Loading...
Agenda 11/18/2014 Item # 16E1111 /18/2014 16. E.11. 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 report of Administrative Change Orders covers the period of September 29, 2014 to October 30, 2014. FISCAL IMPACT: The net total for 5 changes to contracts is a deductive $122,396.98. There are no changes to work orders to report this month. 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 ratifies the listed change orders. PREPARED BY: Diana De Leon, CPPB, Contracts Technician, Purchasing Department Packet Page -1860- 11 /18/2014 16. E.11. COLLIER COUNTY Board of County Commissioners Item Number: 16.16. E. 16, E. 11. Item Summary: Recommendation to accept reports and ratify staff - approved change orders and changes to work orders. Meeting Date: 11/18/2014 Prepared By Name: DeLeonDiana Title: Contracts Technician, Purchasing & General Services 11/3/2014 2:35:03 PM Submitted by Title: Contracts Technician, Purchasing & General Services Name: DeLeonDiana H /3/2014 2:35:04 PM Approved By Name: pochopinpat Title: Administrative Assistant, Administrative Services Division Date: 11/3/2014 2:57:13 PM Name: MarkiewiczJoanne Title: Director - Purchasing /General Services, Purchasing & General Services Date: 11 /4/2014 9:47:18 AM Name: PriceLen Title: Administrator - Administrative Services, Administrative Services Division Date: 11/4/2014 l 0:22:32 AM Name: KlatzkowJeff Title: County Attorney, Date: 11/4/2014 10:32:39 AM Name: KimbleSherry Packet Page -1861- 11 /18/2014 16. E.11. Title: Management/Budget Analyst, Senior, Office of Management & Budget Date: 11 /4/2014 11:02:59 AM Name: OchsLeo Title: County Manager, County Managers Office Date: 1 l /6/2014 3:41:34 PM Packet Page -1862- V W m O e o° o m a m o O II C m N a C o a(o N � d « C C v II O N L_ O O f m � ` 9 d C d lE6 V O 0 C) C 0 U c m rn O m O) t C Co (o O N .9 O x O m > O Cm c N O v9 O T 3 > m rn m j t w 7 6 0 f� II m c O N w O Co il'i � m m (q o d L U a E o N fA m w ° a o z= U E m Q (J v o ti N m C O1 C O O Co v CD at Co a iu e O V N to C m _N L N d O) L (H uV C a m L N N O U m O C C C d m m N d d p rl - c ;C - —m o II 01 C C o O o m U U L L 9 U O N p N m rn O m N T O y a m m z OC tm d C II O W C o _ (0 C L N U o i] 2 0) L O > m O _ C O c 0 0 C C O .�. N O ti E o o°, °° E ' m ° 8 M X d d CU E m C O` �' L a� U II ') O o m m II a m ) UEw LUs �UQ w o N m C �- ° R a�i O ° 17 w ; O f0 w It O d w U r W � C m o a m o' °° r a > L O N a m E ° m 0 m C c OQ M a) d U w L U > > > O o t O o c�- c « d d O °° d y > c C 7 4 O G > N E O N M m a o 0 0 m Q U m U N m cc oo U N O� Lo o i� N O O m 699 U H C w U a 0 _ W Ir °o 'a c ° a rn w c o w o (o a v c E 3 U w Omi ` N U m Io ui w of 2 v fA d Q O. C U m ° _ ° °0 c 4 v 0 m a co N Z 0 O. Q Q p m m o (°O y m (D Q � um9 E N w S d 'O m ob t O C N C U N j N d O) m N Q 3 3 Q >i u d C E- I- i7 -° Q o Q o d N C � c m C O � C O C y O U 2 ul C O C r E m E i m C °- m U C j m 2'i Q Q� Z m C (n C M C — o m U 8 E a m 6 ci O m Z Z Z Z "' E .0 _ z o N .- m d C m O1 C C d N d C m m O to C - U O O N d O d 3 Q M d >> d C m � ll') c y m d° N c 'C N y cc E > a` v U a` on�U�Q - Z: L) ui t OM U U a ci C m ci tm C d co oU m �5U O u o (n U m W tt o W n O d �O 3 O C 3 m r d d E o t t d « $ d Z = > O N O o M U II Y m 3 m « 0 d `m e E C U M O L U O � Co d U t d d « > O O Packet Page -1863- 11 /18/2014 16. E.11. o °o o m O e o° o m a m o O II C m N a C o d « C C v II O N L_ O O f m CN >i lE6 V O 0 C) C 0 U c m rn O m ; Co (o O N .9 O x O m > O Cm c N O v9 O T 3 > m rn m 1- U o d v C 0 69 ° Co. II m c O N w O Co Q y a N � m m (q m A N fA 211 C 0 O U m w ° d Cu C m o °o a m d E O d m v O O m (D d U 5 0 Np N � O ti N m C O1 C O O Co v CD at Co O O @ C 8 a OI to C m _N L N d O) L (H C a m L N N O U m O C C C d - - —m o II 01 C .2 O d C m U C (n m O II O O0 N O d N T O y a m m z 0 p OI C tm d C II O W d 7 _ (0 C L N C L (n 'C 0) L O > 3 o Q N N C d L T C C O .�. N O ti E 3 Cm O > N m m C O) E L O1 O d > - C m X d d CU E m C O` �' L a� U II ') O o m m II a m ) UEw LUs Q Um W �- ° R C d8 o v an d It m m U r C« 7 2 O r N W L O N a L N C C c a) d > m L U > > > O o O o TrZr Cott Adranistrahe Services Division Purchasing ✓ ® Contract Change Request 11 /18/2014 16. E. V Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: 12 -5931 Change #: 13 FINAL ✓ PO/Work Order #: / Project Name: Master Pumping Station ❑ 6. Schedule adjustment ❑ Regulatory Agency s eci ): 4500142945 312 Rehabilitation 'f Project #: 72549 Project Manager: Peter Department: PPMD �. Contractor /Firm Name: D. N. Hig_gjns Procurement StrgLsgist's Name: Swainson Hall Schalt, PMP I ✓ Original Contract/Work Order Amount �/ $ 5,961,000.00 v 2/12/13 11A Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 5,961,000.00 ✓ 7/8/14 16C4 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 5,961,000.00 121212014 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 123,109.08 -2.07% Total Change from Original Amount Revised Contract/Work Order Total ✓ 1 $ 5,837.890.92 -2.07% Change from Current BCC Approved Amount Cumulative Changes $ 123,109.08 -2.07% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: 3/27/14 Last approved completion date: Revised completion date (includes this 1212/14 change): 12 /2/14 ✓ Number of days added: 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) El Delete task(s) 2 Other (specify): Reduce the contract amount by the unused allowance monies to close out the contract 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the additional days added: The contract successfully reached substantial completion on March 6, 2014 and the final punchlist items were completed August 29, 2014. The contract contained an allowance for unforeseen conditions in the amount of $503,300.00. This change order reduces the overall contract amount by the unused /unneeded allowance funds in the amount of - r($123,109.08) and returns the funds back to the County project budget. This will allow final payment to the contractor for services rendered. 2. Provide detailed rationale for the requested change: This will allow project close out, the ability to return funds back to the County project budget and will allow final payment to the contractor. 3. Provide explanation why change was not anticipated in original scope of work: Prior to starting construction, it is impossible to anticipate unforeseen conditions. Through active and efficient project management and value engineering, it was possible to not utilize all of the approved allowance funds, and also made it possible to return the saved funds back to the County project budget for an overall under budget project completion. 4. Describe the impact if this change is not processed: The unused funds could not be returned to the project budget and the contractor could not receive final payment for services rendered. Type of Change / Modification _❑ 1. Planned / Elective ® 2. Unforeseen conditions /circumstance ® 3. Quantity or price adjustment ❑ 4. Correction of errors 5. Value added ❑ 6. Schedule adjustment Change Requested By ® Contractor /Consultant Z Owner ! © Using Department Q Design Professional ❑ Regulatory Agency s eci ): ! ❑ Other (specify): Purchasing Professional Participated in Neootiation of Chanoe / Modification: ® Yes ❑ No Approved by: / Date* I1 rCJ Name and Title: Tarp Chmelik, P.E., PMP, PPMD Director Reviewed by: Date: k ' — Procurement StrgLsgist's Name: Swainson Hall I ( ' Packet Page -1864- Revised: 7/26113 11 /18/2014 16. E.11. ', COLLIER COUNTY MPS 312 REHAB CHANGE ORDER NO. 13 — SUMMARY September 12, 2014 ITEM NO. 1 — Scrivener's Error Correction Provide for adjustment of the Allowance Balance due to a typographical error on Change Order No. 10 and No. 12. Reduced remaining Allowance balance in Change Notification No. 10 from $235,483.35 to $233,971.35. Reduced Remaining balance in Change Notification No. 12 from $143,023.58 to $141,511.58. No Time Change No Dollar Change ITEM NO.2 — Allowance Reconciliation for Overtime Inspection Reimbursement Overtime inspection charges to be reimbursed by Contractor to Owner = $24,225.00. Therefore, a corrected reimbursement to Owner of $24;225.00* will reconcile the contract. No Time Change Reimbursement: 524,225.00 ITEM NO.3 — Allowance Reconciliation Provide for close -out of the remaining Allowance Amount of $123,109.08. (Credit back to Collier County for unused AIlowance Funds) 'o Time Change Deduct from Overall Contract: $123,109.08 *As part of the Master Pump Station 312 rehabilitation project, the entire incoming sewer flow was required to be bypass pumped in order for the construction to be completed. The original project schedule showed the bypass pumping being completed by 3/27/14. However, due to unforeseen conditions beyond the control of the contractor, the bypass pumping system had to remain online for an additional 39 days. The initial estimates of total bypass pumping costs fi-om the contractor were based on a daily pumping cost of approximately $4,000 per day as mentioned in the DN Higgins letter dated February 21, 2014. This preliminary estimate equated to approximately $156,000 of potential additional charges towards the project. As the bypass pumping was in operation, additional unforeseen conditions were discovered that were beyond the contractor's control including manufacturing delays associated with the MCC's, changes to the Contract Document specified underground fuel line piping, and additional installation coordination with Collier County concerning the offsite fiber optic communication systems. In an effort to regain the construction schedule, the contractor chose to work beyond 40 hours a week on an overtime basis. This overtime work was necessary in some cases to be conducted at night due to liggm.locallfiles\ Engineering \PROJ -ENG \C \CCU 131108CDocs \Ol Bidding- Addenda- COs - Corr \CO # 13 Summary 9- 2014.docx Packet Page -1865- 11/18/2014 16. E.11. ,, permitting requirements as well as construction considerations (For Example: Lower s--wcr flows, cooler temperatures for concrete pours, and less required traffic coordination for large concrete pours). Overtime inspections were required in order to properly document the construction that was occurring during these time periods. Total overtime inspection costs that were accrued equated to $42,627.50 (501.5 hours of overtime inspections X $851hour = $42,627.50). As the Construction was nearing completion, the Collier County project management team, Collier County Public Utilities, and the Contractor entered into negotiations concerning the sewage bypass pumping costs. As a result of these negotiations, the Collier County project management team was able to reduce the bypass pumping costs to $92,459.97. This was an approximate project cost savings of $63,540.03. Additionally the Collier County project management team with Collier County Purchasing Department approval, entered into a mutual understanding with the contractor. The understanding was that the contractor would pay for overtime inspection costs up to the actual substantial completion due to the unforeseen conditions beyond their control. The Collier County overtime inspection reimbursement equaled $24,225.00 (285 hours x $85.00/hour = $24,225.00). Collier County agreed to pay the remaining overtime inspection costs which equaled $18,402.50 (216.5 hours x $85.00/hour = $18,402.50). The net result was a cost savings to Collier County of approximately $45,137.53 ($63,540.03 - $18,402.50 = $45,137.53). \\ggm.locaP,files'',Engineering\ PRO- i- ENG\C \CCU131\0SCQoes \O1Bidding- Addenda- COs- Cerr\COtt13 Summary 9- 2014.docx Packet Page -1866- 11/18/2014 16.E.11., COM Couxty V = t,iiri s mme Serooes Dmslori Purchasing Department Purchasing Change Modification Form Z Contract Change Request (J Work Order Modification Contract #: 12- Change #: #4 POlWork Order #: Project Name: MKY Runwy 17 -35 58$5 14500141537 _Rehab Engineering During Constructic i Project #: 33301 Project Manager. Robert 1 Department: Airport Contractor /Firm Name: Hole Montes, Tweedie _ Authority Inc. Original Contract/Work Order Amount $ 660,000;00 ' 10..122/13 14A2 Original RCC Approval Date; Agenda Item # Current BCC Approved Amount $ 1,222,656.00 10/22113 14A2 Last BCC Approval Date; Agenda Item # Current Contract/INork Order Amount $ 1,222,656.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change ($60,000.00) Total Change from Original Amount Revised Contract/VVork Order Total E $1,162,656.00 _76.16°:0 -4.91% Change from Current BCC Approved Amour Cumulative Changes $502,656.00 ! - 4.9106 Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: NIA Last approved completior date: WA I Revised completion date: N/A ' � I Number of days added. Nl�E80c n the contract mo dification checklist form has been reviewed prior to me or approval (this box must be initialed by Project Manager) j ! LJ Add new task(s) i ❑ Change task(s) ' Delete task(s) - Other (specify): Reduce contract -- _ amount for Tasks 1 and 2. 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) andfor the additional days added: Reduce contract amount for tasks 1 and 2 of Amenoment 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 insepction costs were less than initially anticipated. 4. Describe the impact if this change is not processed: Airport Authorty will have to complete other items eligible under the current grants at a later date possibly at a hiqher cost and without grant funding. 1 1. Planned / Elective 4. Correction of errors I? Contractor /Consultant Desion Professional Purchasinq Professional P Aopraved by y-""� r`. R-3—me a 1bert- f Re, sewed bv: Procurement Strategist Type of Change / Modification 2 Unforeseen conditions/circumsta e Quantity or 5. Value added _ I 1 6. Schedule a Owner Re uiato �d in Nec yn Colon Change Requested By -- 4rI Using Decartme (s eci I! Other s ecify 1 of Chance / Modification: x Yes —7. No Manager Packet Page -1867- Date' Date: C Revised: 511 fit 12 1 - 11 /18/2014 16. E.11. EXHIBIT 1 Contract 12 -5895 "Design & Related Services for the Marco Island Executive Airport (MKY) Runway 17 -15 Rehabilitation Project" Replace Schedule B — Basis of Compensation (Phase 11), Section 2. Compensation to Consultant, paragraph B.2.1 of the above reference Contract Amendment with the following: SCHEDULE BASIS OF COMENSATION 2. COMPENSATION TO CONSULTANT 8.2.1 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 1 Construction Administration 2. Construction Inspection 3. Miscellaneous Services TOTAL FEE (TOTAL ltems 1 -3 PREVIOUS NOT TO EXCEED AMOUNT 1 Packet Page -1868- CURRENT NOT TO EXCEED AMOUNT 157, 595 187.439 b�ZbrG7'py Cater Camay ,`dmi Serum Division pum:h2slria - El Contract Change Re Contract #: 13- Change #: 5 6123 Project #: 33301 Project Manager: Robert Tweedie 11 /18/2014 16. E.11. -- Purchasing Department Change Modification Form ❑ Work Order Modification PO/Work Order #: Project Name: MKY Runway /Apron 4500148682 Rehabilitation Construction Department: Airport contractor /Firm Name: Owen Ames Authority , Kimball Construction or er Amount 3.28 10 -22 -13 14A2 Original BCC Approval ©ate; Agenda Item # Current BCC Approved Amount $5,686;.643.28 10 -22 -13 14A.2 Last BCC Approval Date; Agenda Item # Current ContractlWork Order Amount $5,685,685.49 ` days added: Alteniate ;�1 - Add !2,531 S.Y of item T- 904 -5.1, Soddina: Alternate '2 - Add 2.69424 S.Y. of item SAP Contract Expiration Date (Master) Dollar Amount of this Change $60,712.10 1.05% Total Change from Original Amount Revised Contract(Work Order Total $5,746,397.59 1.05% Change from Current BCC Approved Amours Cumulative Changes $59,754.31 1.07% Change from Current Amount Completion Date, Description of the Tasks) Change, and Rationale for the Change Original completion date: 6 -28 -14 I Last approved completion date: 10- 1 Revised completion date (includes this 11 -14 Project is currently suspended change): 10 -21 -14 Number of days added: 10 Each step on the con trac ., ' cation checklist form has been reviewed prior to me submittin fora roval (this box must be initialed by Proiect Manager) Add new task(s) 1 E Change task(s) elete task(s) E Other (specify): Adiusnnent of ouanthies. detailed 1. Provide a ailed and specific explanation of the requested changes) to the task(s) andlor the additional days added: Alteniate ;�1 - Add !2,531 S.Y of item T- 904 -5.1, Soddina: Alternate '2 - Add 2.69424 S.Y. of item 5.1.. RipRap with Filter Fabric; Alternate 143 - Add 8.368 S.Y of item P- 152 -4.5, Borrow Excavation, i 2. Provide detailed rationale for the requested change: Additional borrow- excavation (fill) is required to brine area west of aircraft apron to proper grade. Due to heavy rains, additional protection for the adjacent wetlands, using sod and riprap is necessary. 3. Provide explanation why change was not anticipated in original scope of work: The project called for the placement of borrow excavation in an area west of aircraft apron, which was previously a vegetated wetland. The c:;isting soils were soft and compressible; therefore. an accurate determination of quantity could not be determined durin- design. It was anticipated that seeding and mulching would protect the site from erosion; however, due to heavy rains. additional protection for the adjacent wetlands. using sod and riprap is necessary. The cost for this additional work is offset bar reduction in Engineer's contract and no additional funds are required for the project. 4. Describe the impact if this change is not processed: Airport Authority will need to bring area west oi, aircraft apron to proffer grade and mitigate for the erosion at a later date. nossibk, a: z higher cost Uri'xithout <_'rant fundin". I Type of Change / Modification ❑ 1. Planned i E-lective j [ 2_llnfore5een conditions /circumstance E 31 Quantity or price adjustment [ [14. Correction of error(s) I ❑ 5. Value added 10 S. Schedule adjustment Change Requested By �E CortractariConsuitant I Owner _ L. Using Department !! .I Design Professional j ❑ Regulatory Agency 'specify): LJ Other specify): Purvhasinc Professi2n�articipated In Negotiation of Change / Modlffoatlo; �: �i Yes F_l No Approved by Date: !'t Name and;.xftie. o Tweedie, Arpott1Pr'5e:t.Manager Reviewed by: �%- Date: �� I ��`"�% c Procurement Strategist's Name: E'Y'elyn Colon j— - - -� -� Rev':Sed J. ! 6.12 _ _ Packet Pale -1869- C.OIr Admrlist a&-B Ser� f ishxl <sp> Pur,.hasing r7l r�nn+rnrt 11 /18/2014 16. E.11. Purchasing Department Change Modification Form 1 Contract Change #: 2 PO/Work Order #: Project Name: Construction for 13 -6134 4500149021 Intersection Improvements (SR 90) US '- 41, SWCR 951 8 SR 951 RRR Project #: Project Manager: Department: Contractor /Firm Name: 60116 Kevin Dugan Transportation Engineering Community Asphalt Original Contract/Work Order Amount $a- •20;6$9 000:1'2 10l8l1311A Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 206$9;ODOzi'C2 ;; Last BCC Approval Date; Agenda Item # Current ContractWork Order Amount SAP Contract Expiration Date (Master) Dollar Amount of this Change_ $Op 0.00% Total Change from Original Amount Revised Contract/Work Order Total $20,689,000.12 0.00% Change from Current BCC Approved Amount Cumulative Changes $0.00 OAO% Change from Current Amount Completion Date, Description`cf ihe'fask("hange, and'Rationale for the Change ' Original completion date: Last approved completion date: Revised completion September 21, 2015 September 28, 2015 October 10, 2015 Number of days added :Total of Each step on the contract modification checklist form has been reviewed prior to me days due to weather /Holiday Fourteen submitting for approvaf ---> (this box must be initialed by Project Manager) (14) Add new tasks Change tasks Delete task(s)--- Other (specify 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and/or the additional days added: _ a) Reduce Pay Item (715 -4013) & (715 - 4-113) combined amount of $53,062.58 on US 41 Lighting. b) Increase Pay Items (715 -1412) & (715 -19 -1) combined amount of $635.07 on US 41 Lighting. c) Add new Pay Items (715 -4-19 & 715 - 4-119) combined amount of $74,622.68 on US 41 Lighting for special design lighting. d) Payment for shaft size change on Signal Structure 2 -1 on RRR e) Payment to relocate existing pull box in conflict with Signal Pole 2 -3 on RRR f) Fourteen days (14) are being added to this contract for Holiday & Weather days per Standard Specification 8- 7.3.2. 2. Provide detailed rationale for the requested change: a, b, c) Design change to the lighting plans which occurred after contract award. d) This change is due to original design being in the bottom of the swale which is not acceptable to Collier County. e ) signal pull box that was installed by others and is 'in direct conflict with proposed signal pole #2 -3 3. Provide explanation why change was not anticipated in original scope of work: a, b, c) Due to existing field conditions. d) If constructed as plan would not meet Collier County specifications. e) Signal pole 2 -3 would not be able to be constructed in plan location. 4. Describe the impact if this change is not processed: at,b,c) Lighting could not be installed per plan due height restrictions. d } If constructed as plan would not meet Collier County specifications. d } Signal pole 2 -3 could not be installed. Type of Change ! Modification 1. Planned 1 Elective 2. Unforeseen conditionsicircumstance 3. Quanti or price adjustment 4. Correction of er'or(s 5. Value added I LJ 6. Schedule adjustment Change Requested By Contractor /Consultant Owner Usin De artment D Design Professional Epulatory Agency (s Other (specify). Purchasinp Profea2fo- nal Partici rated in Negotiation of Change /Modification: Yes El No Approved by, - Date: Name and Till - Duga(1 o'ect Ma ger Reviewed by:' Hats: Procurement Strategist's Fume: Evelyn Colon, Procurement Strategist Kevised: 511 &12 1 Packet Page -1870- ATKINS Mr. Kevin Dugan Project Manager Collier County 2885 Horseshoe Drive Suite 303 Naples, FL 34104 RE: Summary of Change Order # 2 11 /18/2014 16. E.11. !? Alm Nom Am&= kr_ 12268 Tamest TroEa L Uri 3M T9"tW eC +1239.3W-W Www.akbsalobat cpmhmrthameri`a October 2, 2014 RECEIVED OCT Q 9 2014 T.E. & C.M. Dept. Contract No: 13.5134 Collier County Project * 60116 Project Description: Intersection Capacity Improvements for (SR90 (US 41) SR/CR 951) and SR 951 3R Improvements. I� : r, The items below are inch in Change Order # 2 at a zero dollar ($0.00) change to the contract • Design change to the fighting plans which occurred after contract award. There Me existing FP- overhead power lines directly in confiict with nine (9) right poles along the West side of Collier Blvd. (SR 951). This change wit reduce lighting quantities from existing pay items 715 -4 -013 & 715 - 4-113, increase existing pay items 715 -14-12 8 715- 19-1 and create pay items 715 -4-19 & 715 - 4-118. The net Cost revision after pay Item reductionstcredils will be $22.195.17 which is available in the US 411SR 951 lighting Allowance. • There is a change to the shaft size on structure 2 -1 on the RRR portion of the project This grange is due to original design being in the bottom of the swale which is not acceptable to Cofer County. The cost of this Change is $690.00 which is available in the RRR Signaiiration allowance. • Relocation of signal putt box that was installed by others and is in direct ccmtUct with proposed signal pole #2 -3. The cost to relocate this pull box is $1,417.83 which is available in the RRR Signalization allovmnos. If you have any questions or concerns, please contact me at (239) 330 -3412. Sine , Kelly Adams Contract Support Specialist Packet Page -1871- Core t �1�tt AdMinistrative Services Division �- Purchasing Z Contract Change Request 11 /18/2014 16. E.11. Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: 13 -6151 Change #: 4 PO/Work Order #: Project Name: 93m and 94 Avenue Current BCC Approved Amount $ 4500148862 ✓ North Water Main Re lacement Project #: 71010.18 Project Manager: Diana Department: PPMD Contractor /Firm Name: ADJ Excavating Dollar Amount of this Change Dueri, PMP t/ 0.00 of Florida, Inc. ✓" Original Contract/Work Order Amount / $ 1,669,994.80 10/22/13 11A 'Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 1,669,994.80 - 10/22/13 19A Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 1,669,994.80 10/31/2014 -SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised ContractfWork Order Total �_$ 1,669,994.80 0.00% Change from Current BCC Approved Amount Cumulative Changes immediately at their ccst. 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 09/13/2014 ✓ 10/31/2014 ✓ change): 01123 /2015 ✓" Number of days added: 84 Each step on the contract modification checklist form has been reviewed prior to me __1 submitting for approval DCD (this box must be initialed by Project Manager) ❑ Add new task(s) ❑ Change task(s) i ❑ Delete task(s) 0 Other (specify): Additional time needed 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the additional days added: During the asphalt paving activity, the asphalt paving subcontractor did not perform to the standards expected for this project. Also, several driveways where damaged during the asphalt overlay. The subcontractor is beginning corrections immediately at their ccst. 2. Provide detailed rationale for the requested change: This additional time will give the contractor sufficient time to correct the errors for the asphalt and driveways. 3. Provide explanation why change was not anticipated in original scope of work: This was an unforeseen condition due to material, equipment, and asphalt application problems. Unforeseen conditions cannot be predicted in original scope of work. 4. Describe the impact if this change is not processed: The contractor would not have time to maize the necessary corrections and residents in Naples Park would be impacted. Type of Change / Modification ❑ 1. Planned / Eiective I E 4. Correction of error(s) I © 2. Unforeseen conditions /circumstance I ❑ c. Value added I ❑ 3. Quantity or price adiustment 1 Z 6. Schedule adiustment Change Requested By Contractor /Consultant ® Design Professional I Owner ❑ Regulatory Agency (specify): Z Using Department ❑ Other (specific): 1 Purchasing Professional Participated in Negotiation of Change / Modification ® Yes ❑ No Packet Page -1872- Revised. 7/26/13 1 Approved by: Date: 161, 11 /18/2014 16. E.11. Name and Title: om Chmelik, P.E., P P, PPMD [;;irector Reviewed by: Date: %p L3 Zvl �f Procurement Strategist's Name: " son Hall Revised: 7126/13 2 Packet Page -1873-