.E.9. Ced r _county Ac n ai a Services Division Purchasing Department i n4 Change Modification Form D Contract Change Request Work Order Modification Contract#:12-5862'i1 Change#: 1 PO/Work Order#: ProjectName:J&C Boulevard Phase 4500150712 �"` IlJ Outfall Drainage Improvements Project#:60182 Project Manager: Department Transportation Contractor!Firrn Name: Quality Julio F. Ordonez Engineering Enterprises USA. Inc. Original-Contract!%Nork Order Amount $ p 728;'983 _ Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ NIA N -= Last BCC Approval Date;Agenda Item Current Contract/Work Order Amount ffi` ='F72,8,°9Z33.30. cTfii f r5" SAP Contract Expiration Date(Master) Dollar Amount of this Change ° .-x=2633 00) -2.04% Total Change from Original Amount Revised Contract/Work Order Total $126,350.30 /A. Change from Current BCC Approved Amount Cumulative Changes ($2,633.00) -2.04%] Change from Current Amount Completion Date,Description of the Tasks)Change,and Rationale forthe Change Original completion date: August Last approved completion date: Revised completion date (includes this 315' 2014 August 3151,2014 change):August 31 e, 2014 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) E Add new task(s) ( {Change task(s) Delete task(s) D Other s ec ( p dy): 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added: 1.1 Add new tasks: a) Removal of soil cement. b) Locate Force Main, adjust piping and structures(to be paid by Waste Water Department). c) Breakout head wall at Force Main (to be paid by Waste Water Department). d) Remove concrete slab at hidden MES&fix existing utilities(including rental equipment). e)Set new structure with lid&barrier wall (including material and delivery of items). f) Installation of top slap at Structure 105 with 18"& 15"piping(including materials). g)Installation of limerock base&prime in lieu of asphalt(including 6 loads Hmerock&trucking and priming) 1.2 Change the following tasks: a) Reduce 40%.of swaie restoration. b) Reduce 24 linear feet of Concrete Curb and Guardrail_Restoration. 1.3 Delete the following taks: a) Desilting of pipe. b) Utility Adjustments. c) Force Main Deflection. d) Pavement Restoration. 2. Provide detailed rationale for the requested change: 2.1 Added tasks: a) Remove the soil-cement sub-grade for the contractor to be able to dig the trench for drainage work as shown in ABB's plans. b) Determine the exact location of the existing force main in order to protect it and ensure its integrity during the construction of the drainage pipes. Revised 5.16.12 Packet Page-2371- 9/9/201416.E.9. c) Protect the existing force main which has a concrete thrust block at the 90-degree bent integrated with the headwall. d)Construction of the 30" ' n pipe as shown in ABB s plans. e)Reconstruction of the roadway with temporary material in lieu of the black base shown in ABB's plans.Traffic Operations will design in-house a roadway project to improve the return radius at the southwest corner of the Pine Air Lakes rear access road/Corporation Boulevard intersection. The existing radius is approximately 25' which is not adequate for larger vehicles(trucks) using the road; a larger radius is needed as the existing right- of-way allows it f) Construction of the 30" pipe as shown in ABB's plans and a new 29"x45" elliptical pipe to match the existing one at the existing junction box at the south end of the Pine Air Lakes rear access road.Also,the new manhole will be used to overcome minor adjustment with existing utilities(telephone, power and water lines). g) Facilitate the roadway improvements at the southwest corner of the Pine Air Lakes rear access road/Corporation Boulevard intersection,to be done by the County after the completion of this project. h) Improve drainage and facilitate the roadway improvements at the southwest corner of the Pine Air Lakes rear access road/Corporation Boulevard intersection by re-grading the entire area. 2.2 Changed tasks:The reduction of the Swale.restoration(40%)Reduce 24 liner feet of Concrete Curb and Guardrail Restoration. 2.3 Deleted tasks: Desilting of pipe, Utility Adjustments, Force Main Deflection and Pavement Restoration, are work items in the Purchase Order that were not used during the construction of the project. 3. Provide explanation why change was not anticipated in original scope of work: Location of existing utilities were not accurately identified by utility owners neither during the design phase nor the construction process. Many existing utility lines found during construction were not identified/properly located. Each particular Situation was dealt with as the contractor were uncovering the conflicts while carefully excavating for the storm pipe construction. Also, the soil cement base found all along the project limits is an unusual application within the urban area of Collier County;.it is rarely used in rural areas. 4. Describe the impact If this change is not processed: Improvements to the drainage system on approximately 29 acres of the Pine Ridge Industrial Park north of the Pine Air Lakes Development, between Corporation Boulevard and J&C Boulevard, would have not been made. Several businesses in the area have been and would have continued to experience severe flooding during summer showers if the improvements to the drainage outfall of this area were not done. Some of the changes made at the corner of the driveway at Corporation Boulevard will facilitate roadway improvements planned to take place after the completion and acceptance of the drainage improvement project. All of these changes are adding value to the improvements of the overall area of the industrial park. C � � �,]f�1e� ilange �Mlti�i � K qY �• ❑ 1. Planned/Elective 2. Unforeseen ❑3.Quantity or price adjustment conditions/circumstance ❑4.Correction of error(s) O 5.Value added ❑6. Schedule adjustment Chaoge Requested y ' ' ,.. � , ®Contractor/Consultant ❑Owner ® Using rtment ❑Design Professional ❑Regulatory.Agency(speciify): ❑Other(specify): Purchasing Professional Participated in Negotiation of Change/Modification: ❑Yes ® No Approved by: ! �, �_ Date: Z _ f�, Name and Title:Julio F. 0,‘• /�_.#* R� +- • '^ Manager - ' Reviewed by: 4 ' j e /e �f Date: 2r/5-7/ Procurement Strategist's Name: welynW iofori Revised 5.16,12 Packet Page-2372- '71 9/9/2014 16.E.9.- Co ler Cminty Coastal Zone Management Growth Management Division Natural Resource Department 2800 N.Horseshoe Drive Naples,Fl.34104 June 17,2014 Lou Gaudio,Vice President Project Management Quality Enterprises, USA,Inc. 3894 Mannix Dr.Ste 216 Naples,Fl. 34114 RE: Zero Dollar Contract Change Notification#1 Contract#08-5011 -118 Pine Ridge Replacement Egret lake to West Avenue Project#60126 Work Order/Purchase Order#45-150558 Dear Lou Gaudio: By copy of this letter, the,above referenced work order is being issued a zero dollar($0.00)change as indicated below: DThe above referenced work order time is hereby extended by 0 calendar days. The original number of project completion days was . The new completion date shall be on or before. Note: Time extensions cannot exceed 20% .-- By extending this work order,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 work order. QAdditional Staffing Categories Professional Position(s) Hourly Rate(s) DDraw against Allowance (specify allowance item and identify specific items and quantities) Other Decrease line item#19(Miscellaneous Contingencies Allowance) by$2,194.50 leaving a j balance of$7,805.50,and Increase line item#16(Landscaping&Miscellaneous Clearing)by $2,194.50 increasing the balance to V9,214.50. Sincerely, erryman, , Project Manager Adam Northrup, ' `s..ent Strate - -'ur =:'.• I epartment Approval -- / Date: (9(( 5' ,V C: Ronnie Baer, Clerk's Finance Division I' ,( t Packet Page-2373- 9/9/2014 16.E.9. QUATY L December 13,2013 Clint L Perryman,CGC Project Manager Collier County Coastal Zone Management Natural Resource Department Growth Management Division 2800 N.Horseshoe Drive Naples,FL 34104 Re: Egret Lake Stormwater Interconnect Mr.Perryman, The following is a summary of charges for the additional landscaping as requested: Palm Coast Landscaping-$1,995.00 QE10%MU-$199.50 Total-$2,194.50 Please contact me directly should you require additional information. Sincere! urs, Louis J.Gaudio Vice President • we ik,tem court 3654 Memos Drive.Site 216 Chesapeake.VA 23320 Nap*,FL 34114-5406 (757)541343000 (234)435.7200 Fa(757):5464800 Fax(234)435.7202 UPI cSCA57241 Packet Page-2374- I