Loading...
Agenda 07/09/2013 Item #16E4 7/9/2013 16.E.4. 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 and Administrative Changes to Work Orders. These reports cover the period of May 23, 2013 to June 18, 2013. FISCAL IMPACT: The total for 5 changes to contracts is a deductive $122,887.09. The total for 4 changes to work orders is $99,199.29. 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-1150- 7/9/2013 16.E.4. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.4. Item Summary: Recommendation to accept reports and ratify staff-approved change orders and changes to work orders. Meeting Date: 7/9/2013 Prepared By Name: DeLeonDiana Title: Contracts Technician,Purchasing 6/21/2013 8:58:46 AM Submitted by Title: Contracts Technician,Purchasing Name: DeLeonDiana 6/21/2013 8:58:48 AM Approved By Name: pochopinpat Title:Administrative Assistant,Facilities Management Date: 6/21/2013 10:25:54 AM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 6/21/2013 11:29:29 AM Name: DeLeonDiana Title: Contracts Technician,Purchasing Date: 6/21/2013 11:39:43 AM Name: MarkiewiczJoanne Title:Manager-Purchasing Acquisition,Purchasing&Gene Date:6/21/2013 1:12:39 PM Name: PriceLen Packet Page-1151- 7/9/2013 16.E.4. Title: Administrator, Administrative Services Date: 6/24/2013 11:33:31 AM Name: PryorCheryl Title: Management/Budget Analyst, Senior,Office of Manag Date: 6/24/2013 12:12:41 PM Name: KlatzkowJeff Title: County Attorney Date: 6/24/2013 1:19:30 PM Name: OchsLeo Title: County Manager Date: 6/30/2013 3:08:58 PM Packet Page-1152- 7/9/2013 16.E.4. M W O co N Oi a, 0 m C 0 d 2 0 U d C d C W LS e 0 e 0 0 ° e t E m o 0 V W N N O O N O U m I `c o to 8 CU W e e e c ° e d rya 0 o S o a 0a0 o m o o .c v o E r - 0^ 8 8 -8 M d 0 N- O C I` = O o M E C O (NI N r O d 0 N C a m CD 0 O Y : O o C m c E o o a o Q o _ o 0 o o d V m o a N .O N g w CO CO w b4 N N 69 co w N d w 2_ d `L C .L.. m d C E d O L.. G 0 O 0 > 0 0 a O O O 2 m m v a m m 0 o v a OQ w w m U w `o o, w w o ro x E co a 0 co o d w m o aa, co d m o 0 cr c o o o a tO N 0 0 d ro T cr) 2 o E 0- E o m m No E ,-- 0 N CC CO Q o a� 0 o y ao co vo 0 so m '0 ti, U U w w G " m O '9 d w In m M 69 {I.; 2 c m d T� `3 E c 'U 0. OX W O d 8 M co 0. 0 M V C O in Co y N m O N O 4k csi Q ` : O m0 O R In o, N CO co. d 'do Z E o Di c o0 0 m o 0 d V O Q O W O C ,Z co co m C ..- C co 69 N d w >. W C w a U O d E a) Q T a d N N a a C co To lo .O N r O O),. G co C co a, Ti d o 0 e au W o 0 0 .o > > O (H C M ? m Ol = E 0 N CO O CV Cl W O N CO' 0 CO O.Q 0 O ›. N 'm 0 8 ' e'Cj m Q h CO w t; --d6 N w T ' X C W . O T O F m a 0 N 0 o m .. m ca O C C p� co a 0 C N <2 >m we T 00 y 00 8 c CO °E m _- o <. C u 10 E F .> > F .> o y a d J d V. d a, O d y N Y d d d ° 0. .9. TA >- d y O a a d S a m d dw c v I.00_ , d U 0 2 y N O d L Y 7 CD OS ¢u, F d Q E _ m E -0 m am .2 . E E . m 03 ur 3 0 . 0 c o 0 = > € d m c 0 Ti O tLJ !1 _m c m 8 f0 H ° N Z Z Z Z .0 4k O C of 4t T m 0 O # ti z0 2 y # = E c > rn #V U m ; U d O O d u- d 2 t0 1- d m> U!D N d a d co d O d O .- M.- coo o ..-.7-, L `0 u A rn.... 0 rn rn d ro ° rn 3 v .o cn v 0 2 a c d a o,0_ > E o -I ,0 0,o - v v a d e d In C O E 0 C O C a a a M C U, a m c 01 C O f� C N a C C W Q N m C m 0 C O 9 m m m m m O 2 W C m C O^1n m V1 O. d a d s'In m 5 C m L > EL U d 0U' Z �UfO r 5 mOm �UWM I- Q (°o °U0 FO- c m,n�Ug E F0- a5 LLm �UW F F E R U o. C d O ...• Q C y O` C M 07 T co co U CO E M p,7 U Iy c y c c .o o c o c m 2 d Y co .O U W I� U W N U W d N U W > co L O L O L d' .0 E V LD U d d V t� d 0 ..L-. N 0` 0 -, — O O 0 O 0 O ! O O v O O O C a m m m 5 y W m 2 y L •y M Z E 2 o E 0 LO Z _ O m > d > j N O o f 0 0 o Packet Page-1153- 7/9/2013 16.E.4. ` a d '° � e o 0; g O m M o ° V O a N m 6 CO c N— U E o cO N c.i v oi a w c .0 a,>.a O c a E y ' o 3 E° c a) E co .r rn E c a).-'o s. o — o c e 2 e d .. m0 ,, °0 3 cr° E m m a csi m t E O` d o ° c o 0 3' > .O -. 0 m O N a) E N 0 D C a m y d C O p C Cl M !n 0 17 12 7 0 C a O ,i N O o D men N . ° °: 0, 8 T. a V C CC O O M m yr as N w � a �, y O j M O C a) N o c . O Q ei c a) - m -0 N- a) a) U w m c co a m Ts a o m w o w E N a C W N OO .0 0 0 2C o ((a 0 C 'E = ai N ai . 0 •a p 0)a. OY E m > M C co a) Li"al N U O a a) 0 m 0 m E 0) c N a) VW fA IA .O a) u9 y H 8 C as L m a)E a .0 a .2 y C p 0 O o `m a . > o O O Q > ' Co a) Q 'O M m Z co" ° Z o U °'a a c E a 4w 0 E co N 0 0 69 a) W ff Y a) bO Op > 0 fa O 3 C C O C O o o 0 O o cn a)5O` o °o E M U CC .L.. d a) AggIttk co .?� E m " No E y w an' 0 o o Q rn Q CO co ° rn m Q w eH E u) C co U u9 .1 o E m .2 otS O N i, N U > E E C C on d 7 q)C N O)C ... co N CA a) fb 2 Q E 2 S a ° m to / E E 'En a o m rn w o ° ci m 0° Y -o ct)Z V d a ? >, a ',V, E w r p c J m g C o Q aa, ') CO o .3a E 3 o o ° Oa i 0 a 2 E aN S Y 'a) m a o c °a co ca o a 2 ac o .c C a o ill O. m a r Pe C a7 0) CO w 7 ..°. C- L >o al Z O t 1O c l a) d Z C ro 0 V O CD CO a) `) co C7 . ° V0 (C .p Cl) U V tt , CD N 'R U) .61- N 3 h ° I C M ° O O C 1!) h 10 a) If) Iii O a O O csi Lo s- .- �U r C a C' ° 03 W R T C a co M a N G) Ca a) m E a) a) C (- .'_.. 7 C O (a�6 o a O Zr) U N C N > J. a) N 7 C a) .c 7 co O p 7 — O X U cn ° © _ _ w N a) CO m m c0 a) v o C an d c p N co N U R. a) o u a E � "8 a E o a C. a) a) Y a a) 2 .c 7 2 .a 2 m 7■ E ° E y n _ a °c m c a) 2 O 2 o ZZZZ oc5 ata w c ° �! a U o * a a c * cas aa) Q CD — a) U a) m o U Q) > o m a) a �, 'OO d 0) d .0 `n C C C •t C a N U >, O) a O (� C 2 m ° d ° S a) o �U. o rp a) CO o)Q m a `- a) Q m a a a) Q m a) V a) 'e CD r -C 0 0 - .0 a) o (a ° - .c a) o >.5_ .0 E 0 > a U a 2r- 0c/) 1- .2 3ZUa H `m u) Z0a H YZUL o I- o a) Y N a p CO O) Of m 0) 0) .0 W a w m N Ch d V N D G i C y V C CO o if/ U 3 m m U ; a) cp U ; C 2 ; CO m s= a F' ° Z re 2 0 a) X > n a) N a) O = z o w N o o Packet Page-1154-t 0 H 7/9/2013 16.E.4. Cfer! Purchasing Department Adrriniabalit*ServicesMiskri Change Modification Form - Purchasing ® Contract Chance Request ❑Work Order Modification Contract#: 12-5799 ; Change#: 3 j PO/Work Order#:4500135060 Project Name: Senior Food Services Amendment 2 Project#: 1 Project Manager: Department: HHVS Contractor/Firm Name: GA Food 1 Lisa Carr Services Inc. of Pinellas County d/b/a G.A. Food Service Inc. Original Contract/Work Order Amount ;iii:h, b 'a d , `.ii'fi its) .,it ii,' Original BCC Approval Date; Agenda Item# Current BCC Approved Amount `] ;i,atl r � it ' �_�=tL n _.!_ Last BCC Approval Date; Agenda Item# Current ContractiWork Order Amount :.. ::.:r f4,0,-,..ki10_',, SAP Contract Expiration Date(Master) Dollar Amount of this Change q )fi k '1t ,i© 1: 2.80% Total Change from Original Amount Revised Contract/Work Order Total $370,080.00 2.80% Change from Current BCC Approved Amount Cumulative Chances $10,080.00 0.00% Change from Current Amount .. R . oiatrr 4 n uV - Lug dmA Y r94,Wt f- N Y I b Q. . C sy ^ti mi. -tls Y �" fi- �_ t AO y t I� -omF- on Date D r �d fa sj �4o y l L� „, - > t o _ = I - r * . , Original completion date: N/A Last approved completion date: N/A 1 Revised completion date (includes this I change): N/A Number of days added : 0 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval . (this box must be initialed by Project Manager) Add new tasks) 1 ❑ Change task(s) _ ❑ Delete task(s) I 2 Other (specify):Amendment 2 Price adjustment- DECREASE 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added: in an effort to reduce mileage in providing meal delivery to our four meal sites in Collier County, G.A. Foods will change their delivery time. As a result, G.A Foods will reduce rates of the meals delivered to the four dining sites. G.A. Food Service, Inc has agreed to reduce the costs of each meal by .42 cents. 2. Provide detailed rationale for the requested change: If the contract price is reduced then we can purchase additional meals for our elderly population in Collier County. 3. Provide explanation why change was not anticipated in original scope of work: The rate decrease could not be anticipated at the time of the contract was awarded. 4. Describe the impact if this change is not processed:We may not be able to serve as many meals to the elderly population in Collier County. s ._ ..., i k " i 41:it t tifst v, Wei-" 'tifl4 tiG4�de riwc?sva.,xtu. )1.A �- s rm -v " 6. x T 4 1 . ,= v 'rg�" !ni»t ,. � e P3u m gt wt Jf 5rhangeA u wor- .Rp,% n .%: A ,4r4irx � o . G . � :1 . 1. Planned/ Elective ', ❑ 2. Unforeseen conditionsicircumstance 1 ❑ 3. Quantity or price adjustment _I 4. Correction of error(s) 2 5. Value added 1 ❑6. Schedule adjustment i .:Y l - x r�iAi ,7:.z.Y' a Yuri' �j}�Wr+ ° rw ... - gmT4'-,�.z � alt,` 1�?b. t.� :F raw K DIY change..equested By ❑ Contractor/Consultant I ❑ Owner I ® Using Department Design Professional I ❑ Regulatory Agency (specify): I ❑Other(specify): Purchasing Professional Participated in Negotiation of Change/Modification: ❑ Yes ❑ No Approved "" I Date: 05129/ 13 TitleName and Lisa- N. Carr, Grants Coordinator Reviewed by: Li..,t`...i�,_ F`71-',--s-----k': ; 1 Date: '") tom, l! \3 Procurement Strategist's Name: V Fif�' i-, / L /r/ ,,, , , �.�>1.!r Revised:5/16/12 PacketPage-1155- 7/9/2013 16.E.4. EXHIBIT A-2 Contract Amendment#2 to Agreement 412-5799 "Senior Food Services" Afs r 1 This Amendment,dated a/3 i 3 ,2013 to the above-referenced Agreement shall be by and between the parties to the original Agreement,GA Food Service of Pinellas County.d.b.a.GA Foods,Inc. (to be referred to as "Contractor")and Collier County,Florida,(to be referred to as"County"). Statement of Understanding RE:Agreement# 12-5799-"Senior Food Services" In order to continue the services provided for in the above referenced Agreement the Contractor agrees to amend the Agreement as follows: In accordance with Section 3 "Compensation"of the above referenced contract,replace Exhibit A, Price Schedule with the revised Exhibit A2-A,Price Schedule,attached herein and incorporated by reference,effective June 1,2013 through December 31,2013. The cost therefore is reduced by forty two cents($.42)per meal by using the most efficient route and sequence of delivery. All other terms and conditions of the Agreement shall remain in force. IN WITNESS WHEREOF,the Contractor and the County have each,respectively,by an authorized person or agent, hereunder set their hands and seals on the date(s)indicated below. Accepted: Mfav 31 2013. CONTRACTOR OWNER: G.A.Food Service of Pinellas County BOARD OF COUNTY COMMISSIONERS d/b/a G.A.Food Service,Inc. COLLIER COUNTY,FLORIDA By: / / David Karpan DIRECTOR OF PURCHASING AND GENERAL Vice President Sales and Marketing SERVICES B • First itness: ) �� � � 3oann�arkiewicz ( 7 Rosalind H.Dawson Printed Name r Secor(! fitness By trG?„fii Name Approved as to Form and Legality: ssistant Co 4 ty Attorn • Packet Page-1156- 7/9/2013 16.E.4. EXHIBIT A2-A Price Schedule . Contract 12-5799 Senior Food Services A. In an effort to reduce mileage in providing meal delivery to the four(4)dining sites, •- namely immokalee, East Naples, Goodlette,and Golden Gate, COLLIER COUNTY will allow CONTRACTOR to utilize the most efficient route and sequence of delivery. B. By utilizing the most efficient route and sequence of delivery, CONTRACTOR will reduce rates of the meals delivered to the four(4) dining sites. The revised Rate Schedule is as follows: Items - Description I Meal 2013 Revised Rates Bulk Food Program ! Breakfast. , 3.90 Revised ! i Bulk Food Program I Lunch i Revised 3 4.10 3 Pre-packaged Site Specific Program Breakfast Revised $ 4.07 Pre-packaged Site Specific Program w/o all Lunch Revised 4 side items pre-packed i.e.,bread/butter, dessert $ 4.C5 Pre-packaged Site Specific Program w all Lunch Revised 5 side items pre-packed i.e.,bread/butter, dessert 3 4.43 I Pre-packaged Home Delivery Program TWO Lunch 6 I PACK Pre-packaged Home Delivery Program FIVE Lunch 7 PACK $ 5.59 Pre-packaged Home Delivery Program ; Lunch 8 SEVEN PACK j $ 5.53 Pre-packaged Home Delivery Program Lunch FOURTEEN PACK $ 5.53 ORI Shelf Stable meal packs TWO PACK ..lunch 10 4.98 ORI,Shelf Stable,meal packs THREE PACK I lunch 11 3 4.98 ORI Shelf Stable meal packs FIVE PACK lunch $ 5.03 13 OR Shelf Stable meal packs SEVEN PACK lunch 3 5.08 14 Cl frozen meal lunch Revised 4.50 15 Cl cold meal • lunch Revised 5.84 • Packet Page -1157- 7/9/2013 16.E.4. Co t;rr Cry Purchasing Department Acrninist alive Services[lion Change Modification Form Purchasing x Contract Change Request ❑Work Order Modification Contract#:12-5947 Change#: 1 PO/Work Order#: Project Name: Roadway Improvements 4500142214 of Immokalee Road,Valewood Drive& Autumn Oaks Lane Project#: 60016.5 Project Manager John Department:Transportation Contractor/Firm Name: Bonness Inc. Conti Engineering &Construction Management Original Contract/Work Order Amount ‘,414.109;456:17".. 12111/12, 11.A Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $1A09,456.17-• 111/12, 'F'1 A Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount .-$1;1•09,4156.17 SAP Contract Expiration Date(Master) Dollar Amount of this Change $0.L10. 0.00% Total Change from Original Amount Revised Contract/Work Order Total $1,109,456.17 0.00% Change from Current BCC Approved Amount Cumulative Changes $0.00 0.00% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Original completion date: 8/3/2013 Last approved completion date: I Revised completion date(includes this 8/3/2013 change): 9/2/13 Number of days added : 30 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) x Add new task(s) x Change task(s) x Delete task(s) ❑ Other(specify): 1. Provide a detailed and specific explanation of the requested change(s): Added days for utility relocation delays. Deleted and added line items to address drainage conflict. See attached sheet for additional information. 2. Provide detailed rationale for the requested change: Contractor had structure made and when drainage was modified the structure was no longer needed. This change actually saved the County money. See attached sheet for more information. 3. Provide explanation why change was not anticipated in original scope of work:The signal cabinet was not clearly shown on the roadway plans which resulted in conflict with the proposed drainage. 4. Describe the impact if this change is not processed: Unable to install drainage as per plan. Type of Change/Modification x 1. Planned/Elective x 2. Unforeseen conditions/circumstance x 3.Quantity or price adjustment x 4. Correction of error(s) x 5. Value added x 6. Schedule adjustment Change Requested By x Contractor/Consultant x Owner ❑ Using Department ❑ Design Professional ❑ Regulatory Agency(specify): ❑Other(specify): Purchasing Professional Participated in Negotiation of Change/Modification: ❑Yes x No I Approved by: / • / A Date: .2..1//.sue c.6t.► �ccj'" Name and • le: Reviewed f Date: 17/./f/_..3 Procuremen'SSategist's Name. Revised:5/16,12 1 Packet Page-1158- .. ..,.err 7/9/2013 16.E.4. BONN Ess A INC. 1990 Seward Avenue Naples.Florida 34109 (439)5974237 *(439)597-7416 Pax www.bannessinc.com Proposal 5/24/2013 Submitted To: Collier County Administrative Services Division Estimate Number: 21822013 Address: 3301 Tanuaml Trail East,Building W Bid Title: Roadway Imp-imm.Rd,Valewood Dr C/o iC 1 Naples,FL 34112 Project Location: Immokalee Rd,Valewood Dr&Autumn Oaks Lane Contact Project City,State: Naples,FL Phone: (239)774-8380 Fax (239)732-2718 Engineer/Architect. PB Americas Thank You for Consdenng Bonness Inc. !item# Item Description Estimated Quantity Unit Unit Price Total Price J ROADWAY 110-4 REMOVAL OF EXISTING CONCRETE PAVEMENT 132.30 SY $14.00 $1,852.20 327-70-12 MILLING EXIST ASPH PAVT,1.25"AVG DEPTH 740.00 SY $3.55 $2,627.00 337-7-32 ASPHALT CONCRETE FRICTION COURSE(FC-9.5) 37.37 TON $158.02 $5,905.21 (1")RUBBER,TRAtttt.C 425-2-61 MANHOLES(P-B)(<10') -1.00 EACH $1,806.68 ($1,806.68) 425-2-61 A MANHOLES(P-8)(<10')Manufactured(Not Used) 1.00 EACH $968.19 $968.19 (Includes Tax And DivosaI) 425-1-910 CLOSED FLUME INLETS -2.00 EACH $3,344.08 ($6,688.16) 430-175- PIPE CULVERT,OPTIONAL MATERIAL ROUND, -98.00 LF $37.59 ($3,683.82) 101 0-24"S/CD 430-175- PIPE CULVERT,OPTIONAL MATERIAL,OTHER, 75.00 LF $7533 $5,649.75 201 ELIP/ARCH,0-24"S/CD 522-2 SIDEWALK CONCRETE,6"THICK 115.85 SY $30.28 $3,507.94 CC-950- ROADWAY ITEMS ALLOWANCE 1.00 15 ($8,331.63) ($8,331.63) RDW Total Price for above ROADWAY Items: 90.00 SIGN/NG AND PAVEMENT MARKINGS 700-20-12 SINGLE POST SIGN(F&I)(12-20) -4.00 EACH $319.54 ($1,278.16) 711-17 TRAFFIC STRIPE(REMOVAL) 212.00 SF $11.08 $2,348.96 CC-950- SIGNING AND PAVEMENT MARKINGS ALLOWANCE 1.00 LS ($1,070.80) ($1,070.80) SPM Total Price for above SIGNING AND PAVEMENT MARKINGS Items: $0.00 AIGEIALIZAI QN 715 4 600 LIGHT POLE COMPLETE(REMOVE) 1.00 EACH $1,585.54 $1,585.54 CC-950-SIG SIGNALIZATION ITEMS ALLOWANCE 1.00 LS ($1,585.54) ($1,585.54) 5/24/2013 9:12.49 AM Page 1 of 2 Packet Page-1159- 7/9/2013 16.E.4. Ca Oldoestie Precast* Quotation Contract South Florida Phone:239-574-8896 2140 PondeIla Rd Fax:239-574-1419 Cape Coral,FL 33909 Quote To: Estimator Ship To:AUTUMN OAKS LN.-VALEWOOD DR.IMMOKALEE ROAD IMP, Naples,FL 34116 Oidcastle Rep:Mike McDonnell Rip Phone: 239-872-0503 Reference: Contact: Phone: Order No Date Customer No Terms Bid Data F.O.B. Quote Valid for 5081568 08/31/12 003242. Net 30 Days FOB JS 30 days - City Unit Description Unit Price Amount 3 Ea 425-1351 INLET CURB TYPE P-5 BASE AND PRECAST TYPE 5 1,341.00 4,023.00 THROAT TOP WI 5160-8310 FRAME&GRATE.(STR#11,12,15) 5 Ea 425-1-361 INLET CURB TYPE P-6 BASE AND PRECAST'TYPE 6 1,536.00 7,680.00 THROAT TOP W/5160-6310 FRAME&GRATE.(STR.#3,4,8,9,14) If Str.#14 is required to be cast-in place.would by others in kid. 1 Ea 425-1-529 INLET DITCH BOTT,TYPE C MOD.<10'WI 6606 802.00 802.00 STEEL GRATE AND FIBERGLASS SKIMMER.(STR#S-16) 1 Ea 425-1-529 INLET DITCH BOT,FOOT TYPE C MOD.WI 6606 501.00 501.00 S i tEL NON TRAFFIC GRATE.(STR.S 2A) 3 Ea 425-2-61 MANHOLE TYPE P-8<10'WI 170-X-STORM RING& { 846.00 2,538.00 COVER.(STR.#1,26,5,13) Ea Note:Curb Inlets type 5&6 are for straight type"F'curb.Other 0.00 0.00 applications would be by others in field.Curb Inlets and Manholes quote as Att.B(Square) per FOOT. Total: $16,544.00 (Sales Tax 11jgf IncLJ Quote Notes: This Quotation Contract is subject to Oldcastle Precast Inc.'s standard Terms&Conditions(see separate sheet). If you have any questions,please call me at the contact Information on the top of this Quotation Contract. Sincerely, Accepted by. Mike McDonnell Date (Customer Signature) Date Oldcastle Precast,Inc. Printed name: 239-872-0503 Title: Company: Packet Page-1160- T I 7/9/2013 16.E.4. Roadway items: Item#425-2-61 Manholes(P-8)(<10'): Deleted due to change in drainage from Structure 5-15.The proposed location for the pipe from S-15 to this Structure was in conflict with the existing traffic signal cabinet and attached conduits. By changing the proposed drainage,we eliminated the need for this structure. The DOR did not see or ignored the Signal cabinet location. Pipe run and structure could not be installed as shown on plans. Item#425-2-61 A Manholes(P-8)(<10')Manufactured (Not Used)(Includes Tax and Disposal): Added since manhole was already manufactured and ready to be delivered to site.Since the change for the proposed drainage was not made until after the structure (5-13)was already made, contractor had to pay for the manufactured structure and disposal. The result was a net savings for Collier County. The DOR did not see or ignored the Signal cabinet location. Structure could not be installed as shown on plans. Item#430-175-101 Pipe Culvert,Optional Material,Round,0-24"S/CD:Deleted due to change in drainage from Structure S-15.The proposed location for the pipe from S-15 to this Structure was in conflict with the existing traffic signal cabinent and attached conduits. By changing the proposed drainage,we eliminated the need for this pipe.The DOR did not see or ignored the Signal cabinet location. Pipe run could not be installed as shown on plans. Item#430-175-201 Pipe Culvert,Optional Material,Other, Elip/Arch,0-24"S/CD: Added due to DOR error,did not have total quantity of pipe shown on plans. Need to pay for required pipe for project. It appears that the EOR made a simple math error in adding total pipe quantity. Need to pay for quantity of pipe shown on plans. Item#110-4 Removal of Existing Concrete Pavement: Added due to existing concrete driveway at the church entrance was not shown on plans. Existing concrete driveway did not meet ADA requirements for sidewalk/driveway. Existing concrete driveway probably not constructed when roadway plans were done. Unable to build planned sidewalk with existing concrete driveway in place. Item#522-2 Sidewalk(driveway)concrete,6"thick: Added to replace existing concrete driveway at the church entrance. Needed to meet ADA standards. Existing concrete driveway probably not constructed when roadway plans were done. Need to have driveway/sidewalk for church entrance. Item#425-1-910 Closed Flume Inlets: Deleted, replaced with open flumes. Open flumes are less expensive and easier to maintain. Unkown why DOR shown closed flumes when not needed. Additional cost and maintenance if not implemented. Item#327-70-12 Milling Existing Asphalt Pavement,L25"Avg Depth: Added to cover area next to the proposed turn lane and pipe crossings on Oakes Blvd.. In order to tie proposed turn lane with existing thru lanes and give better overall finished look. EOR may have been trying to lower overall cost. If not done the slope on the turn lane would be variable which would not match the plans. Item#337-7-32 Asphalt Concrete Friction Course(FC-9.5)(1°) Rubber,Traffic C: Added to cover the added milled area next to the proposed turn lane and pipe crossings on Oakes Blvd.. In order to tie proposed turn lane with existing thru lanes and give better overall finished look. EOR may have been trying to lower overall cost. If not done the slope on the turn lane would be variable which would not match the plans. Item#CC-950-RDW Roadway Items Allowance: adjusted to cover added/adjusted items above. Packet Page-1161- 7/9/2013 16.E.4. Signing and Pavement Markings items: Item#700-20-12 Single Post Sign (F&I)(12-20): Deleted, not needed. Per Collier County Traffic Operations direction. Traffic Operations did not change during the initial review. Added cost if not deleted. Item # 711-17 Traffic Stripe Removal: Added, designer error, must remove and replace with white strip for new turn lane on Immokalee Road west bound per MUTCD. DOR failed to "AL address. Would not meet FOOT standards if not done. Item # CC-950-SPM Signing and Pavement Markings Allowance: adjusted to cover added/adjusted items above. Signalization Items: Item# 715-4-600 Light Pole Complete(Remove): Added to remove pole from proposed turn lane on Immokalee Road east bound. Pole conflicts with proposed turn lane construction. EOR did not see or ignored pole. Could not build turn lane as shown if not removed. Item# CC-950-SIG Signalization Items: Adjusted to cover added item above. Time extension: Contractor is requesting 30 additional days. The contractor originally allotted 30 days for all Utilities to relocate within the project limits. For all Utilities to completely relocate it actually Asto took 72 days. This is a reasonable request based on delays created by Utilities. EOR did contact all Utilities to advise of relocation back in 2010 but since project was put on hold,Utilities did not relocate until 2013 when project was put out to bid. If not processed,contractor would be late and would file a claim for time. 1....... Packet Page-1162- 7/9/2013 16.E.4. tier County Purchasing Department Aarnntative Services Dvision Change Modification Form Purchasing ® Contract Change Request ❑Work Order Modification Contract#: 10- Change 11 v/ PO/Work Order#,. / Project Name: Construction for SR 84 & ' 5342 4500128555 V CR 951 Project#: Project Manager: Department: Contractor/Firm Name: 60073/60092 Kevin Dugan Transportation Engineering Astaldi Construction Corp. Original Contract/Work Order Amount $ 28,220,238.93 6/14111 10C Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 28,040,212.30 12/11/12 16-E10 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 28,040,212.30 SAP Contract Expiration Date(Master) Dollar Amount of this Change $0.00 -0.64% Total Change from Original Amount Revised Contract/Work Order Total $28,040,212.30 0.00% Change from Current BCC Approved Amount Cumulative Changes ($180,026.63) 0.00% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Original completion date: Last approved completion date: Revised completion date(includes this December 26, 2013 April 5, 2014 change):April 7, 2014 Number of days added :Total of Each step on the contract modification checklist form has been reviewed prior to me , Two(2)days due to submitting for approval r (this box must be initialed by Project Manager) weather/Holiday Delete task(s) Other(specify) ®Add new task(s) ❑ Change task(s) j„En ( ) � ( p ify) 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional 1 days added: 1)New Painted Striping pay items created due to a Plan Revision on"SR 84" Davis Blvd. 2)Traffic Railing End treatments not taken into consideration on the original plans on"SR 84" Davis Blvd. 3)To remove j existing"dead man"thrust block that was in conflict with structure S-96 on"SR 951"Collier Blvd. 4) Extra Depth 1 Milling required to remove existing asphalt in order to construct new road"SR 84" Davis Blvd. &"SR 951"Collier , Blvd. 2. Provide detailed rationale for the requested change: 1)These pay items were created in order to complete the job per plan.2)The traffic railing end treatments are needed for the safety of the motoring public and to comply with standard index 410. 3)The"dead man"thrust block would not allow contractor to complete drainage as per the plans.4)In order to build the road in compliance with plans &specifications. 3. Provide explanation why change was not anticipated in original scope of work: 1)There was a revision to the plans.2)No details were provided for the transitions of the traffic railing in regards to safety. 3)Existing field conditions.4) Existing field conditions. 4. Describe the impact if this change is not processed: 1) If these pay items are not created we would be unable to complete the work necessary to maintain the design intent. 2)If the change is not processed the contractor will not , be able to comply with the design standard index 410. 3)Contractor would not be able to install drainage structure per plan.4) Contractor would not be able to build the road in compliance with plans &specifications. • Type of Change/Modification . (:1 1. Planned/Elective ® 2. Unforeseen conditions/circumstance ❑ 3.Quantity or price adjustment ❑4. Correction of errors) ❑5. Value added ❑6. Schedule adjustment Change Requested By ® Contractor/Consultant ❑ Owner E) Using Department i4 Design Professional ❑ Regytla)ory Agency(specify): ❑ Other(specify): Purchasing Professional Partici ated,rh egotiation of Change/Modification: ❑Yes ® No Approved by. /. Date: T— Name and Title: �- Reviewed by: fr. ;(- ��'�",Mi4 Date:6///q/;__ Procurement Strategist s Name: Revised:5/16/12 1 . Packet Page -1163- 7/9/2013 16.E.4. fir. . :� ter cily Purchasing Department klmirisiotie Swims DiIIsion Change Modification Form Purchasirp E Contract Change Request ❑Work Order Modification Contract*: 12- I Change*: 1 PO1Work Order#: Project Name:LASIP Outfalls 3&4 5946 4500140916 Stormwater Improvements Project#:51101 1 Project Manager.Kevin Department:TECM Contractor/Firm Name:Bonness, Inc. i Dugan Original Contract/Work Order Amount "$1,38:1;990:36. 9/25/12 •118 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount , .1;381,990:36 9/25/12 1:1B Last BCC Approval Date;Agenda Item# Current ContracUWork Order Amount °$ ' 1,381;990:36 7/26/2013 SAP Contract Expiration Date(Master) Dollar Amount of this Change ($123,403:09)• -8.93% Total Change from Original Amount Revised Contract/Work Order Total $1,258,587.27 -8.93% Change from Current BCC Approved Amount Cumulative Changes ($123,403.09) -8.93% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Original completion date: 7/26/13 Last approved completion date: Revised completion date(includes this 7/26/13 change): 8/25/2013 Number of days added:30 Each step on the contract modification checklist form has been reviewed prior to me submitting for approv- 0- (this box must be initialed by Project Manager) I I I E Add new task(s) I 0 Change task(s) I 0 Delete task(s) I 0 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:The original task was to jack and bore two 52 inch casings under US41 to provide drainage from the north side to the outfall canals on the south side. Prior to commencing with the jack and bore process it was discovered that a force main was in conflict with the bore path. The alternative of deflecting the force main to end up below the the bore path was rejected because of cost and lack of approval from FDOT. Further analysis of the problem showed a 4'x 9' box culvert already in place under US41 located approximately 600 feet to the east of the planned bore path. By utilizing the existing i box culvert the same results can be reached by eliminating the jack and bore and installing 600 feet of pipe back to the outfall canal along the south side of US41. The major change is eliminating the jack and bore and the addition of approximately feet of 60"pipe. 2. Provide detailed rationale forthe requested change:The force main deflection option was proposed to the Florida Department of Transportation. The operation would require closing of one lane of traffic and possibly two lanes on US41. • Option#2 was to use the existing 4'x 9'box culvert. Option#2 was deemed the better because it eliminated lane closures while the force main was deflected and more importantly eliminated the jack and bore operation. 3. Provide explanation why change was not anticipated in original scope of work: All known utilities had been located and plotted on the plans.The location of the utilities indicated that the jack and bore could be done. Prior to Commencing the work additional soft digs were done to pin point the actual locations. It was discovered that a previously unknown water main had been identified as a force main. Subsequent digging located the forcemain under the curb of the median at the some level as the jack and bore. 4. Describe the impact if this change is not processed:The 52"casings would have to be jack and bored under US41. This would require the closure of travel lanes while the worked commensed. The cost of the deflection would be an 1 additional$229,000. Revised:5/16/12 1 Packet Page-1164- 7/9/2013 16.E.4. Type of Change/Modification 01.Planned I Elective 0 2. Unforeseen conditions/circumstance 3.Quantity or price adjustment -in 4.Correction of error(s) I ❑5.Value added 6.Schedule adjustment Change Requested By 0 Contractor/Consultant Owner _❑ Using Department ❑Desi•n Professional ❑ Re•utato A•enc seed l: • Other s•- • : Purchasing Professional Participated in -gotiation of Change/Modification: ►i Yes • No Approved by: Date: Name and Title: s •Reviewed by' ' Date: 7 /9 • Procurement t tegists Name: / II i Revised:5116112 2 Packet Page-1165- Co ler County 7/9/2013 16.E.4. Purchasing Department kdrrinistatve Servioas Division Change Modification Form Purchasing Frr Contract Change Request ❑Work Order Modification Contract#: Mod#:4 PO/Work Order#: Project Name: Electronic fareboxes for 11-5753 4500136297 Collier Area Transit Project#: 35027.1 Project Manager: Yousi Department:ATM Contractor/Firm Name: Fare Logistics Cardeso Corporation Original Contract/Work Order Amount $ 564,228.00 4/10/12, 16Al2 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 564,228.00 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 580,452.00 2/28/2017 SAP Contract Expiration Date (Master) Dollar Amount of this Change $516.00 2.97% Total Change from Original Amount Revised Contract/Work Order Total $580,968.00 2.97% Change from Current BCC Approved Amount Cumulative Changes $16,740.00 0.09% Change 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 date(includes this completion date:2/28/2012 7/31/2013 change): 9/30/13 Number of days added (if Explain why additional days are needed (detailed/specific): extension, must attach current The electronic vault purchased with this project will not be permanently installed until insurance certificate(s)from SIRE the construction of fare collection room is completed. or obtain from vendor): 61 ❑Add new task(s) ❑ Change task(s) ❑ Delete task(s) ® Other(specify): 1. Provide a detailed and specific explanation of the requested change(s)to the task(s): The change requested is for the payment of shipping and handling of the spare electronic farebox purchased under change order#3 for the Collier Area Transit (CAT) ITS system and to add time to the project to cover the construction time required of a vault room to house the new vault. Shipping and handling of one (1) Validating farebox and a 2 month time extension are being added to the electronic farebox project for a total cost increase of$516. 2. Provide detailed rationale for the requested change: A) The quote for the additional electronic farebox purchase did not included cost for shipping and handling. This change order will cover the shipping and handling of the additional validating farebox purchased with Change Order#3 for the CAT electronic farebox system. B) The time extension is necessary because the CAT facility is going through a site design/Master planning process which involves the relocation of the current revenue collection room to the back building providing a more secure location for that portion of the operations. The permit approval for the construction was obtained on May 29th,2013 and Bids will not go out for another week. Completion of construction was anticipated by summer of 2013 but due to permit approval taking longer than expected it could take until end of summer. 3. Provide explanation why change was not anticipated in original scope of work: A) Original orders of electronic fareboxes included shipping and handling costs and the additional spare farebox ordered did not; these costs were overlooked. B) The site design Master planning process had not commenced until after the ITS process was procured. The relocation of the revenue collection room was not contemplated at that time. The design and permiting of the room has taken much longer than anticipated which now requires the requested time extension. 4. Describe the impact if this change is not processed: A) Shipping and handling invoice cannot be paid. B) Without the extension the contract will expire and the required purchase and construction will not be completed. Revised:7127/11 Packet Page-1166- 1 .r` 5. 7/9/2013 16.E.4.‘ Type of Change/Modification ❑1. Planned/Elective ❑2. Unforeseen conditions/circumstance ® 3. Quantity or price adjustment r14. Correction of error(s) ■ 5.Value added ❑6. Schedule adjustment Change Requested By ❑Contractor/Consultant ❑ Owner ED Using Department : ❑ Design Professional Regulatory Agency(specify): Other(specify): Purchasing Professional Participated in Negotiation of Change/Modification: ❑ Yes ® No Approved by: J Date: _ Name and Title: c_,5 0 Reviewed by: ,,,+I/ 1 Date: -� / Procurement Strategist's Name: Revised:7/27/11 2 Packet Page-1167- 7/9/2013 16.E.4. Cow dminisr ;S i ; Division Purchasing department P^vrdlasinq Change Modification Form J Contract Chance Request Z Work Order Modification Contract#: 08- ! Change#: 2 j PO/Work Order#: Project Name: SCRWTP TSP-Lime 501-69 j ' 4500138082 Slaker I. Project fr: 71065 ! Project Manager:Alicia I Department: Planning & I Contractor/Firm Name: Mithchell Abbott I Project Management Stark Construction Co.. inc. !Original Contract/Work Order Amount $ 198 600.00 3-11-08, #1 OH Original BCC Approval Date; Agenda kern# !Current BCC Approved Amount ilk Last BCC Approval Date; ,Agenda Item#•)Current Contract/Work Order Amount 3 198600:00 '11 lc 114 SAP Contract Expiration Date(Master) Dollar Amount of this Change $0.00 1 0.00%! Total Change from Original Amount !Revised Contract/Work Order Total 3198,600.00 #DIV/0!I Change from Current BCC Approved Amount Cumulative Changes $0.00 ; I 0.00%j Chance from Current Amount Completion.Date, Description of the Task(s) Change,and:Rationale for the Change Original completion date: March Last approved completion date: May Revised completion data (includes this 13, 2013 29, 2013, I change): July 3, 2013 Number of days added :35 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager) Add new task(s) ' ❑ Change tasks) i!I Delete task(s) Other(specify): Time Extension � I 1. Provide a detailed and specific explanation of the requested change(s)to the task(s) and/or the additional days added: Additional time is requested due to unanticipated delays that were a result of the equipment vendor incorrectly sizing and supplying. the wrong pump and eductor. This change order will provide the time required to obtain the correct equipment. complete the installation, start up and commissioning of the eouipment, provide training, and prepare the final close out documentation, to adequately compiete the project. 2. Provide detailed rationale for the requested change: The contractor was close to installation completion when it was discovered that the contractors vendor had incorrectly sized and supplied the incorrect pump and eductor.The vendor agreed to supply the replacement equipment, however this will delay completion of the work. 3. Provide explanation why change was not anticipated in original scope of work: The change is for time only and was not anticipated. This was caused by an unforeseen issue that developed during performance of the work. 4. Describe the impact if this change is not processed: If this chance is not proceesed there is the risk of a shut down of the lime softeninc process at the South County Water Treatment Plant, lime treatment system. There are two lime siakers, but the other unit is close to its useful life, and is budoetec for replacement in the next fiscal year. The lime Si3ker is a critical part of the treatment process. Type of Change/Modification 1. Planned r Eiect:ve E 2. Unforeseen conditionsicircurnstance E 2. Quantity or price adjustment 4. Correction of erronse , ❑ d. Value added I E 6. Schedule adjustment Change Requested By E Contractor/Consultant ! Owner _ Using Department Design Professional E Regulators!Aaencv (specify): I Li Other(specify): Revised:5/16/12 Packet Page-1168- , - ' ---- 7/9/2013 16.E.4.— .--,urchasing Professional Participated in Neootiat& of Change i Modification: „,r--^ ',” E No : rt .., 7/ ... , / /, Approved by' ' r1/' ' /'r/ 1/4 Date !„,/p;>/-i•-•;_,..„t/e.,.,„,;,/z,-./,,,--- Name and Titie. --1 Reviewed oy: ...0. ...a4..... „,--, /_....., Date: 1 Procurement Strategist's Name: r • Re.vsec 5' 6;12 Packet Page-1169- 7/9/2013 16.E.4. per County Se Purchasing Department Administrative Purchasin Change Modification Form 9 ❑Contract Change Request gWork Order Modification Contract#: 10- Change#: 1 PO/Work Order#: Project Name: Pepper Ranch Phase II 5510-16 45-0011 1474.4500141466 Project#: N/A Project Manager: Department: Facilities Contractor/Firm Name: Wright Const., R.Fuentes Mgmt. Group Original Contract/Work Order Amount $188,335.00 $188,335.00 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $188,335.00. N/A Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $188,335.00 :9727/cil SAP Contract Expiration Date (Master) Dollar Amount of this Change $5,959;33 3.16% Total Change from Original Amount Revised Contract/ork Order Total $194,294.33 3.16% Change from Current BCC Approved Amount Cumulative Changes $5,959.33 3.16% Change from Current Amount Completion Date, Description of the Task(s) Change,and Rationale for the Change Original completion date: Last approved completion date: Revised completion date (includes this 10/03/2013 10/03/2013 change): 10/23/2013 Number of days added:20 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) ❑Add new task(s) ❑ Change task(s) ❑ Delete task(s) ❑ Other eci s ( P rfy): 1. Provide a detailed and specific explanation of the requested change(s)to the task(s)and/or the additional days added: Replace plumbing fixtures,water pipes, water heater and reverse osmosis system in the kitchen at the Main Lodge Pepper Ranch 2. Provide detailed rationale for the requested change: in Phase II of the Pepper Ranch project, as part of the scope of work contractor is to connect water to the Main Lodge, this structure did not have any water for the past 8 years. 4. Provide explanation why change was not anticipated in original scope of work: at the time the project started there was no way that the water system in the Lodge could be tested, nevertheless toilets, faucets and water shut off valves w,nere not operable. 5. Describe the impact if this change is not processed: staff or visitors could not use the restrooms in the Lodge reducing this structure limited use to the operation of the preserve. Type of Change/Modification ❑ 1. Planned/Elective 122. Unforeseen ❑ 3. Quantity or price adjustment conditions/circumstance ❑4. Correction of error(s) '5. Value added I ❑ 6. Schedule adjustment Change Requested By ❑ Contractor/Consultant `Owner ❑ Using Department ❑ Design Professional ❑ Regulatory'Ag�ency (specify): ❑ Other(speck: Purchasing Professi al Pafticipated inN�gtiation of Change/Modification: ❑Yes Li No / // f Approved by: ,",4a.." Date: 6 - (b ''` l Name and Titi;. , /6 7/1 /474/2. Review-�.j.�f #.1411►1r terite.rs 1 iliVL��� Date: / 6 Procureme S ra egists Name: ' _ Wir Revised 5.16.12 \ Packet Page-1170- 7/9/2013 16.E.4. Co fit County Purchasing Department Administrate Servi OMsion Change Modification Form Purchasing ❑ Contract Change Request Work Order Modification Contract*: 10- Change#: 1 PO/Work Order#: Project Name: Pepper Ranch Phase III 5510-23 45-00142968 Project#: N/A Project Manager: Department: Facilities Contractor/Firm Name: Surety Const. R.Fuentes Mgmt. Original Contract/Work Order Amount $230,269.00' '$230,269.00 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount • '$230,269.00.. NIA Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount • $230,269.00 Y'<'7/*9,1-1 1 t3 SAP Contract Expiration Date(Master) Dollar Amount of this Change $5,835.00 2.53% Total Change from Original Amount Revised Contract/Work Order Total $236,104.00 2.53% Change from Current BCC Approved Amount Cumulative Changes $5,835.00 2.53% Change from Current Amount Completion Date,Description of the Task(s) Change,and Rationale for.the Change Original completion date: Last approved completion date: Revised completion date (includes this 9/12/2013 9/12/2013 change): 9/12/2013 Number of days added : 0 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) ❑Add new task(s) ❑ Change task(s) ❑ Delete task(s) ❑ Other(specify): 1. Provide a detailed and specific explanation of the requested change(s)to the task(s) and/or the additional days added: Provide temporary entrance and exit at North Gate to accommodate truck traffic. Provide detailed rationale for the requested change: during the initial stage of Phase Ill the amount of truck traffic from the oil wells was more than anticipated, thus requiring a temporary entrance to accommodate the amount of trucks going in and out which are approximate 8 loads a day with a weight of an excess of 70,0001bs per truck. This phase calls for installing a cattle crate and a 20X20 concrete apron at the entrance to accommodate a new electrically operated entrance gate.All of these concrete structures must have a minimum of 21 days curing time so concrete can harden to the right PSI. 3. Provide explanation why change was not anticipated in original s,:,•e of work:during discussion with staff it was not determined how many trucks vy ere going in and out of the North a ' f the preserve.Also there's a lease with a rancher which have approximately 300 head of cattle and at present there is no cattle crate to hold back any cattle if gate is left open, which at times we have found the north gate left open by traffic. 4. Describe the impact if this change is not processed: The new gate and cattle crate could not be install which could potentially cause cattle to migrate to Pepper Road and causing a traffic problem. Type of Change/Modification ❑ 1. Planned/Elective ❑2. Unforeseen ❑ 3. Quantity or price adjustment conditions/circumstance 24. Correction of error(s) 5. Value added ❑ 6.Schedule adjustment Change Requested By �] Contractor/Consultant ($Owner Using Department ❑ Design Professional ❑ Regulatory Agency(specify): FOther(specify): Revised 5.16.12 Packet Page-1171- Purchasing Profess' al rticipated in Ne 'ation of Change/ Modification: , Yes ❑ N � 7/9/2013 16.E.4. Approved by: � i.c4 GFt( Date: _ _.7 j Name and Tit : er-'—dezie"-#.-- A/f . Reviewed b : i Dater ,, I c3,/,S Procurement t ategist's Name: il Revised 5A 6.12 Packet Page-1172- 7/9/2013 16.E.4. 1 ` Caber ` 1 .0- '' "34.04..."5,,,,,.....,,..,:,, I Purchasing Department Adr7xris tivi Set')iai.s D slx, I Change Modification Form :'.trdL F't: ❑ Contract Change Request 6 Work Oraer Modification Contract#:08- I Mod#: 1 ( PO/Work Order#,,: . Project Name:Emergency 5011 4500142570 Dredging/Excavation of Clam Pass Project#:88032.1 Project Manager:Kyle Department: Pelican Ba ' Contractor/Firm Name: Kyle Lukasz Services Division Construction, Inc. Original Contract/Work Order Amount $ 199,530.00 ; .tai% ''`1 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount N/A ` i N/' ,Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 199,,530.00 r 201 SAP Contract Expiration Date (Master) Dollar Amount of this Change $87,404.96 _.,3.81°j) 'Total Change from Original Amount Revised Contract/Work Order iota! $286,934.96 M ALU ni :Change from Current BCC Approved Amount Cumulative Changes $87,404.96 .81°r 'Change from Current Amount Completion Date,Description of the Tasks)Change, .; L Rationale for the Change i ; I Original notice to proceed date: Last approved completion date 'Revised completion date (includes this February 27,2013 March 28,2013 I change):April 12,2013 Number of days added (if Explain why additional days ar rieede (detailed/specific):Per Work Directive 15 days extension,must attach current were added for additional exca ation d e to closing of the Pass with the balance of insurance certificate(s)from SIRE days for processing final docu entatio, and payment to the contractor. or obtain from vendor): 15 Add new task(s) Change task(s) ❑ Delete task(s) 1 ❑ Other(specify): 1. Provide a detailed and specific explanation of the reque ted ch•rige(s)to the task(s):Five days after the dredsing project, a storm approached with winds out of the . filliii the pass back in with approximately 8,000 cy of sand 1 : i' 2. Provide detailed rationale for the requested change: if w didn't €open the Pass would not be navigable and would have done damage to the ecosystem including fish and wildlift . ' 11 3. Provide explanation why change was not anticipated in original ope of work:This was a late season noreaster storm that was not expected nor could it have been anticipated. T.h s storm was the magnitude of Tropical Stern Debbie. 4. Describe the impact if this change is not processed:if th incon i tible sand was placed on the beach it would have been in violation of the permits. If the Work Directive activities ere no completed the Pass would have remained closed. - 1 l Type of Change/Modiflcati Vin: t El 1. Planned/Elective 1 2 2. Unforeseen conditions/cjrcum4tance [ 3. Quantity or price adjustment U 4. Correction of error(s) I ❑ 5. Value added ,I i © 6. Schedule adjustment Change Request + By 1; ' E.3 Contractor/Consultant j 2 Owner i i 1 Z Using Department ❑ Design Professional ❑ Regulato A•enc (specif'): I 1 • Other(specify): — Purchasing Profession-.-°participated in otiation of Change/Mod fication l 6 Yes ❑ No I Approved by , Date: ,1 / Name and Titl-.Kyle Luke z, PBS* Oper�anager i i Reviewed by: +:�' 4` l Date: Procureme,- Strafe st's Na -oanne Mar i'• , terim Purchas nth Dir- tor Revised:7,27111 1 Packet Page-1173-