Loading...
Agenda 05/13/2013 Item #16E115/14/2013 16.E.11. EXECUTIVE SUMMARY Recommendation to accept reports and ratify staff - approved 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. There were no Administrative Changes to Work Orders to report during this period. This report covers the period of March 21, 2013 to April 17, 2013. FISCAL IMPACT: The total for 9 changes to contracts is $82.901.94. 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 ratifies the listed change orders. PREPARED BY: Diana DeLeon, CPPB, Contracts Technician, Purchasing Department Packet Page -3672- 5/14/2013 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: 5/14/2013 Prepared By Name: DeLeonDiana Title: Contracts Technician, Purchasing 4/30/2013 9:11:37 AM Submitted by Title: Contracts Technician, Purchasing Name: DeLeonDiana 4/30/2013 9:11:39 AM Approved By Name: pochopinpat Title: Administrative Assistant,Facilities Management Date: 4/30/2013 11:14:02 AM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 4/30/2013 11:51:41 AM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 5/1/2013 9:23:35 AM Name: PriceLen Title: Administrator, Administrative Services Date: 5/1/2013 6:06:10 PM Name: KlatzkowJeff Packet Page -3673- Title: County Attorney Date: 5/2/2013 8:51:30 AM Name: PryorCheryl Title: Management/ Budget Analyst, Senior,Office of Manag Date: 5/2/2013 10:07:46 AM Name: OchsLeo Title: County Manager Date: 5/2/2013 10:44:17 AM Packet Page -3674- 5/14/2013 16.E. 11. d m ; M W C 0 7 O N m 7 C O N L U R E V o v w w l0 d OO m m m do L a0i U V O � of 0 U m � � c N O M U E a w r d C G L O E U a w d > C O d C O ` C E h V V w O m n. W W C w 0 C7 U Up o y st d Cl CD o L C U 0 C: 'N O) O d o Oa d cq c 0 O C y @ U N d � C c p Co o L N 7 cm = O °' c 00 c 3 d cG p — 64 w N C 'X @ d in E 7 O y o a' - 3 EO m LO - c w o c � = pi a � C N ao m d �O N O N CO O C d w m c ; d c � N co C N N L LO CD CD O 3 co t N O H U w =_ c c O U .0 C d O > A'O CO1 C .3 N C C � C N N C O Ic O d W O UL 'O C c o N m � c c U E T d N = N C � O E N E c 3 p O G El C E o U_ N i o N cc X CM O C oC O N y y C N co cm N O U O 0 0 L m o M m U >- F- .LM co d > C C . N � L U C) G 3 U m m •> 7 d N O w Q K A > N C � U 7 Z m C £ W aQ o co O O a p CC) —C 6 E m d C O o a O Z C d O Z Z m Z C O C m O >ILuU m r Cl) w N 7 � O a a` E O 2 Q Z Q Z Q Z o m O O d U 69 U fa O U Q C m Z 3 a) to cc m cc m cu C 7 N Q Z n d c N d .p O Q Q Z ,c U 3 Q Q m O x C F W Z Q L L O x W d 2 R cn U N CL E o N U N fa g 0 o 0 m E U U d 0 w o st E °c o d E d CD to C' cpi E Q m a) m D z L) FO Cl) O1 C N U M O C d N d Pac 0 O 0 0 O 0 N M v a m EH 0 0 o E N N N Q N c Eli m U N O O � C tY N � a7 V7 EA T a 9 O Q1 N N 7 Q1 V Eo N � T cc W m � a d 7 O V N fa Of C (O U d to to .L.. 4n p T c m O � E c o co Y a Q dao D m O m E c w f6 y g c y C d a) N C y •p Q W = � C m O w d 0 y a a) c) M E O — a) U o Y, d mo in 0 m m y Q Y n U Z of F- 0) co OI C N Z L M V O d M d 0 ket Page - 3675 - o EO D T , C6 `o LL .O C m Q o O T (D = Q 0 o O O Q rn O 5 m m cu b9 W D O 4: CD aa) rn Q d O N w m T 3 O 7 CL O O O O O) o c c d3 U m 'O O O 2, O m CD O N O U O a) ti c v> CD m C O C O f6 O N U O N O m O d d C L m o N N O O w � � 7 d y @ Q> 0 N C U O E d N E N QrLp- ca O C C N CD c O m C n C m O O1 O Z C d c > c `O a m n `a a m L W O m n U � N O O U O N m m H c 4k c 76 O N C.4 CO cm N m Co c 2M�U� 0' r O d C M O) N C C fa C) V O O G c d E m > m cl on 5/14/2013 16. E.11. 0 co N cq Cb O C m C d e co m O d 0 U m CD c o d C L t0 v m N p 69 of CD w a7 T N O a W L m -? O y N d C N N in 7 m U N � y O O d t0 O1 � N c r� 3 •� O 6 N V9, CD w CD L_ L_ N O1 O C Uf M — > O (D U') N >- cli e o a L_ d O 7 O y N c � � d < Cc cu M > d >, Lo m cli 0 O m Q CL C: 0 N U m (D O U N m m 0 T N � Ea E c E m .M^.. O O U N @ r � x `o s �o LL Q) > N > 3 O f0 > L d N m r o E a p > p > O) d y N d c c Q On t3 a) Y y M c p — N Q u) m E E L cu QZ�C) E �° m E Ol � C O !n L N O m O 'c m y N LO d O O d C O � O C d0 E R 0 c L U w � V =d > O = M W O C C � 3 Q z O N R 0 0 0 L L a E Q Z C U U C > ° V w W c � d O > w d �E z �m W _ � C 0 7 E R d d d m O O CI ICE t d 0 M m L U ? rn a) ' O D U U w O U o' °o z - CL ° as m o a 6„ E d LL 0 - O U O O i (C4 U c = d y � 00 � E > c E (D a 07 R C 1 E (D C t V w N 69 d C O � O C d0 E R 0 c L U w � V d > O = L d O O o. E Q z R a N F U U w C of U U C 0 m > O W c � d a N > w d Of 'R W _ � C 0 7 O O m o O O ( O Q U U o z w � S ra U > Z O D U A M x C d C 3 O U p m E o' °o z - CL ° as N o a 6„ E d LL 0 - O C O f` y N i (C4 U c = d C d ta e o U t E E m- 07 R C 1 E (D C t y O U Co i o a` Co i d CO C R L 0 O 3 d d O c O O 0 O O 0 O LO LO Lq .a Co 69 0 0 69 O d D) L y 0 O = O N d C •o U C o z > O ja c � d a N > w d 47 'R O < O d 609 In d U c U O V O) p d '+ C d O M o N C CO m : O L yQ� ra > a U U a > Z O D U A M '- E ` M M 69 N v Z E d LL 0 - O C O f` y N a a` 7 N E m Q U O Z C d 2 R z Co U U i d CO C R L 0 O 3 d d O c O O 0 O O 0 O LO LO Lq .a Co 69 0 0 69 O d O L U') to ~ O c Q 7 CD C N U C O L 4 mO O In — 47 'R O < d O 609 c � O � � U O 4 > cc C a m 7 Co E CD E 69 , aci E ` v Z E d Z 7 i f` y N d _� 7 N E m ` U O Z C d N R N c ^� O U U D m Q 0.S 7 O� CO D U d C O d y y R O � O) w 7 d L U CD d y C C O` U CD A d _ W it cE� E Co ' a d N d t Q C U C C 3 CQ N C y m n w d E y U) L d w Uccoo�Um� c y M p� O (n C L > O 0 O 0= Page -3676- 3 � d U > O Packet 0 v e r a (D CR N N 0) O 69 O O 0 c 69 O W N O C v CD U m 69 U a O c Q 7 O C N C O (D O U mO O In — f» � O N y � O cc a a m 7 LO E O c C f` y R y v Z E d Z O y d N c C U U d .y N d O 'a E Q 0.S C y m N CO D G d y y R 3r. . C a y CL C E cts `o E c a y W c ° d 3 LOOOi ON 2 U O C LO C co C'JcoU � m F- c 3 d ; M � C C U) L d w O y U C c O d U 0= Page -3676- 5/14/2013 16. E.11. 0 O O 0 O X O .R. O y d y O O O C E cc Q� C Cci d M w 69 C O GI O H O ° d! a r- ° d o 0 am CN L_ N O C f6 U O O C Oi O c y v � ODD y M L 69 d L_ O C O O O d �. y < R 'ct U � 7 °D- Cl) a 69 (p N N O O U 'OD d Nr c p ' � a �, O 7 Mffl ,0 E d O 7 W 0 w C L m c m a 0 d O O C � O •d N Co CO h O y f0 U C 7 � d N F � co a 'c w U o «0 Y ik d O d L Ca OD O C E C M KY cc mcM+M�UV 10- a C Cn O (.i C « CD m R m L d! 0 O O C R d L O 0 AM lcaffiler Comity Iasi Change Request I i Contract #: 12-5880 Change #/: 2 P i Project #: 50182-3 Project Manager: Julio _7. Ordonez Joriginai Contract'WorK Order Amount Current BCC Approved Amount Current ContractWork Order Amount Dollar Amount of this Change I Revised Contract/Work Order Total !Cumulative Chances 5/14/2013 16.E.11. I Purchasing Department Change Modification Form ❑ Work Order Modification Nork Order #: 4500137134 i Project Name: Yahl Street Roadway Improvements Department: Transportation Contractor/Firm Name: Bonness, Inc. I E-noineerinc Cora ite,-R escrlption- t 'Cha o Original completion date: 5/10/13 Last approvec completion date: 1 Revised completion date (includes this 712/13 i change): TV" ,3 Number of days added 0 Each step on the contract modification checklist form has been reviewed prior to m e submitting for approval Zt-0 , (this box must be initialed by Project Manaaer) Ado new tasks) Change task(s) I Z Delete task(s) Other (specify', 1. Provide a detailed and specific explanation of the requested changes) to the task(s) and/or the additional days added. The drainage system in the original desian by the proiect Consultant (ABB) included as-built information from existing utility owners. At the becinnino of the construction phase it was determined by the Contractor that the drainaae improvements actual conflicts with existinc water, sewer and gas lines were substantial and cnanaes in the oesian were necessary tc be able to have a buildable proiect. 2. Provide detailed rationale for the requested change: Unforeseen conditions encountered on Yahi Street with existing underground utility lines reouired resolution of the conflicts between the proposed drain2ae Improvements, 3. Provide explanation why change was not anticipated in original scope of work: Typically the lesion phases of a proiect include incorporation of as -built Information from existino utility owners- The utility owners are also reauired to make adjustments to their existinc facilities on the proiect to resolve potential conflicts with the proposed improvements. -None of the utility companies on the proiect Identified maior conflicts. The proiect budoet had no provisions for subsurface utiiitv investication during the design phase. 1 4. Describe the impact if this change -is not processed: The drainage• improvements an Yahl Street could not be i constructed if conflicts with existina unberaround utilities are not resolved. Type af;:Change I-Modificatign, i. Plannedl Elective 1: Z 2: Unforeseen conditionsicircurnstance 3. Quantitv or once adiustment 1 7,_14. Correction of error(s) 1:] 5. Value added LJ 6. Schedule adiustruen, hanqe Requested, ,79 Contractor /Consultant j 70wner 1 LL Using Department —Design Professional Lij Regulatory Agency (specify): i Li Other (specify): Purchasing Professionai ParticipaMd j gotiatton ot� �nge / Modification: Yes L-i No Z Name and Title: Julid F. �Foj ect'Manager 1 Reviewed b Procurement'8trategist's Name: Rhonda Cummings, 1_",a6tFdct Specialist ReNised 5. 16,12 Packet Page -3677- 26 Original KC Approval Date Agenda Item # A 4 _A_ Last BCC Approval Date; Agenda Item SAP Contract Expiration Date 'Master) M, B44 4 0.64% Total Chance from Original Amount $886.197.28 0.64% Change from Current BCC Approved Amount i $5,644.447 0.64% Change from Current Amount Cora ite,-R escrlption- t 'Cha o Original completion date: 5/10/13 Last approvec completion date: 1 Revised completion date (includes this 712/13 i change): TV" ,3 Number of days added 0 Each step on the contract modification checklist form has been reviewed prior to m e submitting for approval Zt-0 , (this box must be initialed by Project Manaaer) Ado new tasks) Change task(s) I Z Delete task(s) Other (specify', 1. Provide a detailed and specific explanation of the requested changes) to the task(s) and/or the additional days added. The drainage system in the original desian by the proiect Consultant (ABB) included as-built information from existing utility owners. At the becinnino of the construction phase it was determined by the Contractor that the drainaae improvements actual conflicts with existinc water, sewer and gas lines were substantial and cnanaes in the oesian were necessary tc be able to have a buildable proiect. 2. Provide detailed rationale for the requested change: Unforeseen conditions encountered on Yahi Street with existing underground utility lines reouired resolution of the conflicts between the proposed drain2ae Improvements, 3. Provide explanation why change was not anticipated in original scope of work: Typically the lesion phases of a proiect include incorporation of as -built Information from existino utility owners- The utility owners are also reauired to make adjustments to their existinc facilities on the proiect to resolve potential conflicts with the proposed improvements. -None of the utility companies on the proiect Identified maior conflicts. The proiect budoet had no provisions for subsurface utiiitv investication during the design phase. 1 4. Describe the impact if this change -is not processed: The drainage• improvements an Yahl Street could not be i constructed if conflicts with existina unberaround utilities are not resolved. Type af;:Change I-Modificatign, i. Plannedl Elective 1: Z 2: Unforeseen conditionsicircurnstance 3. Quantitv or once adiustment 1 7,_14. Correction of error(s) 1:] 5. Value added LJ 6. Schedule adiustruen, hanqe Requested, ,79 Contractor /Consultant j 70wner 1 LL Using Department —Design Professional Lij Regulatory Agency (specify): i Li Other (specify): Purchasing Professionai ParticipaMd j gotiatton ot� �nge / Modification: Yes L-i No Z Name and Title: Julid F. �Foj ect'Manager 1 Reviewed b Procurement'8trategist's Name: Rhonda Cummings, 1_",a6tFdct Specialist ReNised 5. 16,12 Packet Page -3677- CHANGE ORDER NO. 2 TO: Mrs. Kathleen M. Bailie, President Bonness, Inc. 1990 Seward Avenue Naples, FL 34109 DATE: March 14, 2013 5/14/2013 16. E.11. CHANGE ORDER CONTRACT NO, 12-5880 BCC Date: 6126/12 Agenda Item: 16.A.1. Purchase Order #: 4500137134 PROJECT NAME: Yahl Street Roadway Improvements from Pine RidaeRd, to north end PROJECT NO.: 60182-3. Under our AGREEMENT dated: June 26th. 2012 You hereby are authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: Add the followina new oav items: EM DESCRIPTION 101-1-2-A Additional Survey & Layout 150-4 Type B Stabilization 425 -1- 521 -A Ditch Bottom Inlets Type C ( <10') 425-1-529-A Ditch Bottom Inlets Type C Mod. 430-175-215 12`x18" Ellip. Conc. Pipe Culvert 430 -984-623 12 "x18" Mit. End Secton 430-984-123 15' Mit. End Secton SS-2-A Modify Exist. Ditch Inlet Increase the followina Dav items: ITEM DESCRIPTION 425-1-521 Ditch Bottom inlets Type C (Mod.) 425-1-529 Ditch Bottom Inlets Type C Mod. 430-175-118 18" Conc. Pipe Culvert (Round) 575-1-1 Sodding (Bahia) CC -9950 Supplemental Potholing Decrease the foliowino Day items: ITEM DESCRIPTION 285-715 Optional Base Group 15 (9" ABC-3) 334-9-13-15 Superpave A.C. 9.5 Traffic C, I Y2") 425-1-521 Ditch Bottom inlets Type 0 ( <10" 425-1-526 Ditch Bottom Inlets Type F ( <10') 430-175-115 If 5' Conc. Pipe Culvert (Round) 430-175-124-A Open Road Cut-24" Pipe Culvert wwk'l 8" PVC DR-14 Watermain WM-2 8" Watermain Deflection WM-3 Connect Exist. Water Service to 8" VV'M QUANTITY UNIT PRICE AMOUNT I LS $3,171.96 $ 3,171.96 226 SY $ 4.50 $ 1,017.00 19 EA S 395.81 $ 7,520.39 14 EA $ 59.42 $ 831.88 105 LF $ 57.18 $ 6,003.90 2 EA $ 1,3139,40 $ 2,678.30 3 EA $1,241.22 $ 3,7123.66 1 EA S 900-00 $ 900.00 Sub-Total New Pay items: S 25,847.59 QUANTITY UNIT PRICE AMOUNT 5 EA $ 930.70 $ 4,553.50 14 EA $ 1,D50.21 $14702.94 29 LF $ 27.10 S 785.90 226 SY $ 1.56 $ 352.56 70 EA $ -93.63 _,S 6-554.10 Sub-Total Increases: S 27,649.00 QUANTITY UNIT PRICE AMOUNT 22e SY (S 42.49) ($ 9,602. 11-Ir) 19 TN IS 87.78) ($ 1,667.82) — EA (S 930,70) ($ 12,099,10) 1 EA (S 1,690.30) (S 1,690.30) 181 LF (S 26.02} ) ($ 4,709.62) 1 LS ($ 4,606.03) ($ 4,606.03) 181551 LF 406.42) ($ 8,587.70) I EA 3,703.44) ($ 31703.44) 1 EA 585,40) (S 585.401 Sub-Total Decreases: ($ 47.252,15') Total Change Order #2: $5.644.44 A FOR THE (Additive) (DeduGtiye) Sum of: 55,644.44 — Five thousand six hundred forty four dollars A0% and forty four cents, Packet Page -3678- 5/14/2013 16.E.11. ca tier County Purchasing Department "c� `n`r'nncs sron Change Modification Form © Contract Change Request ❑ Work Order Modification Contract #: 11- I Change #: 1 r �, t i PO/Work Order roject ame: e: 5606 Project #: ;j! A I Project Manager: ,[ er7 ih hpepartment: iT I Contractor /Firm Name: US Metro iOriginal Contract/Work Order Amount � !, I. rl�r�Original BCC Approval Date; Agenda Item # Current BCC Approved Amount Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount SAP Contract Expiration Date (Master) Dollar Amount of this Change $0.00 #DIV /0! Total Change from Original Amount Revised Contract+Work Order Total $0.00 #DIV/0!J Change from Current BCC Approved Amount Cumulative Changes $0.00 #DIV /0! Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change uriginai completion date: N/A Last approved completion date: NIA Revised completion date (includes this change): N/A Number of days added : N/A Each step on the contract modification checklist form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager) i ❑ Add new task(s) ❑ Change task(s) ❑ Delete task(s) Q Other (specify): i 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the additional days added: N/A Provide detailed rationale for the requested change: The County is requesting new speed updates tck A -iA) 3. Provide explanation why change was not anticipated in original scope of work: The original contract did not contemplate any higher speed than what was available at the time of the award 4. Describe the impact if this change is not processed: s: (G �,i;_ 5b t- i,,C,z i ype of unange l Modification ❑ 1. Planned / Elective 1 ❑ 2. Unforeseen conditions /circumstance ❑ 4. Correction of error(s) ®5. Value added ❑ 3. Quantit or rice adjustment I j ❑ 6 Schedule adiustment Change Requested By j J Contractor /Consultant Z Owner ❑Using Department Design Professional ❑ Regulatory Agency (specify): ❑ Other (specify): Purchasing Professional Participated in Negotiation of Change / Modifica LJ Yes 1-1 No dewed by: Revised: 5116/12 1 Packet Page -3679- 5/14/2013 16. E.11. EXHIBIT A -1 Contract Amendment -9 1 11 -5606 "T`eiecommtxnica #ions Services" This amendment, doled ,20j to the referenced agreement shall be by and benveen tilt parties to the original Agreement, US Metropolitan 'Telecom, Lt.0 ("US Metro ") and Collier County, Florida, (to be referred to as "Customer"), Statement of Understanding RE: Contract r 11- 5606 - "Telecommunications Services" In order to continue the services provided for in the original Contract document referenced above, US Metro aerees to amend the above referenced Contract as per Exhibit A -]A "Pricing for Telecommunications Services" attached to this Amendment and incorporated herein b-v reference. 'This Exhibit A- lA replaces the onvinal Exhibit A in the Contract_ ur`ther, the County- reserves the right to modify services at the locations fisted in Exhibit f, -1 A, that best sfrit tic Count'; business and ooerational needs. All other terms and conditions of the agreement shall remain in force. IN «TTWESS WHEREOF, US Metro and the County have each, respectively, by an authorized person or aY,ent. hereunder set their hands and seals on tbc, datci s i indicated below. Accepted: rrl*y 20_L� S—ERVICE PROVIDEI. C.USTONIER: U'S Metropolitan 'I elecorn. LLC: l4el e, Type; Name of Si;;naton BOARD OF- C OU'KlnY C01v11V41SSI0N,ERS OF COLLIE GOUNFTI '', FLOR A � `o lueil andall, Project Manager DEPAR IVEN'l DIRECTOR f BN Michuel Berrios DIVIS'I'ON ALIMINISTRATOIR. Len Gt�dcWPrice M Packet Page -3680- D. Johnson STRA "I GIST 5/14/2013 16. E.11. US Metropolitan Telecom, LLC 24017 Production Circle Bonita Springs, FL 34135 Exhibit A -1A to AMENDMENT 91 Priem, for Telecommunications Services The following Monthly Recurring Charges (AIRC) apply to the 9 Ethernet Services, /Speeds listed below and the 9 Internet Services /Speeds listed below, These prices apply to any of the 10 locations listed in the chart below. Note: Additional locations may be added at the same MRCs listed above; however, one -time fiber construction fees may apply and will need to be negotiated for new sites not Iisted. DOCUMENT SO- 2011 .CCGov US Metropolitan Telecom, LLC 2011 Packet Page -3681- Page 68 of 6 US Metro Ethernet Service US Metro MRC: 1 1.5 Mbps Ethernet - VPLS $300 2 10 Mbps Ethernet— VPLS $540 3 50 Mbps Ethernet - VPLS $895 4 75 Mbps Ethernet - VPLS S1150 5 100 Mbps Ethernet - VPLS $1,395 6 125 Mbps Ethernet — VPLS $1,650 7 150 Mbps Ethernet - VPLS S1,895 8 175 Mbps Ethernet - VPLS $2,095 9 200 Mbps Ethernet - VPLS $2.295 Note: Additional locations may be added at the same MRCs listed above; however, one -time fiber construction fees may apply and will need to be negotiated for new sites not Iisted. DOCUMENT SO- 2011 .CCGov US Metropolitan Telecom, LLC 2011 Packet Page -3681- Page 68 of 6 US Metro Internet Service US Metro MRC: 1 1.5 Mbps Internet Access $450 2 10 Mbps Internet Access $640 3 50 Mbps Internet Access $995 4 75 Mbps Internet Access $1.250 5 100 Mbps Internet Access $1.495 6 125 Mbps Internet Access $1,750 7 150 Mbps Internet Access $1,995 8 175 Mbps Internet Access $2,195 9 200 Mbps Internet Access $2,395 Note: Additional locations may be added at the same MRCs listed above; however, one -time fiber construction fees may apply and will need to be negotiated for new sites not Iisted. DOCUMENT SO- 2011 .CCGov US Metropolitan Telecom, LLC 2011 Packet Page -3681- Page 68 of 6 Site Name Location 1 Immokalee Community Park 321 1st Street N., Immokalee, FL 2 East. Naples Community Park 3500 Thomasson Drive, Naples, FL 3 Immokalee Fitness Center 505 Escambia; Immokaiee, FL 4 South Water Plant 3851 City Gate Drive, Naples, FL 5 Freedom Park 1515 Golden Gate Pkwy, Naples, FL 6 Naples Recycling Center 2640 Enterprise Ave, Naples; FL 7 Immokalee Code Enforcement 310 Alachua Street, Immokalee, FL 8 Marco Recycling Center 990 Chalmer Drive, Marco Island, FL 9 Campus - Building F 3300 Tamiami Trail, Naples, FL 10 Pelican Bay Services 801 Laurel Oak, Naples, FL Note: Additional locations may be added at the same MRCs listed above; however, one -time fiber construction fees may apply and will need to be negotiated for new sites not Iisted. DOCUMENT SO- 2011 .CCGov US Metropolitan Telecom, LLC 2011 Packet Page -3681- Page 68 of 6 �er c>�inty Adrrirtisrat�-. 5ervioes Division F-ur..hasing ® Contract Change Request 5/14/2013 16. E.11. Purchasing Department Change Modification Form Work Order Modification Contract #: 12- Change #: 2 PO/Work Order #: Project Name: Naples Mobile Estates 5913 Last BCC Approval Date; Agenda Item # 4500138040 Main Replacement Project Project #: Project Manager: Dayne Department: PUPPMD ContractorlFirm Name: Kyle 71010.14 Atkinson $644,397.20 Construction Original Contract/Work Order Amount $ 644 „619.20 7/24/12; 16C9 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 6441-619.20 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ '644161920 41/49QE?qE_- SAP Contract Expiration Date (Master) Dollar Amount of this Change _ ($222.00) -0.03% Total Change from Original Amount Revised Contract/Work Order Total $644,397.20 -0.03% Change from Current BCC Approved Amount Cumulative Changes ($222.00) -0.03% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: 4122/13 .' Last approved completion date: I Revised completion date (includes this 613113 change): 713/13 -f Number of days added 30 i Explain why additional days are needed (detailedispecific): The asbestos pipe removal process is going slower than anticipated because of unlocated utilites. Additional time is required to complete this work. L,I Add new task(s) 1>1 Change task(s) [ Delete task(s) I ® Other (specify):� Deduct credit I Time extension 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): • Add task: • Line item 40 - Replace concrete driveways at $4_25 sf • Line item 41 — Replace asphalt driveways at $27 sy • Delete task • Line item 13 — 12x12x8 cold tap • Line item 14 -12” gate valve • Line item 18 — driveway restoration • Line item.26 — AC driveway restoration • Reallocation of quantities between tasks as outline in the attached spreadsheet • Line item 12 — Increase by 1 • Line item 11 — decrease by 240 LF • Line item 21 — decrease by 24 2. Provide detailed rationale for the requested change: • There were several line items that were not needed or the original quanity were less than anticipated therefore the item has been reduced or deducted completely. Once contractor began work, a larger area of the driveways needed to be redone than first anticipated. 3. Provide explanation why change was not anticipated in original scope of work: • Although the design accounted for the driveway restoration; the ouanity was more than anticipated. 4. Describe the impact if this change is not processed: • The Naples Mobile Estate subdivision will not be able to be restored to prework conditions which affects the residents of the community. Type of Change / Modification Revised. 3126112 1 Packet Page -3682- 1. Planned / Elective >:I 2 Unforeseen conditions /circumstance 3. Quantity 5/14/2013 16.E.11. 4. Correction of errorls; ❑ 5. Value added a 6. ScheduiE. Change Requested By L Contractor /Consultant 7—Design Professional :purchasing Professional Partici� Approved by: t l Name and Titie: Reviewed by: Procurement Strategist's Name: Owner Regulatory Agency (specify): sd in Negotiation of Change / Modification: r Packet Page -3683- Using Department Other (specify): Yes I—i No Dates 31�.�1 Date: % f Revised 3126112 2 5/14/2013 16. E.11. - .41 Az% CJ& COW,* Purchasing Department AWTv0-afive Savm Duision Change Modification Form Contract Change Request _I Work Order Modification Contract #, 1 Change #: 1 i PO/Work-Order #: I Project Name: IMM Runway 9-271 6885 ` 45001415138 Rehab Design Project 3322 Project Manager Department: Airport I UontractorlFirm Name: Hole Monies. Thomas Verclo Authority Inc. )riginal Contract/Work Order Amount S 761,000,= 11113112 14A2 Onainal 6CC Approval Date; Agenda Item . , 'urrent BCC Apormed Amount S 7,61,000_011 1-111al'214A2 Last BCC Approval Date; Agenda Item ,urrent Contract/Work Order Amount S 761=0.00 101312013 SAP Cont-,act Expiration Date (Master) )oIlar Amount of this Change 549:196-00 — 6.45% 1 T otal Change from Original Amount ke\ised Contract/Work Order Total 1 3810,196.00 -3.46 %J Change from Current BCC Appralo-ed Amoun :;Umulathe Changes i S49.196.00 6.4611/n! Chance from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change LX,1 Original completion date' 1013,113 Last approved completion date: Revised completion date (includes this 10131' 3 change): 49A Number of days added Pd Or Eacn.steo on the contract modification checklist form has been reviewed prior to me 0 submitting for approval (this box must be initialed by Project Manager) Add new task(s) 17,1 Change tasks) ❑Delete task(s, : i i L--J Other (specify), 1. Provide a detailed and specific explanation of the requested changets) to the task(s) andlor the additional days added: add data collection, planning and environmental survey and update, and design necessary for de--OUD,iing of runways. 2. Provide detailed rationale for the requested change: FAA and FDOT requested project include full Ue coupling ofthe runways. 3. Provide explanation why change was not anticipated in original scope of work: Work requested by FAA and FDOT following meeting on March 7, 4, Describe the impact if this change is not processed: FAA may not approve plans and specifications to bid project Type of Change I Modification 1. Plannec. 11 E:iective 712. Unforeseen conditionsicircumstance nX -73—Quantitv or price adjustment 4. Correction of error(s' YJ 5. Value added . 7- 5. Schedule adjustment Change Requested By Contractor /Consultant ❑ Owner Using Deoartmen, Design Professionai 4aency (specify): FAA & DOT I Oth er specify): Purchasinq Professional Participated in Neaotiation of Chanoe Modification: E] Yes E. No Approved bv Date� Name and Title: Thomas Verao, Proj�t/Airport Manage., Reviewed by, Date: r. Revised: 5116712 Packet Page -3684- Mr. Chris Curry ? March 14, 2012 Page 2 of 2 The fee for the additional services per schedule B of the agreement shall be as follows. Project Development $ -0- Data Collection $ 8,6157.00 Planning & Environmental $ Alternative Development $ Design 30% $ 9,228M Design 601% $12"7 M.00 Design 100% $115,803.00 Bid Phase $ 686.00 Construction Grant Development $-0- Information Management System $-0- TOTAL ADDMONAL FEE $49,1196.00 If you need further information, please do not hesitate to contact me at 239/985-1200. Very truly yours, HOLE J Luc X arriere, P.E. I Vi resident Director of Aviation Engineering LJC/kgc Enclosures c.c.: Thomas Verao Packet Page -3685- 5/14/2013 16.E.1 1. `t q 5/14/2013 16.E.11. RUNWAY 9 -27 REHABILITATION PROJECT IMMOKALEE REGIONAL AIRPORT COLLIER COUNTY PROJECT NO. 125885 FEDERAL AVIATION ADMINISTRATION MEETING March 7, 2013 MINUTES A meeting was held at the FAA ADO office in Orlando, Florida to review the Alternative Development Report for the Rehabilitation of Runway 9 - 2' at the Immokalee Regional Airport. In attendance were the following: ATTENDEES: Federal Aviation Administration (FAA): Florida Dept. of Transportation (FDOT): Collier County Airport Authority (CCAA) Hole Mantes, Inc. (HM): URS. Inc.: Krystal Ritchey Kristi Smith, Lauren Hatchell Chris Curry, Robert Tweetie, Thomas Vergo Luc Carriere Steve Henriquez, Kelli Piercy The following is a summary of key issues discussed and action items: Runway 9 -27: Runway 9 -27 will be rehabilitated at a width of 100' with FAA eligibility limited to 75'. FDOT offered potential 80120 participation for any portion that is not FAA eligible. To conform to decoupling of runways. Runway 9 -27 shall be shifted 450' to the east. • Based on geotechnical findings; new base and bituminous course will be required for the pavement. The existing base material can be used as subgrade. • The profile of the runway shall be raised to improve drainage and avoid removal of existing base. Decoupiing: FAA requested that the additional work achieve decoupling of the runways be incorporated into this project. The additional work is depicted on attached sketch and includes the following: Page 1 of 3 Packet Page -3686- 5/14/2013 16.E. 11. • Remove existing P.C.C. pavement for the first 300' of Runway 18 and Runway 9. • Relocate Runway 18; 450' to the south. • Construct Taxiway C with run -up pad from Taxiway B to Runway 9. • Construct Taxiway connector from Taxiways A and C to Runway 18. • Remove Taxiway A -2, a portion of Taxiway A, north of relocated Runway 18 and a portion of Taxiway B from Runway 18 -36 to Taxiway C. Taxiways: • Taxiway B will be extended to match relocated threshold for Runway 27 and shifted to maintain 400' minimum runway to taxiway centerline separation. Taxiway shall conform to Taxiway Design Group (TDG) III to include width of 50'. • Taxiway B extension to have run -up pad consistent with FAA design standards for TDG III. Design shall show run -up pad as an alternate for possible deletion due to funding limitation. • The existing pavement for closed Runway 4 -22 shall be removed and a new mia- runway, Taxiway B -2, shall be constructed from .Taxiway B to Runway 9 -27, Airfield Lighting t NAVAIDs: • New runway edge and threshold lights, R;=ILs and PAPIs to be provided for Runway 9- 27. • New taxiway edge lights and signage to be provided for Taxiway B; Taxiway C extension and connector taxiways to Runway 18 threshold. • PAPIs, REILs and edge and threshold light to accommodate Runway 18 threshold relocation. New electrical vault with backup generator to be provided. Improvements for vault, not associated with Runway 9 -27, may not be eligible for FAA funding. Grading and Drainage: • Grading and drainage needed to reduce ponding and wildlife attraction in ROFA for Runway 9 -27 and RVZ and facilitate maintenance, reduce wildlife attractants and improve drainage. « Grading and drainage to be expanded to cover reconfiguration of airfield due to decoupling. Page 2 of 3 Packet Page -3687- 5/14/2013 16.E.11. 1 Fencing: • Existing 4' barbed wire fence on north side of Runway 9 -27 to be replaced with 8' high, wildlife deferent chain link fence. New fence to extend across approach to Runway 27 and connect to existing fence along Taxiway B. Funding: • FAA noted that the project is competing for $3.75 million in discretionary moneys in addition to the CCAA's $450,000 in entitlement money. FAA to determine available funding based on bids. Schedule: • Completion of design in June. 2013 with bids due in July and grant application submitted by end of July. ACTION ITEMS: Sponsor / HM / URS to submit final Airport Layout Drawings depicting decoupling of runways along with check list for determination of environmental impacts for FAA approval_ ✓ HM / URS to include documentation in Engineer's Report to support TDG III and configuration of run -up pad consistent with new standards per AC 150/5300 -13A. ✓ HM / URS to include documentation in Engineer's Report to support use of wildlife deterrent fencing. ✓ HM / URS to submit draft Construction Safety and Phasing Plan with 30% Design submittal. Upon review of these Minutes please submit, in writing, any comments /revisions via email to my office at luccarrier(ftmeng.com. Thank you for your attention to this matter. Respectfully submitted, HOLE MONIES, INC. Luc J. Carriere, P.E. Enclosure c.c.: All Attendees Page 3 of 3 Packet Page -3688- fd.mnistmtive Services DVsion } t' urc:hasing 7 Contract Change Request 5/14/2013 16.E.11. Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: 12 -5970 Mod #: 01 1 PO /Work Order #: Project dame: Immokalee Pavement Original BCC Approval Date; Agenda Item # 4500142674 Overlay Project #: Project Manager: �� Department: Immokalee Contractor /Firm Name: AJAX Paving of 44=42&z4 PIA Bradley Muckel ! CRA Southwest Florida Jriginal ContractfWork Order Amount $ 225,314.50 1122113: 16B i Original BCC Approval Date; Agenda Item # current BCC Approved Amount $ 225,314.50 1122113; 16B1 Last BCC Approval Date; Agenda Item # Durrent Contract/Work Order Amount $ 225,314.50 5/15/2013 SAP Contract Expiration Date (Master) )ollar Amount of this Change $22,266.50 9.88% Total Change from Original Amount Revised ContractlWork Order Total $247,581,00 9.88% Change from Current BCC Approved Amount ,emulative Chancres 1 $22,266.50 9.88% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original notice to proceed completion date, Last approved completion date: FRevised completion date (includes ' May 15, 2013 May 15, 2013 1 this change): ne Me 5 t51 t Number of days added (if extension, must I Explain why additional days are needed (detailed /specific): N/A attach current insurance certificate(s) from SIRE or obtain from vendor): 0 days 1 Add new task(s) j ❑Change tasks) (� Delete tasks) Other (specify): j 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): item #1: Asphalt Milling at Three intersections: At the request of the Collier County Road Maintenance Department, three f intersections within the project limits will be "milled" (shaved down) in order to bring the north -south road level with the east - west road. This will level the road way. 1,600 square yards a@ $3.00 per square yard = $4,800.00 item #2: Superpave Asphalt Contingency, 175 Tons: At the request of the Collier County Road Maintenance Department, I�I AJAX has been asked to provide sufficient asphalt at the above mentioned intersections (3) to bring them back to new condition. This will involve laying more than the i" originally anticipated at these three locations only. Therefore, an asphalt contingency o €175 tons is being added to the contract. 175 tons $97.10 per ton = $16,992.50. Item #3: Manhole. Adjust, Sanitary Sewer: The immokalee Water Sewer District conducted a thorough investigation of the utility related items within the entire project area. They discovered two sanitary sewer manholes that our engineer overlooked during the design phase. These manholes will need to be raised ( "adjusted") 1" to accommodate the asphalt overlay. 2 each @ $83.00 each = $166.00. Item #4: Valve Box Adjustment; The Immokalee Water 8 Sewer District conducted a thorough investigation of the utility related items within the entire project area. They discovered seven water valve boxes that our engineer overlooked during the design phase.. These valve boxes will need to be raised ( "adjusted ") 1" to accommodate the asphalt overlay. 7 each $44.00 each = $308.00. 2. Provide detailed rationale for the requested change: Item #1: These three intersections within the project limits will be "milled" (shaved down) in order to bring the north -south roadways level with the east -west roadways. This will level the road way and ensure that there is positive drainage to the drainage structures in the area. i jItem #2: Additional asphalt is being added to the contract as a contingency and will be used on an as- needed basis to bring 1 three intersections that are currently out of level to like new condition. This may require 4" of asphalt in some areas rather I! than the uniform 1" in the base contract's scope -of -work. Items 43 & #4: All of the utility access structures that fall in the roadway (manholes, caps, boxes, lids, etc) need to be raised I Revised: 7,27111 1 Packet Page -3689- 5/14/2013 16. E.11. to the height of the new asphalt overlay in order to remain operational and avoid puddling. 3. Provide explanation why change was not anticipated in original scope of work: Item #1: The request to level the three subject intersections came post -bid from the County Road Maintenance Department. 1 Item #2: The request to level the three subject intersections came post -bid from the County Road Maintenance Department. Item #3: Inadequate field investigations by the Design Engineer during project design phase. Item #4: inadequate field investigations by the Design Engineer during project design phase. 4. Describe the impact if this change is not processed: Item #1: These three intersections would receive a simple V asphalt overlay and remain out of level. Item #2: These three 'intersections would receive a simple V asphalt overlay and remain out of level. Items #3 & #4: The new asphalt overlay would cement the manhole covers and valve boxes in place_ The Immokales Water & Sewer District would not be able to remove these covers and access their utility system for future maintenance and /or repairs. ! Type of Change i Modification 1. Planned 1 Elective Unforeseen conditionslcircumstance 3 Quantity or price- ae�jus#pent 4. Correction of error(s) [1 5. Value added ❑ 6. Schedule adiustment Change Requested By U uontractorlConsuttant I Z Owner ❑ Usinq Department i [] Design Professional Z Regulatory Agency (specify): County Road j ❑ Other (specify): Maintenance Department i Purchasing Professional Participated in Negotiation of Change t Modification 0 Yes No Approved by: Date: J> Name and Title: Bradley Title: Muckel, CRA Interim Director i Reviewed by: (Date: Z 2a� 3 Procurement Strategist's Name'. Revised: 7!27111 2 Packet Page -3690- 5/14/2013 16. E.11. Co#� County Purchasing Department ActninisratAre Semoes, Dmstx Change Modification Form X[D Contract Change Request 71 Work Order Modification Contract#:09-5335 1 Change*-. 5 1 PO/Work Order #: N/A Project Name: Collier County Website Hosting & Maintenance Project #: NIA Project Manager: Janet Department: C&CR Contractor/Firm Name: Vision I Curran Internet Providers, Inc. )niginal C-ontract/Work Order Amount $ 9,000.00 Nh',- Original BCC Approval Date; Agenda Item 'urrent BCC Approved Amount #N/A Wf, Last BCC Approval Date- Agenda Item # 'urrent Contract/Work Order Amount 20.100.00 SAP Contract Expiration Date (Master) )altar Amount of this Change S6,417.0C) 194,63% Total Change from Original Amount revised Contra-.VWork Order Total S26,517.00 #N/A Change from Current BCC Approved Amount ,umulative Changes 1 $17,517.00 31.93% C hanae from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date'. Nf,", Last approved completion date: N/A Revised completion date (includes this change): NIA. 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) Y —'Add new tasks) Delete task(s) U Other (specify): 1, Provide a detailed and specific explanation of the requested change(s) to the task(s) and/or the additional days added: Collier County CCR would like to have the website redesigned to be updated images and more user friendly experience for the public. 2. Provide detailed rationale for the requested change: Vision hosts and maintains the current website and use those as credit to this project. 3. Provide explanation why change was not anticipated in original scope of work: At the time the agreement was written we had just underwent a redesign, therefore we did not expect to have another design for a number of years- 4. Describe the impact If this change is not processed: The County website will be unuser friendly for the public to use and find information easily I Type of Changeul Modification 1 Planned Electi i I' ve i 2. Unforeseen conditionsicircu 3- Quanti or price Adjustment omection of error{s) I Value added 17 6- Si herjule adiustmant Change Requested By Professional L-J Reautatory Agency (specify), Desi I _q n LJ1 Other (specify): Purchasing Professional Participated in Negotiation of Change i lJtodmcatior. 0 yes 0 No Approved by* I Date: Revised: 5116;12 1 Packet Page -3691- Name and Title: Reviewed by: Procurement StrategrsYs Packet Page -3692- Date: 5/14/2013 16. E.11. R*vWd 5 ?lWI2 2 vision i n t e r n a t Addendum #8 5/14/2013 16. E.11. This Addendum 48 ("Addendum ") specifies additional work to the Collier County Website Hosting and Maintenance Contract. No. 09 -5335 dated February 5, 2010 ( "Agreement "). Collier County (`Client ") desires Vision Internet Providers, Inc. ( "Contractor ") to perform work- specified in Addendum #8 Scope of Services ( "Scope "), attached hereto and incorporated herein by this reference. 1. Price: Contractor agrees to perform work in Scope for $11,772. A. Client agrees to pay Contractor as follows: (i) An initial deduction of $5.353 (44.15 hours) from the Client's accumulated maintenance hours. (ii) A payment equal to the remaining cost of $6,417 upon completion of the work in Scope. _. All other terms and conditions of the Agreement shall remain in full force and effect. AGREED: DATE: By Print Name DATE: By: COLLIER COUNTY Print Title VISION INTERNET PROVIDERS, INC. STEVEN CHAPIN Title: President Page 1 Packet Page -3693- Client's Initials Contractor's Initials vision i n t 9 r n a t Addendum #8 Scope of Services 5/14/2013 16. E.11. Graphic Redesign We will create an entirely new look and feel for the County's website. This includes a new homepage layout, optimized for a wider screen (1,024 x 768 pixels), with more dynamic elements on the homepage, such as news and calendar events listings. We will first work with the County to create a new homepage layout wireframe. Then we will provide the County with up to three homepage design concepts and make revisions to the chosen concept until you are satisfied. Once finalized, the design for the interior website page templates will be based on the approved homepage design. Project Notes Website main navigation changes are not included with this project. +. One of the "up to three homepage design concepts" mentioned above will be used to redesign the EEmergency Homepage in this project Design changes to visionMobiie are included with this project. Contact Questions regarding the above mentioned item can be referred to Account Manager Jeff Pook. Price for Services jGraphic Redesign (2 -3} £omps X13,080 110% Discount (31,308)1 Total f $11,7721 As you discussed with Account Manager Jeff Pook a portion of the cost of the Scope of Services above will be deducted from your accumulated maintenance hours. Client's initials Contractor's Initials Page 2 Packet Page -3694- 5/14/2013 16.E. 11. comer cow'�n' r Purchasing Department Change Modification Form [ Contract Change Request ❑ Work Order Modification Contract #: 11. Change #: 2 ( PO/Work Ord erM 45- Project Name: Beach Renourishment 5772 ' 136975 j Proiect Design County Wide Project #: 8009e Project Manager: Clint Department: CZM, Natural Contractor /Firm Name: Coastal j Perrvman Resources Department Plannina & Enaineerina. Inc. original Contract/Work Order Amount $ 848,554.00 V"T"1 t � t1 Original BCC Approval Date; Agenda Item # :urrenfBGC Approved Amount S 848.554.00 i Last BCC Approval Date; Agenda Item # :urrent Contract/Work Order Amount 846,554.00 SAP Contract Expiration Date (Master) )ollar Amount of this Change $0.00 0.00 °10 Total Change from Original Amount Revised Contract/Work Order Total 5846,554.00 _ 0.000% Change from Current BCC Approved Amount umulative Changes j 50.00 Design Professional 0,010 Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: January Last approved completion date: l Revised completion date (includes this 6, 2013 fed. (r ZUt3 f change): November 1, 2013 Number of days added : 235-Days Each step on the contract modification checklist form has been reviewed prior to me D ! submitting for approval (this box must be initialed by Project Manager) [�j Add new task(s) I Change task(s) ❑ Delete task(s) ® Other (specify): Amend Schedule B Rate Sheet 1. Provide a detaiied and specific explanation of the requested change(s) to the task(s) andlor the additional days added: This change order request to amend the existing "Attachment 1 of Schedule B" is required and necessary to whin +K—A— .., +.. +.. ..+—A .; +6 a" _; *i-... ..f ". ;I;--A to perform the obligations of their contractual performance requirements. The equipment rate sheet information was not included in the contract documents prior to the contract ratification. 2. Provide detailed rationale for the requested change: In order for the design engineering firm to perform their contractual obligations, the use of specific technical equipment is required to obtain detailed technical data to successfully obtain the required permits from the regulatory permitting agencies. 1 Provide explanation why change was not anticipated in original scope of work: The rate sheet information was unintentionally omitted from the contract documents prior to the contact ratification process. 4. Describe the impact if this change is not processed: The design engineering firm will not be able to adequately perform the obligations as per the terms and conditions of the Professional Services Agreement for the county -wide overall beach renourishment project. Type of Change ! Modification } 1. Planned/ Elective 2. Unforeseen conditionsicircurnstance : ' 3. Quanti or price adjustment —+'-` 4. Correction of error(s) 5. Value added Z 6. Schedule adjustment _ Change Requested By ~� Contractor /Consultant r ❑Owner ❑ Using Department Design Professional Regulatory Agency (specify). [7 Other fspeci ): Purchasing Professional Participated in Negotiation of Change / Modification: i Yes No Revised: 5/i SI'L Packet Page -3695- 5/14/2013 16.E_11. Approved by: ate: ;'Name and Title: Clint Perryman, ProjfflManag MW Reviewed by: / Procurement Strategist's Name: Scott -Johnson _ «ot Packet Page -3696- Reviwd: 5116112 cc cownty ...r..- "gym*.. Contract Change Request 5/14/2013 16. E.11. Purchasing Department Change Modification Form ❑ Work Order Modification Contract # :12- Change #: 1 I PO/Work Order*: 45- i Project fume: Bayview Park Phase 11 & 5900 _ 141027 I11 Project tt: 80060 Project Manager: Clint + Department: CZM /Natural Contractor/Firm Name: Quality Perryman ` i Resource Enterprises. 6A6, inc. 05A Original Contract/Work Order Amount S 594;692:86 12 16,,D7 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount S 594;692,86 Last BCC Approval Date; Agenda Item # 1 Current Contracvwork Order Amount S 694;692486 SAP Contract Expiration Date (Master) i j Dollar Amount of this Change Z24.600' ;00 4,14% Total Change from Original Amount !Revised Contract/Work Order Total 5619,292.86 4.14% Change from Current BCC Approved Amount � ICumulative Changes $24,600.00 4.14% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: May 2. Last approved completion date: May Revised completion Gate (includes this 2013 2, 2013 change): May 2, 2013 Number of days added : D Each step on the contract mL %ation checklist form has been reviewed prior to me submitting for approval his box must be initialed by Project Manager) i_I Add new tasks) I J Change task(s) ❑ Delete task(S) I Other (specify): -� I Increase Manpower & Unforeseen ! Site Conditions 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) andlor the additional days added: This change order is requested in response to the general public's demands to allow continual access to the boat ramp during the construction process. The original construction schedule was established to complete the site improvements in a single phase, however, due to the public demand to access the boat ramp the contractor had to increase his onsite manpower and divide the site improvements into multiple phases. Also, there was an unforeseen site condition encountered during the demolition process when a conflict with an existing watermain line conflicted with the new underground storm pipe system requiring the watermain to be relocated. This unforeseen site condition was further evaluated by staff and it was determined that the conflict was a valid claim. 2. Provide detailed rationale for the requested change: The Bayview Park boat ramp is the county's most utilized boat ramp and is heavily visited by local fishing clubs, and boaters throughout Collier County. At the request of the BCC staff was requested to make special accommodations to allow the general public to gain continual access to utilize the boat ramp facility. Also, regarding the unforeseen site conditions, in order to install the new underground storm pipe system as designed, the existing watermain will be required to be re- routed to avoid the conflict with the systems. 3. Provide explanation why change was not anticipated in original scope of work: The original scope of work did not include any provisions for the public to have access to the construction site while construction was in progress, and the intent was to close off the boat ramp to the public during this phase_ However, due to multiple complaints from the boating community after the fact, the BCC requested staff to provide continual access to the boat ramp facility. Also regarding the unforeseen site conditions, it was not anticipated that the existing watermain would cause a conflict with the storm pipe system because it was not identified on the original as -built drawings. 4. Describe the impact if this change is not processed: The site would be completely closed off to the general public with further complaints, and subsequently the directions given by the BCC would not be executed. Type of Change! Modification Revised: 5116,112 Packet Page -3697- 5/14/201316.E.11. Planne Unforeseen conditions/circumstance i 13 3. Quantity or once adiustment IL 4. Correction of error(s) I LJ 5. Value added 6. Schedule adjustment Change Requested By A*1 Contractor/Consultant Owner Department ILJ Design Professional Regulatory Loency (specify): Other (specj!y): Purchasinq Professional Participated in Negotiation of Change Modification: LJ Yes N No Approved by: I Date: Name and Title: Clint Perryman, Project Manager Reviewed by.- Procurement Strateqist's Name, Scott Johnson XJ A Packet Page -3698- ci, Gc� A'am O)MM-s Services Envis= Contract Change Request 5/14/2013 16. E. 11. � Purchasing Department Change Modification Form 17 Work Order Modification Contract #: 12- Change #-.5 PO/Work Order* Project Name: CAT Intermodaf Transfer 5801 I 4500135360 Station 1 Project *: 33037 Project Manager: Department: Alternative Contractor/Firm Name: Manhattan Brandy Otero Transportation Modes Construction Original Contract/Work Order Amount 3113f12 Original BCC Approval Date; - Agenda ttem iCurrent BCC Approved Amount '� 3,844;,449,�,W , ��VI,2;11A, - Last BCC Approval Date; Agenda Item Current Contract/Work Order Amount SAP Contract Expiration Date (Master) Dollar Amount of this Change 'GW' -0.55% Total Ctange from Original Amount Revised Contract/Work Order Total ICumulative $3,819,449.00 -0.65% Change from Current BCC Approved Amount Changes (525,0=00)l - 0.65% Change from Current Amount Completion'Date,,'Desenpti6n ,of:the Task(s )Change; and RationaleAbrthe Change :':I Original completion date: Last approved completion date: I Revised completion date (includes this 7/2212013 l 7/2212013 change): 712212013 Number of days added :0 Each step on the contract modification checklist form has been reviewed prior to me I submitting for awroval (this box must be initialed by Protect Manager, Add new task(s) 1 —Change task(s) i n Add new taskis) 1 Change task(s) 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and/or the additional days added: Remove fumiture allowance. This change will decrease.the original contract value of $ 3,844,449 (by $25,000) as approved by the Board for contract 12-5801 R Collier Area Transitintermodal Transfer Station. 2. Provide detailed rationale for the requested change- This change will allow for a direct material purchase off the state contract and a savings of -approximately $1.500 of sales tax. 3. Provide explanation why change was not anticipated in original scope of work: The original scope of work was included in the contractors bid. Upon reviewing costs and furnituree options available, it was decided that the best option was a direct material-purchase. 4. Describe the impact il"this change is not processed.,. There will be a loss of savings of S1,500 and an increased cost of the prucase of furniture. Change, Requested, By 7 Contractor/Consultant Owner 1 'Li Usin2 De2artment =Desion Professional 1 LJ Reaulatory Agency (sDecifv): 1 Q Other (sgeci!y): Purchasing Professional Particioated in Negotiation of Change / Modification: [9 Yes LJ No Approved by"-, Datet4 I 1� i Name and Title:l Brandy Otero Reviewed by: Date: � Procurement Strat6gisfs Name: Brenda Brilhart Revised: 516112 I Packet Page -3699-