Loading...
Agenda 02/12/2013 Item #16E72/12/201316. E.7. EXECUTIVE SUMMARY Recommendation to accept reports and ratify staff- opproved change orders and changes to work orders. OBJECTIVE: To enable the Board to oversee the execution of administrative change orders and changes to work orders and promote accountability in the use of staff authority. CONSIDERATIONS: On April 22, 2003, the Board approved a recommendation to implement a plan to enable changes to BCC - approved contracts (Section XV.C, Collier County Purchasing Policy) of not greater than 10 percent of the current Board approved amount or $10,000 (whichever is greater) to be authorized by staff. Also included in the report are changes to Work Orders. These include work orders issued under CCNA Contracts that are less than or equal to $200,000 (Section VII.C, Collier County Purchasing Policy), and changes to work orders for all other contracts (Section XV.G, Collier County Purchasing Policy) that are not greater than 10 percent of the current Board Approved amount or $100,000 (whichever is greater). The Administrative report identifies the percentage changes to contracts or work orders that have occurred since the prior BCC approved amount which are below the threshold limits as referenced above. The plan calls for staff to submit a monthly report listing these change orders from the previous reporting period. Enclosed is the monthly report of the Administrative Change Orders and Administrative Changes to Work Orders. These reports cover the period of December 20, 2012 ^, to January 23, 2013. n FISCAL IMPACT: The total for 5 changes to contracts is $178.803.70. The total for 10 changes to work orders is $35.457.85. 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 enclosed Administrative Change Orders Report and Administrative Changes to Work Orders Report and ratifies the listed change orders and changes to work orders. PREPARED BY: Diana DeLeon, CPPB, Contracts Technician, Purchasing Department Packet Page -2089- 2/12/2013 16.E.7. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.7. Item Summary: Recommendation to accept reports and ratify staff - approved change orders and changes to work orders. Meeting Date: 2/12/2013 Prepared By Name: DeLeonDiana Title: Contracts Technician, Purchasing 1/25/2013 9:36:51 AM Submitted by Title: Contracts Technician, Purchasing Name: DeLeonDiana ^ 1/25/2013 9:36:53 AM Approved By Name: pochopinpat Title: Administrative Assistant,Facilities Management Date: 1/25/2013 10:16:08 AM Name: DeLeonDiana Title: Contracts Technician, Purchasing Date: 1/28/2013 8:19:48 AM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 1/28/2013 12:34:57 PM Name: Markiewiczloanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 1/28/2013 12:35:11 PM Name: PriceLen Packet Page -2090- Title: Administrator, Administrative Services Date: 1/28/2013 2:43:03 PM Name: KlatzkowJeff Title: County Attorney Date: 1/30/2013 9:17:17 AM Name: PryorCheryl Title: Management/ Budget Analyst, Senior,Office of Manag Date: 1/30/2013 9:37:36 AM Name: OchsLeo Title: County Manager Date: 1/31/2013 2:21:45 PM Packet Page -2091- 2/12/2013 16.E.7. M W N � N d a ,o > O m p C 7 0 sU p•E m U E m ¢ o v o V w v d O C U L L dp m UUOO e V N : O C E O ¢ U N C E V Q a N D C M O CL E m ¢ U U w � m 0 O w Ir K C C ` 7 N` O O E o ¢ LU U U w 0 n v 0 Co D Cl) a O M V R isCli Cei M N a c o O Co m O N a CL m m Z Q` -¢w Q � C `O m � C Gf CL O o a` O Z C; C zaz Z z v y Dp m d O6 O L O` > a U U a A m N m 0 V O >M d Ev z c m 110 C C O W •p �O 0 ~ 7 r E 22 m M E U� my1 N > � O Lo d N d I N ((p - O N dcoo UITa U N d' r E T c T A (D E H O m (0 N •O C .y O d l0 N d Y « E E E m C E -o d E d L O. rn N O N C U E a d « m N m O t- Co A V d O T mM Z c > O o e o c aDi tu a U 0 7 W O 0 « E O v M N M N O D 6-1 o c c� M C(p C O U N yg C M 0) N O O N D ai m C � m c_ L 3 O 01 C o Nw C N L W m N « N S `o C, 01 Q N C y w n. � O N N .0 N D « O_ N O O O N m C N (a M D 2 C c U 0 C 'O 7 N O � G O O w n N N E o 0 C d N N L y o W D v A a O y v y N Y1 (Cp d W E E c4 yy ¢ a U > F O co 01 C CD o U a c G V O) d O � mc `o N O « 0 N U W m .00 aDi Q l0 N L N N N C N �^ W O (n O d a C O o U O N T o >_ E Ci Q ¢ (D N N U « N 6 y c m � a W m 0 ° C LL o °o (D ' °- p LL U y�q C1 O N E o U c m O N Ci c Ci N W Co -7 o E p E m d D LL M L O ; N ¢ O • C Q E m o o c v � N IC 7 YQQ C i U W > N m yNy (p J C U (D L C N CD Y ; N d o � � • N � y O •C U far C W d (n (D U v o a D c o (D c o N -p� `D d E _ O N Z c N O CM C D Q > M m (nE ad st n rn rn -L TL aD C C C . O T D O Z o U F m x E o (6 O a U R � aci V d O m o a c _ m y d CM Packet Page -2092- e O O w O U ¢ m a O W O 0 d U 01 O O a O N W m � m L a d o g C l0 C O N N N C R N m rn y� c O N D) c N C m E Co o p N U Lo U m d N C 0 U C Q R H E t5 O U r W 2 c d H D_ U K C « U w T •00 C M0 O NN.. t D y c d •c C O T o a 'm C C W C C E w CD y D C G L L a at m O C O T D W C3, N (C6 N 7 O O- L d 0 p U. - U m U H M m c O (n L V O C m V Q 2/12/2013 16.E.7. 0 rn e Gi Ql 0 Co fn a Co Cli O 6s 0 (n Cli r M n O N 0 (ft C (p W N N Q N d H (0 U L O y Z C CM d O p U W C 2 d E U _� Z O tM 00 C •p O �� -0g� M N QQ' O N E o 0 U 'Dp N O C T M L p- a) _C U1 D C CM W U o c m N D a r t 'C f6 X - c y o E o T W E c N Q 0 `o v > W m ox Y L U U D O N m Yg C d i C d T « O W m D a m N N C m� N U N ¢ O _ N OI > C C O H X CD m m D N (0 y Cu N y t0 n; tz c E m p E 7 G G p m o O D N O U t � O L O Y O d O n p 3 t •a M ~ O1 CO y C W N N D U � lV0 O O C y _o a o U O N C OC N U d « p O O C C H a?E o 0 CL U E « D F (Di m ID 0 y � y N c a v L W . V d d O f`6 ` a m r m O C r D o > D a E Q W « Q 0 Co ti N R C O U r W c U O F dm M w e lCa U N^ L E U O m a "- m E 2z U- N = m e m O c U C U m y D � 7 CO) 0 O ` E N r O C 9 7 p) O O cca ic Q (=j O M 4! C 0 O E X340 H d' O a w m e c V O o V m n cr Q O Y of m c m 5 0` o U) ?� E w Q z 0 w r) 0 } LL } z 2 C a7 O. O o a` m W 0 x W O u Z y O C Z o � � d Y U t d Z Z Z p d C 0 > a U !0 a7 3 °7 0 0 a` 2 0 rn ao i o m m a e v rn � m N O a) O O) CD m � O fq �2 to r L E m N O N O W O � a) y O C C LO E m O O_ fV m m N N8 L_ a) C c o Q v m Z L_` a m y O' n? m 0 3Z o m CD LD N C o a) » >, m a) v M a) > v= > N O a) _ m m y a E W —SS J 0 S •U m - d �[ C m C m Q T a N Mb m C E C O O 7 U m Cl) W c Cl) a) U N O C O O O Lo C,4 r O m d Q Y aNi m O W O 7 N _ N m L m a o 3 of N N C X m yk m 2 ° - — o o)m o 3 07p m E cojr m o H)nUU H N_ d _ tm ~ C a3 m N_ CL1 'm0 co O a a d j 6 m � O 0 0 v e v O O O r to O c6 CD O LO m rn 63 Q Z 0 rn tO a L _N CO W N m C A m O N a O O 00 L N cn to o st O M m N C j E ciao N ma 3 L( O Q n U g U M 0 o � N C n 0 n w 3 0 O aa)) z 'm0 gO 3 a) O m rn a) m 0 a m m E c m 0 :y ET m c a) N N N d c m m o N 8E ami U m m .L.. O � U C m o 'o m d C a) D m O C C N N C cm C U E m 0 a) 3 .La) c O O Y � m > C 'O (D m N y 0 c O C m m a) a y m O1 C C m = C V N O 3 N m � � m 0 o 0 v Z Q 0 � c � o ' N CL E O a) Y CN CCL w N Q 0 b9 � N C � m co wco C v LO c E M m N m g m m C_ Cl) m m N C O Ui ; o M m to C �a L .0 d � v o N E E O N M � m O a) co m C cA v . ri o E O C `� N cn ° a Cl) N C >, 69 m C L 0 0 0 U o aa) L m O c E F y c C (D m CL - ac) D d m (D a .6 N � N m am) m � O c O W m x CD N M N a $ o N O O O N O a) O L 'd N LO o IT O M y a) 3 w . O 02 Q C m O > N O ' U ch a , c N EL O CO M d Z �2 E W � O O a c n m O m O m E _ O°Vaof m C IM ._ C m m a0 `O m C a o Z Z � m� acket Page -2093- e m vi c m m D 7 O m (D L a7 � N N — N w ift a) m Q O N M O aJ N C m 69 E CL Cb M � rn m n: 2 O N � w N m N C O �p M O rn o O co M a -O m O w .2 Y C1 C 'O N LL O w N = O O a) U a) N LL� �v E N N 'w U � M .a CD (OD O It U') M O c M_ O O fA m LL) N > y O O y O O N S Ifi O •O cca O C U O y m . m d O _ C y 0 m c m 2 L N a) y O O U (D 3 m m n - Q m rnzuE H c •N 4) a) O C m M V y tm m O a) Y m o z m m Z � > m O 2/12/2013 16.E.7. 0 O 6 a E m o a 0 c 0 , O N O 0 O C O a) co O N N o E O O C V) N >+ M � m CL c m m 0 O w 'o U Lq " m CL � m C _N N N m C LL 8 o QI a U z o `L tL F- YO C J O N O L LD °o o n y m O C C m N w C O 2 O D c E v O O a J O a y N C � O a) N w � m O � M Cf � lM M y Cl) N O M N U T N C Z? OD N O) K) O Z Cl) C m mY m 9 O 3 cn O m c m co O N O N c (V m w C M L C N c a`) CO F O w m a) tm a m o m n m m o' c o7� �Z N N C O m an d S m JC o m co L) J 1— (D a fa d ' C m a) M mm N cn o E o � m L L) > s O 3 0 (D C C 7 O) O O Y E U � w m � a a 0 0 O Y Q U 0 w H w O C a Q oa 40 Y 07 c m D 5 0 00 ?� x E O � � Q 2 U w � m ~ V C71 M � � O m D C. x W 0 tl z m Z n O v U O `m 3L1 )i (D m z Z z Z m d C d 4) o r 'o M > a U a 0 N to m Z � � w p o a` Z o N Mw a� a tcaUY o N L U C p O E O z' E E LL mo o m rn O m eca U E � Q E U m T d +r 9 � � O E O � O W 0 (D C C 7 O) O O Y E U � w m � a a 0 0 O Y Q U 0 w H w O C a Q oa 40 Y 07 c m D 5 0 00 ?� x E O � � Q 2 U w � m ~ V C71 M � � O m D C. x W 0 tl z m Z n O v U O `m 3L1 )i (D m z Z z Z m d C d 4) o r 'o M > a U a 0 N to m Z � � w p o a` Z o N e c O m p O M Z O M E b9 O GD O O a � Q E Z T E to O E o m tr co m M M M 3 o E c a o m Z U J C 7 � O- O > C O N > C F 0 �N O O N O Q O O C4 04 C o � U) 0) rri •y v O M O T Y O � c C 0 LuOi LO _ O m m m to f0 M > m 0) O N O L N S ER C 0 C E C C? Cf V m " rn L m m TO m Q U a Co N � C: m O O C m O C O .L.. m U a o � m ° 6 C_ fis <et Page - 2094 -u m a Q m m w C °o g LL ° a o U M 0 LL m n f6 . m 3 CL m c n m w m N m LL N .O c 0 5 m a o m �o a o ° N m > w O p a to m �2 c� a_0i a°i O C 69 C m _C m L L C O N m C J y O o o tm C c E m a c m m a� E D i o t o Y a m CL CL � 0 3 a o 0 w y o c f6 O m O m w I T M m I 'o O O � � Y C CD 3 m O to CO) N t00 m M O U N 0 N N _ t O N O N N ° m nM o °otn m M C 'O V O M O O m Y m O N m (CO C N m J o �_ Q rn C M C m O m U m C CV O � (n Gt 0 C) N ° US m I - ° c Q m W .V W m N 01 'm�0 c m 0 L L O Z5 O Q to a> � J O O d) m� m e a Z g� mLL. mNmc 0 cm O0m� o 'o -Um• H cn U i` -iiN H m Q°t`Uyd F- M m ai m m C N C M m m v a M Z m v O E o dU) U 3 � L o w m d CD U `o > L 0 3 Pac e 0 C S m E p •c O L C Y m o m O t to t0 m o M tvj C M O U3. m �E7 U m O L ci 0 r2 0 M O O rn O U m fA O a Ci p C p m m O m 0 to E fV N N Z O o E 0 °v_ a ao rn tm c N m o z o 0 O c ° •T o m o Z o :3 a m co T I m CO T m m m Y C J m � a Y t0 r � N � 04 00 L9 N ro LO O M m m C/) 'm6 C C ? 'm C1 at5 ot3 a _ °' O M f6 m m - O tm c E Q to U U 2/12/2013 16.E.7. e p N 0 o =_ a a' m w a o O O y 0 0 E ro oa Cd U N > M-O. n O m m O L 0 6% v O C C) o m CD m N C M m o m .0 vs m E cn 0 °o E m M C o � L cL T O m tm '9 O c (M m m c g m m d `O L CL .6 .m L) U m C m O `O C., r O C t0 N O m 'O vo m Cl) ) 0 m N .O T m m 0 y C C U 0 tm O T C X W T y 0 o N Q m U � U E H N m m M m M Z O M E b9 O GD O O m C C m Q E Z T E to O m o a tr co m M M M m m T N O C m C 3 'n Lm Z U J C 7 � C 0 0 U Cm E `o `c_ d Q N m w O O N O O O C4 04 N o � U) 0) rri •y v O M O T Y � c C � m o _ .N U o N ' N m U) U 0 U m C E o Q o m � N 0 zoo CL N N 0 C C? Cf V a N " rn L m m CL o Q U a Co F n m L m CA � c •� m o M v n C O U m o � m Z <et Page - 2094 -u 0 r2 0 M O O rn O U m fA O a Ci p C p m m O m 0 to E fV N N Z O o E 0 °v_ a ao rn tm c N m o z o 0 O c ° •T o m o Z o :3 a m co T I m CO T m m m Y C J m � a Y t0 r � N � 04 00 L9 N ro LO O M m m C/) 'm6 C C ? 'm C1 at5 ot3 a _ °' O M f6 m m - O tm c E Q to U U 2/12/2013 16.E.7. e p N 0 o =_ a a' m w a o O O y 0 0 E ro oa Cd U N > M-O. n O m m O L 0 6% v O C C) o m CD m N C M m o m .0 vs m E cn 0 °o E m M C o � L cL T O m tm '9 O c (M m m c g m m d `O L CL .6 .m L) U m C m O `O C., r O C t0 N O m 'O vo m Cl) ) 0 m N .O T m m 0 y C C U 0 tm O T C X W T y 0 o N Q m U � U E H N a w c 0 O E Q m O Y O d C c r U M Z m v M_ Z m v m O O GD O p m C) w m o w m 0) O ° 02 N a w c 0 O E Q m O Y O d C c r U Coyxr Ct3uiVsty Z Contract Change Request 2/12/2013 16.E.7. Purchasing Department Change Modification Form Work Order Modification Contract #: fi1- Change #: 5 PO/Work Girder #: j Project Name: Taylor Rd.:Roadwav ! 5767 Current BCC Approved Amount 1 4500133195 Improvements from Pine Ridge Rd. to 10E Last BCC Approval Date; Agenda Item # j AC Blvd. Project #: Project Department: Transportation ! Contractor /Firm Name: Quality I I. 60182.2 I Manager: i Eneineerino Enterprises USA. Inc. Total Change from Original Amount Julio F. Ordonez I S ",.463.800.28 iOriamal Contract/Work Order Amount 5 1, 346,946.8n 1 =225'11 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount 5 1,398;453.40 10E Last BCC Approval Date; Agenda Item # j Current ContractMtoric Order Amount S ? ;398.453.40 SAP Contract Expiration Date Waster) Daliar Amount of this Change S65.315.88 j 8.6E °!o Total Change from Original Amount Revised ContractlWork Order Total I S ",.463.800.28 I 4,57%1 Change from Current BCC Approved Amount jCumuiative Changes 5115.86 42 ! 4.57 °I° Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original NTP commencement Last approved completion date. Revised completion date (includes this date:.ianuary 9th. 2012 December 21st. 2012 chance): December 21st 2012 Number of days added : 0 There is no need for a time extension. Add new task(s) Change task(s) `1 Delete task(s) Other (specify): Increase and pav items. 1. Provide a detailed and specific explanation of the requested change(s) to the task(s):Suild up ot1fie existing asphalt pavement to maintain a minimum thickness This increase in the Davemenf thickness reouired to adiust several existino driveways Also several stormwater and utility pav items needed adiustments for final payment 2. Provide detailed rationale for the requested change: Unforeseen conditions encountered in the existing j pavement aiono Tavior Road. 3. Provide explanation why change was not anticipated in original scope of work: The existing pavement on Tavlor Road was cored during the desion phase to determine an averaoe thickness Dunno the milling ! operations. several areas along the oroiect had the base exposed and the extra paving work had to De done to maintain the minimum thickness 4. Describe the impact if this change is not processed: The existing traffic on Taylor Road would have experienced delays and unnecessary inconvenience due to the Door riding condition in a road inoroneriv paved, i Type of Change I Modification J 1 _ Planned 1 Eie--tive !J 2. Unforeseen 3. Quantity or price adjustment ! conditions /circumstance `l 4. Correction of error(s) >' 5. Value added -_ 6. Schedule adiustment Change Requested By Owner Purchasing Professional Participated in Negotiation of Chance tt�odificatinn: ! i Yes 7 No Revised: 312612 Packet Page -2095- 2/12/2013 16.E.7. Coffer I Colfier Cowzy Purchasing Department ,00'N Aaminlstrme� Dmscr Change Modification Form :- urdiasirlz Contract Change Request — Work Oraer Modification Contract # I Change #: 1 i PO/Work Order i:_ 1 Project Name: 2-5884 1 4500137921 1 Wireless Detection Systern 1 Project #: Project Manager. Department: Contractor/Firm Name: 427934-1-58 Rick Bossert Traffic Operations American Lighting & Signaiization Inc- 10riginal Contract/Work Order Amount S 249,730= -71,2.,q b 2 i4 A I Original BCC Approval Date: Agenda Item # i Current BCC Approved Amount $ .& , 59-�96a-W -7 3c, Last BCC Approval Date; Agenda Item # I - iCurrent Contract/Work Order Amount -S 249.730.00 SAP Contract Expiration Date (Master) ►Dollar Amount of this Change $1,206.35 0,48% Total Change from Original Amount Revised Contract/Work Order Total — $250,936.35 44-441% Change from Current BCC Approved Amount ►Cumutative Chances 1$1.206,35 i 0.4B% Chanoe from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: Last approved completion datee* Revised completion date (includes this January 3, 2013 1 January 3, 2013 change): January 3, 2013 Number of days added: 0 Each step on the contract modification cnecklist form has been reviewed prior to me submitting for approval YES .71 Add new task(s) Change tasks) 171 Delete task(s) Ll other (specify): Provide a detailed and specific explanation of the requested chancie4s) to the task(s) andicir the additional days added:: American Lighting and Signaiizzation is requesting a change order for the Wireless Detection System Project ID 427934 -1- Sir -01. After reviewing the ' plans and the actual site conditions it was determined that existing conduits could not be used. The request is to add two short lengths of underground conduit and two rsers to property run the Ethernet cabling within standards. Additional Aboveground & Underaround Conduit and Overhead Cable installation 30'- 2' Above-ground Rigid Conduit F & I @ $22-00 pr ft 16-2" Underground PVC Conduit F & I @$%00prit Traffic Signal installer 4 hours @ $ 59.75 pr hr Overhead --able installation W 239.00 Sub Total $1049.00 Allowable Subcontractor 10% Man(-Uo 104.90 Allowable contractor 5% hark -Lip $52.45 Total $ 1.206.315 Revised figures based on contract allowabie calculation of Contractor markups. Please refer to section 10.4 of Allow contract I have highlighted the area that is in question. AD.4 increase In the event a requested change results in an increase to the Contract Amount, the amount of the increa e shall be limited to the Contractors reasonable direct tabor and materiai costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub-subcontractors' direct labor and material cost-s- and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteer percent (15%). All compensation due Contractor and anv Subcontractor or sub-subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub-Contraczor's bond costs associated with anv cnanae order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be .placed on sales -tax, -shipping or subcontractur markup, Revised: 5116112 Packet Page -2096- 2/12/2013 16.E.7. 2. Provide detailed rationale for the requested change: The existing Conduit at the intersections Rd. at Poinciana Elementary School (page 9 of Plans) and Poincianna Drive (pages 10 of the plans} are unable tc suDoor additional cables. Provide explanation why change was not anticipated in original scope of work: T he existing conduit conditions dicier from those anticipated in the original engineering documents. The existing conduit is either of the wrong type high Dower where low power is required, or the existing conduit does not have the remaining capacity to accommodate more cabling. 4. Describe the impact if this change is not processed: The two Poinciana intersections at Airport Pulling Rd will not be able to support the deployment of1he wireless access points without the new cable runs. Type of Change. 1 Modification I. Planned / Elective 2. Unforeseen conditions /circumstance 3. Quantity or Price adjustment Correction of error(s) 5. Value added E. Schedule adjustment Change Requested. By LQ Contracto ' r]Consuftant Owner Using Department U Design Professional Regulatory Agency (specify): ❑ Other (specifv): Purchasing Profeapional Participated in Negotiation of Change / Modification: ILI Yes Z No / 1 r1 I -I � Approved by: Date: Name and Title: thony Khawai Collier C ountv Engineer Traffic Operations I Reviewed by: Date: t;-ZOf 2- Procurement Stratt -gist's Name., Rhonda Cummings "IMW Revised: 511611:2 2 Packet Page -2097- .tlils.�'ati�:.S=�nri +ision utdiasirq Z Contract Chanae Request 2/12/2013 16.E.7. Purchasing Department Change Modification Form ,r7 Work Order Modification Com etiodDafe, Description of thdt Tasks) Change, and Rationaiel or the Change t •" Its .If£ M"R9 gyx'.IY"'.m^ .__ Original notice to proceed Last approved completion date: Revised completion date (includes this completion date: 6130/2013 6/3012013 change): 6/30 12013 Number of days added (if Explain why additional days are needed (detailed /specific) extension, must attach current insurance certificate's) from SIRE or obtain from vendor): n/a LJ Add new task(s) Ell Change task(s) Delete task(s) Other (specify): Increase Field Management Consultant fee 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): Services for Field IVianaaer needed as consultant in conjunction with Clam Bay Work and Dredging Permit. 2. Provide detailed rationale for the requested change: Having a Field Manager at Dorrill Management Group is par, of the original proposal and specifically can be used when client appoints task(s) to assist Operations Manager. PBSDD authorized the proposed work. 3. Provide explanation why change was not anticipated in original scope of work: BCC meeting of 1211112012 resulted in the PBSD being Ianded back all responsibility for Clam Bay including the dredging of Clam Pass, 1 4. Describe the impact if this change is not processed: Our engineers and consultants will be meeting with FDEP and the ALOE to get an emergency or expedited regular permit to dredge the closed Pass. a- ~ -YPe of;Ghange 1 Modificaticitt 1. Manned ;' Elective 12. Unforeseen conditions /circumstance I L J 3. Quantitv or once adiustment Correction of error(s) 5. Value added l o Schedule adjustment Gf>ange Requested 6y _ Contractor /Consultant ❑Owner Usinq Department Design Professional L Regulatory Agency (so ecifv ): Q Other sDec is Purchasing Professional Particicated in Negotiation of Change I Modification: L Yes No Approveo by: I i Date: j Name and Title!-Ky, Lukasz; Opera roes M ger T ! I Reviewe3�W w ' rtI ,tr{ 5f f° �d j '.j: �.✓ ( Date: Procuremeff Sttbtegrsts�tN'a� fie. Rhonda"Cumr`rrngs r 11 Revised. 7,2711 Packet Page -2098- w ��- .. Mmyr ei Serinws 1! ..o IK Contract Change Request M 2/12/2013 16.E.7. Purchasing Department Change Modification Form ❑ Work Order Modification Original Contract/Wark Order Amount $ 648.554.£10 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount S 848.554.00 t Last BCC Approval Date: Agenda Item # Current Contract/Work Order Amount 5 848,554.00 Other (specify): SAP Contract Expiration Date (Master) Dollar Amount of this Change $0.00 UO% Total Change from Original Amount Revised ContracVWork Order Total the project. The professional engineering design firm of record has been diligently working towards completing the required 5848.554.00 11 required to continue accumulating the remaining engineering data and technical data required for the contractual 0.00°, Change from Current BCC Approved Amount Cumulative Changes I S0.00 1 0.009 Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change a Original completion date: January Last approved completion date: Revised completion date (includes this 6, 2013 January 6, 2013 change): November 1, 2013 # Number of days added: 289 Days Each step on the contract 'ficabon checklist form has been reviewed prior to me I � submitting for approva (this box must be initialed by Project Manager) 3 Add new task(s) 17 Change task(s) Deiete task(s) Other (specify): Extend Duration of Contract 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and/or the additional I clays added: This change order request to extend the duration of the contract time is required and necessary to allow the I professional engineering design firm ample enough time to collect data, perform engineering analysis, perform sample modeling tests & reports, execute surveys, design templates, coordinate with regulatory agencies, etc. for the completion of the project. The professional engineering design firm of record has been diligently working towards completing the required related task assignments outlined in the contractual scope of services: however, due to no fault of their own additional time is 1 required to continue accumulating the remaining engineering data and technical data required for the contractual coordinating services with the regulatory agency (USACEIFDEP) regarding the required scheduled county -wide beach renourishment project for FY2013/14. The professional engineering design firm understands the significance of the contractual requirements to fulfill their contractual performance obligations and is in full agreement to continue providing the required actions necessary to complete the project within the specified duration of time. 2. Provide detailed rationale for the requested change: According to the general terms and conditions of the Professional Services Agreement Article 4, the engineering firm is entitled to an extension of time due unforeseen conditions that was no fault of the firms. The professional engineering design firm has been diligent in performing professional engineering services by collecting technical data, conducting engineering surveys, providing reports, etc. and is thus entitled to a time extension in order to fulfill the performance obligations of their contract 3. Provide explanation why change was not anticipated in original scope of work: it is a customary standard practice that professional engineering design firms are around by the unforeseen time restraints associated with untimely reviews by the regulatory agencies, and consequently there are circumstances beyond the engineering firms reach that cause unanticipated time restraints and unintended setbacks to the completion of projects. 4. Describe the impact If this change is not processed: The engineering design firm will be denied the remedy under the terms and conditions of the Professional Services Agreement to fulfill the balance of their contract performance obligations, and the project will be deemed as uncompleted status creating further hardships and circumstances to the county -wide beach renourishment project overall. t Revised: 5/16/12 Packet Page -2099- Type of Change t Modification 1. 2/12/2013 16.E.7.>, Revered: 5116112 2 I G Packet Page -2100- R Contract Change Request Contract Project#: 511F1 Project Manager: 2/12/2013 16_E.7.' Purchasing Department Change Modification Form 17 Work Order Modification PO M 45001348217 1 Project Name: LASIP- Naples Department: Transportation I Contractor Name: Lodge Con Original Contract Amount Current BCC Approved Amount 3� 1,076 '737 ' 62 V214/12 #11 OC Original BCC pproval Date; Agenda Item # �Iurrent Contract Amount I Ufb 757.,52 1;076,�62 '1124/12,#10C 21129429;; Last BCC Approval Date; Agenda Item Dollar Amount of this Change �''$1�07,281.47 SAP Contract Expiration Date (Master) Revised Contract Total $I 184,019.09 9.967/o 9.96% Total Change from Original Amount Change from Current BCC ApDroved Amount -umulabve Changes $107,2� �,47 9.96% Change from Current Amount Completion, Date, Descri ption of the Task(s) Change, and,Rationale for-the Change rginal completion date: i Last approved completion clate: z' Revised completion date (inclu ies this- 9/11,12012 / change). 2128/2013 Number of days added: Each step on the contract modification checklist form has been reviewed prior to me 0 submitting for appr I al JFD (this box must be initialed by Project Manager) N Add new task(s) hange task(s) Delete task(s) I I Other,, in (specify): Time Provide a detailed and specific explanation of the requested change(s) to the task(s) andjor the additio­n_a_1________t days added: An unforeseen con 'ition caused by an existing utii'tv Ii i - me was discovered during the installation of the box culvert i at the Warren Street canal crossing. Based on the utility as-built information, it was understood during design that a sewer line was in close proximity to, but clear of. the'proposed box culvert. On-site potholing and subsurface utility engineering were performed which showed that the sewer line was clear of the proposed box culvert. On Size PhYsical impediments and high water table caused the locate information to be off and actuallocation of tile sewer line proved to be one foot higher and in conflict, resulting in the need for a re-design. The design Engineer has completed the rt-design of the box culvert and the revised plans have been priced bv the Contractor. Following extensive negotiations and vetting with the Contractor, Purchasing Department, and P'Ub!]c Utilities Planning and Pro ' ject Manauement Department, this Chang-, Order encompasses the additional funds associated with the revised work and other additional miscellaneous items in the pro�ject. (Please see attached documents for scope- and responsibility of additional work. In order to move the prqlecl forward while. the pricing is being negotiated and vetted, the Cowity issued Wor�- Change Directive #' I (see attached copy) to the Contractor on September 27, 2012. This Work Change Directive has allowed the Contractor to move forward with the construction of the revised pro�lect plans in a timelv manner. This Change Order #3 does not add any additional time to the p z Provide detailed rationale for the requested change. This Change Order is for added work that is needed to complete the project and is justified, The added work /s due toau unforeseen cund�on��epn���asvve|aaadcUOona| |�msthat vverediscovered dunngthe pn�act. /`|uosee exp|anadonabove andsee Change Order #3 = 3. Provide explanation why change was not anticipated in original scope of work: The utility conflict was identified during the design process. The design reflected the conflict. However during the actual construction, the utility was uncovered and found th=1 the pre-construction potholin2 information and as-Duilts were off base. and a re-desion was i Revised: 5116,112 i Packet Page -2101- required. See expianation above also. The other additional items were required by Sr=WN that were discovered during the construction process that could not have been anticipated. 2/12/2013 16.E.7. —- — after award of bid, and items 4. Describe the impact if this change is not processed: The project could not be completed in a safe and sound manner. The contract would end and the County would have to stop the project and re -bid the work. Type of Change 1 Modification IL 1. Punned / Elective 2. Unforeseen conditions /circumstance 3. Quantity or rice adjustment 4. Correction of errors 5. Value added ; ❑ 6. Schedule adiustment —? Change Requested By Contractor /Consultant Owner Using Department { ❑ Desion Professional I ❑ Re uiatory Agency (specify): I LI, Other (specify): Purchasing Professional Participated in Negotiation of Change / Modification Yes ❑ No {Approved by: Date: 1214/12 i Name and Title, Jae- Delate, ASLA, Senior Protect Manager, T E Reviewed by: Date Procuremen Purchasing s ame: da C m o r en S list, i t /y j t d- y Packet Page -2102- Revised= 5/76/42 NAPLES MANOR NORTH CANAL STORMWATER IMPROVEMENTS ITEM No. DESCRIPTION 10411 Additional Turbidity barrier 11011 Ficus tree eradication add clearing grubbing 430982 Existing pipe found in field (add minor end sections) 524A Credit Armorflex 57111 Plastic Erosion Mat CO 3 -1 Gravity wall at existing HVAC unit CO 3 -2 Exploratory work unrelated to project CO 3 -3 Rock Excavation costs CO 3 -4 Additional rock excavation (as needed) CO 3 -5— Armorflex Shop Drawings TE Transportation Engineering Subtotal AMOUNT PAYOR x$2,481.00 TE i $763.70 TE $3,139.49 TE ($71,466.961 TE ,� $6,739.34 TE $2,068.93 TE $2,601.58 TE v $15,120.00 / TE $8,957.62 i TE $2,000.00 TE ($27,595.30) }� 2/12/2013 16.E.7.1 RCO 6 7 8 3 10 1 2 4 9 11 CO 3 -6 Box Culvert Addition & Relocation ✓'" $134,876.77 PUPPMD 5 Public Utilities Planning /Project Management Subtotal $134,976.77 TOTAL. NET CHANGE ORDER $167 i' ,281.47 LODGE CONSTRUCTION, INC_ UPDATED 12/128/2012 Packet Page -2103- Transportation En2irteering, Department WORK DIRECTIVE CHANGE PROJECT NAME LASIP- Naples Manor r-North Canal Stormwater I rnprovetnents CHANGE 41 DATE OF-ISSUANCE: 9127/2012 0"'NMR: Collier County Board of Corninissioner-s CONTRACTOR. Lodge, Construction Corporation L� ENGINEER; George Brinson, P.E., PRA Inc. 2/12/2013 16.E.7. EFFECTIVE DATE: 9/27/2012 PROJECT#, 51101 You are directed to proceed promptly with the foliowin(; chan"e(s); Description: Box culveTi and weir modifications caused by unforeseen utility line' C.OrIfliMs at the NV'arren Street crossing of the Naples Manor -North Canal as per revised drawings of L.,1S[P- Naples Manor North Canal Storrnwator Improvements proicot as engineered by PHA, Inc. dated 830,C'0121. Purpose of Work Directive Change: To accelerate the construction of the revised box culvert told weir to allow the Contractor to complete the urarl, and open Warren Street to traffic as soon as possible, Attachments- Copy of plan sheets 1 thru 77, Revision #l, LASIP- Naples Manor.Nlorth Canal storrowawr linprovtments design plans, as prepared by I'l L-k, Inc. dated &'30/201.7 If? claim is made that the above change(s) have affeued Contract Price or Contra ctTimes any "'lairn i'0r, a Change Order based thereon will involve one or more, of Elie following mcdiods of determining the effu­ct of the, changes(s). Method of detemiining change in Contract Price; rvIetbod of de.,terri-iining change in C'OntrilCt Times: unit init Prices if applicabid, otherwise i.bA. ❑ Contracto,.-S re_()rcls Lump Sum Qther k Otter: Couniv inspector's records --airnaledincreas.- (deoreaNe't in Contram Price S t.b:d. AUTHORIZED: irri.xWC.t r• By: joscph F. DeiaLe, Pro,ject Administrator Ommer's RcprosentaLive Estimated change in Contract Time: i.h.d. Increase or d-__Irtast by --aiendar da.vb. Packet Page -2104- 0%,217.,12, 1236PN1 C ATATvxnx-z �31'ItFald '3,,arjgC- Reaes7, 2/12/2013 16.E.7. I a n g e M o it 3isc C'.: -m 5? Work Orter McdKCAOS i Charge-#: 1, 1 1 POAVOrk Wow Frjoie= Name: Ciama :-�ajr 557 !450013673S R e rOjeCI iftnag-er, Kyle pay i i Coat7amovFirin Name. 7urreij Hail and Lukasz i Azscsz'ates -Onginai Conur=j1horK rider Airmur, $ -za Original BC✓ Appr:)v2i Date t'geqc:2 ;Iem- :CeJT-Gnt 2CC App'roved,-''rnouri� kly'A Last BCC - A;pprovai Daie, -qenc;a :-,am CMiL-actAhant. IT -,,2510 2 SAP C=L-,ac� E�iratjorj W--ster,,, Dol!2!- Amicurit of ttiis :-Imnge ZC1 :,t.ange from, Drigi= Acrtourw Omer Tmai i i. f i Sam MALUE, Change irom Current 3r-c -,kpproviet, Mumustive Changes 1 rt f'nr nf-, E 2 1 ?% Chame firom Amour, GCMI Pile-d0r- Dwe-, Dp-scr.Pticn crifthe Tasx(s't Change, and Rationaie for ti-je C;,,tjarpjr_- L-yinat ;ompietion cate: i Lnsz, anpraveec compieurricale: Revise:.: crnpletion date Jin�=udes t;,,!s -1 A r " ' - f 2/27D'14 cnange,": ND Change NUTM er of days acc­iec :0 aazz-, step ors :ne coniraa modificabors z;necklisL foaT nas dean -viewer prior me submitting for approval MM Mliss box Must be initiaied P-roject wian2ger;, --c nevv Change task ,.S) Deime msk:z, „'viler ,specify,,-. FmMe a MWWr�' anc: specific ex—planabow cf Vne i'e-Guested zitiange?s) tc the -zskzsd andior the acr-JiTicnai clays added: F--,E for qua.iteny entry of water qualify , cam in uns Stkzes' ,n2r-,3geQ S-,ORE-,, Svszerr.-ST ORE7, is thic- slorage and rremulevai dai:2 base for water quai ift y t C-2 a. provide detaijed rationaie foi- the recuestled zhange: -'.PDrovec! by Ihe RSSZ� Boarz for the C;am =Sav Estuary- Sy quaiityirr, IC store aam in this LEP Managed System i ii rias added v0dity tc me tata bp the event that water -,u2liq, !!sues ai-,Se Afftnirl L-36 Say Water notljeS, 4. Provicis sx-ptanaitionAmy Change %Qs ncm anbopawmed in originai scope QS wa&- Some IiAlater Quaifty tests 0 q w si"OVV C18M aay IC ave some impairment anc in ormler tc expedibe tnur-- work Mth, any agency using the - ORET Sys ern i will make the .gat more easily accessibie to aff necessary :;artes. i 4- Describe the impact, if his cinange is not zwQcessat: wiff r-naire 4t ccs'tfjer-$c T-"2jnjajrT water quaitty Cara, jr me event vi water quaifty issues zata noz quajjfj�ring and stores it, tne STORETwszem car, tae cailec grit' -que-aJon for Irs vaiidit,�; wner brzicassing witn rip-2uiatory agencies. ype ct 'Change ' Madification hy or price ad-jus-1,71enj I pony j Etlye I Unforeseen 4. Correct!On .0� eT70r,"S' F-7 5. V2iUe aCoeff 6. Scnet-uie adiustmen- C%-'ange Begs' By : E� unng wanmem -7—Design Pi otessionall' L�I' Reguna-ioFy Ageno�� L�;:qberfspeedf"').PBSC' 50art PurChasi'Ic P,of-ession-ai Flal-ICIQe�czf- iTI NePO' Uatbil, of 0,'mi-ge ED, "�es—z No Name 2TIC iitle: K�Ife LUka5Z Reyboi 51 Packet Page -2105- •0-11\ 2/12/2013 16_E.7. COT r7er C-MMq Purchasing Department Change Modification F7Contrac'ChangeRequest 7 Work Order Modification I Contract#: Change *: I P01Work Order #: I Project Name: LASIP Haldeman CreeK 45001191111 and Crown Pointe Weirs '101 Project Manager: Department: ContractorlFirm Name: Marcaret Bishop Transportation Engineering Atkins, Inc. Contract(Yvork Order Amount Oncina| BCC Approval Date; Agenda Item # Current BCC Approved Amount L�s B�CApprova| �a1e� Agenda|tem# Cumsn1Contracc&work Order Amount S, SAP Contract Expiration Date (KXaster) Dollar Amount of this Chonge Tota|(Chonge from Original Amount |Revised Contnsc.tfWork Order Total Change from Current BC-- Approved Amount | Cumulative Chanaes 1 -54 068 00) 4.07% Chancie from Current Amount Original completion date: 1 Last approved completion date: Revised Completion cate 'includes this July 15, 2013 July 15. 20 "1 3 chancie): 10/131201 Number of days added , 90 Each step on the contract modification checklist form has been reviewed prior to me submitting for ap1provai-/Aa(this box must be initialed by Project Manager) ED Add new task(s) F-1 Change task(s) Deiete task�s) _7 J Other (specify): | 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) andhor the additional days added: The cnange order adds an unforeseen 'ask to include a minor recesign of the project to accommodate easement acquisition and time. Negotiations with the properTy owner resulted in an amicable solution that adds value to | | the proiec+ and results inu donation of the easement. A headwall will be added to existing culverts and the proped?will be extended a few feet which will extend the usable side yord area, - I Provide detailed rathonalle for the requested change: Negotiations with property owners for easements result in a community accepted project The condemnation prooeao is last resort for a capita/ improvement project, | 3. Provide explanation why change was not anticipated io original scope of work: The conceptual design was � approved in the 1QQD's. Negotiations with proDerty owners concerning easements did not begin until a year a-.c- i hepeuo|ubonforanades/o:hoslustbeanacnomp(ished'. The rebesignavoimsthe�onommnadonproceedings which are elast resort for capital prmeota. 4. Describe the impact if this change is not processed: If a minor redesion to the project is not approvec, � condemnation proceedings bo acquire the project will result in continuing the L4SiP program. | Type of. Change /Modification Planned /Elective 2. Unforeseen 3, Quantity or price adjustment conditionsicircurnstance 4. Correction of errans, z 15. Value added EJE. Schedule adjustment 'Change Requested -By 1 i Design Professional Regulatory Agency (specifv)� Othe� (speci!y)- Purchasing Professional Participated in Negotiation of Change 11 Modification: zl Yes Ll No Revised 5,.I6.l2 Packet Page -2106- Approved by-, Name and Title: Previewed by: ,- Procurement A Revised 5. 16.12 Manaaer 2/12/2013 16.E.7.- Date: Date: 2/12/2013 16.E.7. Collier a Ity Purchasing Department .Ad. -ani~ veServioes �visien Change Modification Form ❑ Contract Change Request Work Order Modification Contract #: 1 Change #: 2 PO/Work Order #: Project Name: PS310.01 08 -5011 ! 4500127713 j RenabiIitation Project Project #: 70046 Project Manager: Department: Planning and Contractor /Firm Name: j Zamira DelToro Project Management Quality Enterprises USA, Inc. Department inal Contract/Work Order Amount $ Current BCC Approved Amount Current Contract/Work Order Amount Dollar Amount of this Change Revised Contract/Work Order Total Cumulative Changes 235;283:56 512412011, 16C5 Original BCC Approval Date; Agenda Item # 235,283.56 5 ,-- Last BCC Approval Date; Agenda Item # 235,283.56 3 is 1,,4 SAP Contract Expiration Date (Master) ($3.456.50) -1.47% Total Change from Original Amoun $231.827.06 -1.47% Change from Current BCC Approved Amount ($3,456.50) 1.47% Change from Current Amount Completion Bate, Description of theTask(s) Change, and Rationale for the Change Original completion date: Per original NTP the original completion date was 11212012, however a stop of work letter was issued on 12121/2012 for the proiect, until the additional easement for the pro iect was obtained. A new NTP is required for the remaining 12 days of work . pending on this project. Last approved completion date the new completion date is 1212912012 after additional easement is obtained and a revised NTP is issued with the rernaing 12 days on this proiect. Revised completion date (includes this change) :N /A Number of days added : none- Each step on the contract modification checkiist form has been reviewed prior to me zero submitting for approval ZD (this box must be initialed by Project Manager) Add new task(s) ❑ Changetask(s) ❑ Delete task(s) i N Other (specify): Deduct change order to a work order 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the additional days added: Upon completion of the construction of the improvements at PS310.01, which included the installation of a new fence surrounding the pump station, a survey was performed. The survey revealed that a portion of the improvements and three sides of the new fence were locate two feet outside of the existing 20` x 20' easement. An additional 128 SF of easement area was needed on three sides of the existing easement to accommodate the new infrastructure and fence. Stop of work of this project was issued until the County could obtain the easement. Easement acquisition was obtained and approved by BCC on 12/1 1120/2 and recorded. This change order is to perform a deduction to a work order of the cost incurred for the additional easement, to be able to pay the contractor the final pay application; and close the project. 2. Provide detailed rationale for the requested change: Project construction is done. This change order is to perform a deauction to a work order of the cost incurred for the additional easement, to be able to pay the contractor the final pay application, and close the project This change will correct the easement issue and project be closed: 3. Provide explanation why change was not anticipated in original scope of work: Project design was based on 'the original easement of the existing pumping station. Additional easement was needed since we are having to do this because the contractor built outside the original easement area. There is no change on the task to be performed for the project, it is only a modification of the original easement obtained for the existing pump station. R _-wised 5.16.12 Packet Page -2108- 4, uescrine the impact if this change is not processed: Correction of the easement area was additional easement is not obtained, contractor will need to relocate fence and other infrastructure c 2/12/2013 16.E.7. Pump station, Contractor will incurre on more cost correcting the easement issue than county to acquire the additional easement to leave the existing fencebuilt by Contractor for the project. Type of Change / Modification 1. Planned /Elective L 2. Unforeseen ❑ 3. Quantity or price adjustment conditionsicircumstance i 4. Correction of error(s) I Z 5. Value added ❑ B. Schedule adjustment Change Requested By U Contractor /Consultant ® Owner ❑ Design Professional ❑ Regulatory Agency (specifyy FIDE P i ❑ Using Department ❑ Other fspeci ) Purchasing Professional Participated in NeQOtiation of Chan e / Modification ❑ Yes © No Approved by: Date_ h i Zamira Del Toro, Project Manager`P PPMD i Approved by: R►f Date: f Tom Chmelik, DirectorIPUPPIVID Reviewed by, j' Date: Nicole Parker, Procurement Strategist - Purchasing Revised 5.16.1' Packet Page -2109- fir" .Adrini e Savim DwIsm AI-N, Purchasinc ❑ Contract Change Request 2/12/2013 16.E.7. Purchasing Department Change Modification Form [5� Work Order Modification Contract #: 10- Change #: 1 PO/Work Order # Project Name: Pepper Ranch Phase I 5510 1 4500137548 Project #: N/A I Project Manager: Robert Department: Facilities Contractor /Firm Name: Surety i Fuentes Management j Constuction Original CantracUWork Order Amount :$T07,97g�.3.. �g/281,12`16�E12: Original BC C Approval Date; Agenda item # Current BCC Approved Amount ! /A. Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $.1- 07;978..0 �� j; ?� SAP Contract Expiration Date (Master) Collar Amount of this Change $6i,2fs'35 5.78 °!° Total Change from Original Amount I Revised Contract/Work Order Totai $114.225.65 #VALUE? Change from Current BCC Approved Amount !Cumulative Changes $6,246.35 5.78% Change from Current Amount Completion. Date, ,Description of the Tasks} dhange,.and Rationale for the Change J Original completion date: Last approved completion date: Revised completion date (includes this 1 -30 -2013 1 -30 -2013 change): 2 -14 -2013 Number of days added : 15 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval RF (this box must be initialed by Project Manager) LJ Add new task(s) Change task(s) Delete task(s) Other (specify): Time Extension 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the additional '—ys added: During the biding phase the septic system was designed to be a grade type of system, during the permitting' ,ase the Health Dept., insisted that the system can only be a mound type system this also require a affluent pump system that was not included on the bid phase, thus increasing the cost of the septic system. During electrical installation the contractor discovered that the main conduit was only buried 6 inches and the conduit was rotten: this required the replacement of the conduit and wiring and buried to the proper depth of 18 inches according to electrical code. 2. Provide detailed rationale for the requested change: These changes are necessary to obtain proper certification from the Health Dept., for Septic system according to Administrative codes. The electrical codes require that all conduits buried must comply with a depth of 18 inches and properly identified with markings before is covered. 3. Provide explanation why change was not anticipated in original scope of work: Most of the residential septic system does not require being a mound type of system requiring leach pumps, the rationale of the system at the Pepper Ranch is the close proximity of Lake Trafford and the ground water levels that are higher on this site that usual. The electrical system for the Cottage was completed renovated inside the conduit for the main power was buried and there was no way to ensure that the conduit was in good working order until the contractor started the work and found that did not meet current codes. 4. Describe the impact if this change is not processed: a Certificate of Completion will not be obtained until these changes are complete. if this change is not complete is becomes an electrical safety hazard due to rotten conduit and exposed wiring. Type of Change. f Modification 1. Planned t Elective 2. Unforeseen conditionsicircumstance j 3. Quantity or price adjustment 4. Correction of error(s'i rj 5. Value added ! 6. Schedule adiustment Revise: 5 116712 1 Packet Page -2110- Contractor/Consultant ❑ Owner 7-Design Professional I Renula Purchasing Professi al Pa �iciiated in N Approved by: Name and T%e:,�e.A. Reviewed by: Procurement Strategist's Name: f , Change Requested By of Change / Modification Packet Page - 2111 - 2/12/2013 16.E.7.4 Other (specify : 'Yes LJ No Date: _ 7 _ �e 5 Revised: 5/16,'12 2 2/12/2013 16.E.7. Purchasing Department Azimnisrate Sevr--s Divisi-on Change Modification Form Contract Chance Request J6ork Order Modification i Contract* 10- Change #: I PO/Work Order#- Project Name: Minor Update to the 55329 4500134534 1 2035 LRTP Project #: 33221 Project Manager: Department: MPO Contractor/Firm Name: Wilson Miller i (formeriv 33108) Lorraine Lantz Stantec [bir-Jigin-ai Contract/Work Order Amount $ 79,500,00 Original BCC Approval Date, Agenda Item # JCurrent BCC Approved Amount $ Last BCC Approval Date', Agenda Item # lCurrent Contract/Work Order Amount $ 79,500.00 3(1 2-c SAP Contract Expiration Date (Master) Dollar Amount of this Chanae $7.950,00 10.00%1 I Total Change from Original Amount Revised Contract/Work Order Total F- $87,450.00 tj/,k I Change from Current BCC Approved Amount Cumulative Chanoes $7,950,00 10.00% Chanoe from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date- 216113 1 Lge approved completion date: Revised completion date (includes this 2/V1 3 e,# change): 4/30i'1 Number of days added :83 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval LL (this box must be initialed by Project Manager) Add new task(s) ! ', I Change task(s) task(s) Z Other (specify): The FDOT Work Program (WP) was made available to the MPO at the end of November, 2012. Several projects in the LRTP Cost Feasable Plan (CFP) would now be listed as Committed Proiects in the WP. i his requires the MPO and consultant to revise the CFO and delay the trainsPortatior, modeling efforts in order to complete the LRTP Minor Update, 1. Provide a detailed and specific explanation of the requested changets) to the task(s) andlor the additional days added: The FDOT Work Program (WP) was not made available to the MPO until late November 2012. Several projects in the LRTP Cost Feasabie Plan (CFP) were listed as Committed Projects in the WP. This requires the MPG and consultant to revise the CFP including amending / expanding the listed cost feasible projects to include more of the projects on the Needs list. The cost of the projects will require modification as the years the projects can be completed will also change. in addition, the -consultant will be required to revise their transportation modeling efforts by making additional model runs in order to complete the LRTP Minor Update that is consistent with the new WP. 2, Provide detailed rationale for the requested change: The changes to the WP require additional financial work and re-scheduling of the transportation model runs. 1 Provide explanation why change was not anticipated in original scope of work: The projects were previously in the LRTP CFP for future years. FDGTintends to forward ' projects into the z�urrent tentative 5-year WP, This is an enexpected change and will cause the LRTP Update draft tc be inconsistent with the WP. The LRTP andthe WP must be consistent_ Revised: 5116!12 Packet Page -2112- 9/1 q/qn1 i 1r, P7 7 . .I Describe the impact if this change is not processed: The LRTP and the WP must be consistent otherwise the 7P will not be approved by FDOT or FHWA. /011N Revised: 5116/12 2 Packet Page -2113- Type of Change I Modification 1, Planned / Elective '-f � 4 Correction of error(s) 2. 555. Unforeseen conditions/circumstance Value added d i or Drice adjustment 6. Schedule adjustment Change Requested By Contractor/Consultant Owner LI Design Professional Regulatory Agency (specify): Purchasina Professional Participated in Negotiation of Change Modification• Department (specify ?' ❑ Yes E]-Nc Approved by: 47, Date: Name and Title: 7, ;Reviewed by" Procurement S is Nam r- d Date: /011N Revised: 5116/12 2 Packet Page -2113- 2/12/2013 16.E.7.> G S .O �.s 8 T. _ .. ........_ ..q ........ _ .._.._..__........ a � b C .m. Q S :g g .( g'. 6 o Packet Page -2114- a a c c g iii o�n LL c �a V < L a w, -a = 8 {r o s g? F 8�5 a _..._....... i ` pv. `N N o a 5a 2/12/2013 16.E.7.> G S .O �.s tN T. C .m. . Packet Page -2114- 2/12/2013 16.E.7.> C d f Z _ Packet Page -2114- 2/12/2013 16.E.7.> corer cowcy Adrnrciistr : Services Dow t Pur�asir,� Contract Change Request 2/12/2013 16.E.7. Purchasing Department Change Modification Form Work Order Modification Contract #: 10- ( Change #: 1 { PO/Work Order* Project Name: Transportation Modeling 5329 j 4500134538 Evaluation and Financial Analysis lCurrent Contract/Work Order Amount $ 81,500.00 Consultant Subpart Services Project #: 33221 Project Manager: Department: MPO Contractor/Firm Name: Tindaie — Oliver 1 lformeri 33108) Lorraine Lantz Revised Contract(Work Order Total and Associates, Inc. Original ContracttWork Order Amount $ 81,500.00 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 9.164 :i30 A Last BCC Approval Date; Agenda Item # lCurrent Contract/Work Order Amount $ 81,500.00 3/1 2U6 SAP Contract Expiration Date (Master) Dollar Amount of this Change $8,150.00 10.00% Total Change from Original Amount Revised Contract(Work Order Total $89,650.00 A)IA 1Q7G89/6 Change from Current BCC Approved Amount k3umulative Changes in the LRTP Cost Feasable Plan $8,150.00 10.00K Change from Current Amount ( Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: 216/13 Last approved completion date: Revised completion date (includes this i 2/6/13 change): 4/30/13 I Number of clays added :83 1 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval LL (this box must be initialed by Project Manager) I Add new task(s ) j Change task(s) Delete msk(s) Other (specify): The FDOT Work Program (WP) was made available to the MPO at the end of I November, 2012. Several proiects in the LRTP Cost Feasable Plan (CFP) would now be listed as I Committed Projects in the WP. This requires the MPO and j consultant to revise the CFP and delay the transportation modeling 1 efforts in order to complete the I LRTP Minor Update, 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the additional days added: The FDOT Work Program (WP) was not made available to the MPO until late November 2012. Several projects in the LRTP Cost Feasabie Plan (CFP) were fisted as Committed Projects in the WP. T his requires the MPO and consultant to revise the CFP including amending / expanding the listed cast feasible projects to include more of the projects on the Needs list The cost of the projects will require modification as the years the projects can be completed will also I change. In addition, the consultant will be required to revise their transporiation modeling efforts by making additional model f runs in order to complete the LRTP Minor Update that is consistent with the new WP. 2. Provide detailed rationale for the requested change: The changes to the WP require additional financial work and i re- scheduling of the transportation model runs. 3 1 3. Provide explanation why change was not anticipated in original scope of work: The projects were previously in the LRTP CFP for future years. FDOT intends to forward projects into the current tentative 5-year WP. This is an enexpected change and will cause the LRTP Update draft to be inconsistent with the WP. The LRTP and the WP must <be consistent. I Revised: 511&12 4 Packet Page -2115- 2/12/2013 16.E7. 14. Describe the impact 9 this change is not processed: The LRTP and the WP must be consistent otherwise the LRTP will not be approved by FDOT or FHWA. } Type of Change 1 Modification 1. Planned l Elective 2. Unforeseen conditionslcircumstance } 3. Quantity or price adjustment 4. Correction of error(s) 1 U 5. Value added } Lj 6. Schedule adjustment I Change Requested By I D Contractor /Consultant j Owner j Usi Department Design Professional i U Regulatory Agenev (spec' j: I LJj Other (sveeifv): ' Purchasing ProfessJona! Participated in Neootiation of Change 1 Modification: LJ Yes No Approved by' Bate: Name and Tike: Reviewed by: 1 gate: Procurement Stra gi�'s Name: Revised: 5116M 2 Packet Page -2116- s *1 2/12/2013 16.E.7. . ....... .. .. ..... ....... . . . ....... .. . ....... -1 15 1b K In ......... . .. . ...... Z' IM O o -is o 72 7E t 11 1 E Uf H .... ..... .. . . ...... E k, Y S. s .Packet Page -2117- *1 2/12/2013 16.E.7. � t r c►u"ty Adrfinisbatse SwAcBs DvLsion A*—IN Purrhasing ❑ Contract Change Request F—Contr-atct#094-5262 Project #: Project Manager: Osi 1 700791.1 P. Martinez 'Original Contract/Work Order Amount Current BCC Approved Amount Current Contract/Work Order Amount 7 Dollar Amount of this Change Revised Contract/Work Order Total Cumulative Changes 2/12/2013 16.E.7. Purchasing Department Change Modification Form El Work order Modification TPOfWork Order M Project Name: SCWRF Lightning 450D123569 Surge Protection and Grounding -De; Department: r Department: PUPPMD Contractor/Firm Name: AECOM $163,133.00 $0.00 .11 -�, � �. :: , � , �, 11 Completion �Date,,'De�c : d niation of tlh,�Jas!40).Clhange, an RationalefortheChanget, R ionalle for the C It Original BCC Approval Date; Agenda Item # 113/ -3 h Inge 5/3/13 c , ---- 1 13 change): 5/3/13 E Number of days added: '120 step On the contract r�-6dification s step Number of days Each On the contract modification checklist form has been —reviewed prior to me h "i., Last BCC Approval Date; Agenda Item # 3/812013 SAP Contract Expiration Date (Master) 0,00% Change from Original Amount 0.00% Change from Current BCC Approved Amount 0-00%, Change from Current Amount walls and, addition to increasing painting expenses, ultimately have to accept a shortened life expentancy for the cable and hardware, .11 -�, � �. :: , � , �, 11 Completion �Date,,'De�c : d niation of tlh,�Jas!40).Clhange, an RationalefortheChanget, R ionalle for the C It completion 10128/11 e Last Original completion date: 10128/11 t approved completion date: Revised completion date (includes this approved Td = Range) v1sed completion 113/ -3 h Inge 5/3/13 c , ---- 1 13 change): 5/3/13 E Number of days added: '120 step On the contract r�-6dification s step Number of days Each On the contract modification checklist form has been —reviewed prior to me h "i., submitting submitting for approval (this box must be initialed by Project Manager) Add new task(s)"--- Ghange tasks) -- Delete task(s) Other (specify): Time extension 1 Provide a detailed and specific explanation of the requested change(s) to the task(s) and/or the additional days added: Extend project completion date 120 days to 5/3113 to allow time to replace tinned copper cable and hardware. Provide detailed rationale for the requested change: Additional time is required to account for replacement of tinned copper cable and hardware used in the installation with aluminum cable and hardware; aluminum is not showing signs of deterioration in areas where high concentrations of hydrogen sulfide are present.The tinned copper cable and hardware have been staining the walls and have shown signs of deterioration, premature 3. Provide explanation why change was not anticipated in original scope of work: When the original installation for this project was done, it was not anticipated that the tinned copper cable and hardware used in the installation would cause unsightly staining of walls and show signs of premature deterioration. 4. Describe the impact if this change is not processed: If this change is not processed, the County would not be able to correct the problem causing the unsightly stains in the in walls and, addition to increasing painting expenses, ultimately have to accept a shortened life expentancy for the cable and hardware, Tyr'PO',of "C'bangs', 1 Modification 1. Planned I Elective -r7-4Correction of errors I 1,1(j 2. Unforeseen conditionsicircurnstance 5. Value added 3. Quantity or price adiustment I LJ 6. Schedule adjustment Change d L Contractor /Consultant Owner =0 s-i n--,-D-m,- nnrf-n# Desi iTf'iDiessionai Regulatory -- -- �—Ae n c y s p c -1J Other (s 70F::� ec Other (s eci 1(� _�!_ Purchasing Professional et-lm — Participated in Negotiation Modification: Yes Z No Approved -by: date: Name and Title: Oscar P. Martinez, --§e�'n-i'l--15-r--o-j--ect—Manager Reviewed by. Date: P ro cu rem ent Strategist's Name 6 'OF Revised: 5/16112 1 Packet Page -2118- Comity A=V.VSV1*Ve Saw.— Drvwrl L-j Contract Change Request contract #: 09- Mod#: i 5262-OZ Project #: 195- 80096.1 Project Manager: Gary Original Contract/Work Order Amount Current BCC Approved Amount Current Contract/Work Order Amount Dollar Amount of this Change Pevised New Contract/Work Order Total Curnuiative Chances 2/12/2013 16.E.7. Purchasing Department Change Modification Form /1—N E Work Order Modification PO/Work Order M I Project Name: Peer Review for Collier 45-141808 1 County Beaches Department: CZM/Natu-ai I Contractor/Firm Name: Atkins North Resource Department I America Original BCC Approval Date, Agenda Item C kX. Last BCC Approval Date: Agenda Item # 0.00 %{ Total Change from Original Amount $32.365.00 9N/ALUf! Change from Current BCC Approved Amount J $0.00 1 0.00%1 Chanae from Current Amount Completion Date_ Description of the Task(s) Change, and Rationale for the Change Original notice to proceed Last approved completion date-, Revised completion cate (in-Judes this completion date: 1115/2013 1118/2013 chanae): 3/19/2013 i Number of days added (if Expiain why additional days are needed (detailed /specific;: More time is required to extension, must attach current I complete the accumulation of technical data to provide the required engineering insurance certificatef s) from SAP analysis and required reports. or obtain from vendor):, LC) CA, Add new taski's) Criange'task(s) 1 El Delete task(s) Other (specify): Time Extension on 1. Provide a detailed and specific explanation of the requested changeis) to the task(s): Additional time is requested by the design engineering firm in order to accurately accumulate the required technical data necessary to provide the proper reports and statistical analysis. 2. Provide detalied rationale for the requested change: Due to the varying complexities of information and scope of county wide beaches careful consideration and calculations are required in order to accurately provide the detailed analysis and reports associated with the design methodology used for the beach renoursihment program. 2, Provide explanation why change was not anticipated in original scope of work: The required information was not readily available in a timely manner to complete the assigned tasks. 4. Describe the impact if this change is not processed. The required peer review will not be completed as anticipated for the intended obiectives. Type of Change PIVIodification 1, Planned /Elective 2. Unforeseen conditionsicircurnstance J 3. QuantitN! or price adjustment `21 4. Correction of error(s) 1-71 5. Value added 6- Schedule adiustment Change Requested,By Contractor/Consuftant E]Usino Deoartment Design Professional E]l Regulatory Agency ,specify) Other (specity): Purchasing Professional Participated in Negotiation of Change f Modification.- 'Yes 7L_ No Approved by, ate: D/ Z,4� i-3 D P Name and Title- Gary Mca li P.E= `Secbon Mainader, CZM J Reviewed by: Purchasing Prof ssi&*,al-s Name.' Rnon Cummings Revisec, 4/0/11 Packet Page -2119- CoMer CIOU_Pv kd=,trdW5 SeNCeSDM=ri 17, Contract Chance Request 2/12/2013 16.E.7. Purchasing Department Change Modification Form FQ1 Work Order Modification Contract #' 09- Mod#: I PO/Work Order #: Project Name: Clam Bay Oper. & Mntc. 52621-SSM 4500141746 1 Clam Pass Survey Work' Project #: Project Manager: Kyle Department: Pelican Bay Contractor/Firm Name: Aonoli, Barber 5 A: I ook I i Lukasz Services Division 1 & Brundage, Inc. Original Contract/Work Order Amount '1 ­ 1-48-149 30 'Va� i1f - TOE- Original BCC Approval Date; Agenda Item # Current BCC Approved Amount N/A h S 1 10 E Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount 40D.00 3/81201V SAP Contract Expiration Date (Master) Dollar Amount of this Change $2,500-00 13.59%, Total Change from Original Amount Revised Contract /Work Order Total $20,900.00 *VALUE!I Chanae from Current BCC Approved Amount iCumulative Changes j $2,500.00 13,59% J Change from 'Current Amount Combldtion Date, Des6ffibii cin of the Task(s) Ci;ange, and Rationale for the Change Original notice to proceed Last approved completion date: 1 Revised completion date (includes this completion date: Decem be r 2 1, March 21, 2013 change)., March 21, 2013 2012 I Number of days added (if Explain why additional days are needed (derailed /specific): extension, must attach current insurance certificateW from SIRE or obtain from vendor!: I i Add new task(s) D Change task(s) 1 7J DeieTe task(S) Other (specify): 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): Additional survey crews to work nvomr w,--kpnriq tr) Pynpriihm th= rnmnl=finn n4 C'.Inrn Pncz CZi trw=w 2. Provide detailed rationale for the requested change: Because Clam Pass has closed we need this survey to obtain dredging permit, 3. Provide explanation why change was not anticipated in original scope of work: The BCC on Jan. E, 2041 identified this protect ' an "emergency" . 4. Describe the impact if this change is not processed: Without these extra crews the "emergency" permit may not be obtained. It is critc2i that this dreae be completed by Mav 1. 2013, 771. Planned / Elective 4. Correction of errors; 7_7 Contractor/Consultant I Own LL Design Professional 1 Reg Purchasing Professional Participated in Approved by: is b Name and Titie: Kyle iris asi PnSff ­0'r Reviewed bvA<IZ;Y. I Procurem& ,. �trateatts Name-: Nic;-ore Type of Change I Modification 2. Unforeseen conclitionsicircurnstance i 3. Quantity or 5. Value added i ILI 15. Scheduie a Change Reqpested By 1 Z Using DeDartmen- -Y (specify" 1 L Other (specify): of Chance./ ; Modification: Nc Z' L Yes I Date:,� ,aaer Packet Page -2120- adju tent Revised: 712T-, 1 1 cliff � �urchasirrc ❑ Contract Chanoe Request 2/12/2013 16.E.7. Purchasing Department Change Modification Form Z Work Order Modification Contract # Change #: POMlork Order #: Project Name: (, i 09 -5262 SIN 02 4500136109 PUD Hydraulic Analysis 1 Project #: Project Manager: i Department: Contractor/Firm Name: I ?sc ,i ,Nathan Beals I Public Uitiiibes PPMC Carollo Fnaineers Inc. IOriginal Contract/Work Order Amount _S -;_ 70':328:00:' - /' Orioinai BCC .Approval Cate; Agenda )tern # ICurrent BCC Approved Amount -#N /A- Last BCC Approval Date; Agenda It # j Current ContracVWork Order Amount 5 < 70;323:00 " 3!&/2014 SAP Contract Expiration Date (Master` !Dollar Amount of this Change (3'-B :' 0.00 °I° Total Change from Original Amount Revised Coruract(Work. Order Total j $70.32B.00 #N /Ai Change from Current BCC .Approved Amount (cumulative Changes r— $0.00 0.00°!01 Change from Current Amount Compie #fan. Date, Desaripiion of the ,T sj Change, and Ratibnate. for:the Change Driginai completion date: past approved completion Gate: Revised completion date (induces this December 14, 2012 1 January 19, 2013 ' 1 change): March 20, 2013 Number of days added : 50 ! Each step on the contract modification cneckiist form has been reviewed prior to me submitting for approval 6V (this box must be initiaied by Project Manager) J Add new tasks) ❑ Change ask(s) I ' Add new task(s) J Chance taSK(S) 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) andior the additional days added: This request is to add time needed. During model construction (Task 1), inaccuracies in the Water GIS database were discovered. The team determined these inaccuracies needed to be corrected prior to continuing, and it was decided that the consultant could complete the changes more efficiently. The time for the internal meetings, consultant proposal drafting, review of the proposal, PC requisition, and the actual required work caused approximately a three month delay. 2. Provide detailed rationale for the requester) change: It was critical to correct inaccuracies in the Collier County Water GIS onor to continuino with the model construction. Z. Provide explanation why change was not anticipated in original scope of work: The GIS was originally thought to be adequate for our modeling needs. 4. Describe the impact if this change is not processed: if this change is not processed, model calibration (task 2) and modei orotocoi (task 3) will not be completed within the contract time allotted. Without a properly calibrated model, the Public LItilites Master Plan could be deiaved. 'lPe.of= Ci�angeL Modiricatio:, Planned /Elective 2. unforeseen concibonsrcircumstancs + 1 Quantity or price aoiusment 1a - . .. Correct►onot erroriss i + c. Value added '; � 6. Scneduie adiustmerr 1 Change .Requested By Contractor /Consultant Owner I i Using Department Puronasino Professional Participated in Neaotiation of Change f Modification: i Yes L No Approved by �� /' Date: i Name and Title: Tom Chmeiik "Director Reviewed by Date: I Procurement S ateoist`s Name: Nicole Parke Revised: 5/1811:' Packet Page -2121-