Loading...
Agenda 07/24/2012 Item #16E57/24/2012 Item 16.E.5. EXECUTIVE SUMMARY Recommendation to accept a report and ratify staff - approved change 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 24, 2012 through July 6, 2012. FISCAL IMPACT: The total for 13 changes to contracts is $139,882.28. There are no changes to work orders to report during this period. LEGAL CONSIDERATIONS: This item raises no legal issues and requires majority vote for approval. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: That the Board of County Commissioners accepts the Administrative Change Orders Report and ratifies the listed change orders. PREPARED BY: Diana DeLeon, CPPB, Contracts Technician, Purchasing Department Packet Page -3014- 7/24/2012 Item 16.E.5. COLLIER COUNTY Board of County Commissioners Item Number: 16.E.5. Item Summary: Recommendation to accept reports and ratify staff - approved change orders and changes to work orders. Meeting Date: 7/24/2012 Prepared By Name: DeLeonDiana Title: Contracts Technician, Purchasing 7/9/2012 4:35:50 PM Submitted by Title: Contracts Technician, Purchasing Name: DeLeonDiana 7/9/2012 4:35:52 PM Approved By Name: pochopinpat Title: Administrative Assistant,Facilities Management Date: 7/9/2012 4:46:19 PM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 7/10/2012 9:04:39 AM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 7/11/2012 7:18:08 AM Name: PriceLen Title: Administrator, Administrative Services Date: 7/11/2012 4:11:54 PM Name: KlatzkowJeff Packet Page -3015- Title: County Attorney Date: 7/12/2012 9:41:55 AM Name: FinnEd Title: Senior Budget Analyst, OMB Date: 7/12/2012 12:56:29 PM Name: OchsLeo Title: County Manager Date: 7/12/2012 2:38:17 PM Packet Page -3016- 7/24/2012 Item 16.E.5. N w c O � N • L' o C0 o �7 d 'o d m °o a) c o = o rig aE E ° U V ¢ C UOQ e O V w ¢ y w m w C C c U L) d 0 o C R 0 m CL O a E L 9 O � o r 7 R ¢ 7 V C O O a, A O O c E C U m C O ¢ V w ri M V) Z c o C0 o w 'o d m °o a) c v E U m O) C UOQ 6°s ¢ 2 Z w C C c R v >o c o 0 0a 0 0 m CL O a E o o 0 � L - 7 R ¢ 7 C U w o m f- � U m 69 0 O o a 0 z E o L F- LU � U U w C c O 3 d 0 o 0 o o 0o ¢ a o o ¢ UUw to M n E Cw9 7 M w O O O 'a U d o C c o `m O a rn N r R U 0 p z > Z_ E O m 6¢ C N N '2 Q w M d N Q N E CM O c O U O 3 C C O1 R R a m` U R E E E N C C U R 0 ` (Q/, N U O _ O° Y 0(L a or O o� LL N Q T O C N a w N w T N o O N R C E CL o o E R d R °o V o L E c a y I? O � G T R m C C L z O m N 69 N bs c _ - L O w Z Z L T #= m vZ d v LL O o y a o LU 0 o o aCi O L O L R O Co O a > a U UIL QUOU Lim FO- 7 C a o u C m w O E V R W :: ` R N U o m a, O C O U M a � O LL ¢ L O u -0 N _ ° `o 0 o d o O m a i o O n U E if E o cc U p O o a O n 7 L - y LR O Z a v Z a U 9 Y 3 N am � oC m E � Z N a) * O c U cc 0 0 CM 0 U (ca c Co C, L c m CL1 Z O U ¢ � � M O Cn O N U Cu R >, > R K L C o O C O U � O > w ID ID Y °3 C O CL � Q) D_ _o R o N U y c rn o C U R �a L � V 0 0 at c (D > E O H 7/24/2012 Item 16.E.5. e °o O R o C0 o ¢ 'o d 2 y a) c O U U a d O) C ' > a) O ¢ E o Z V C R Q 0 0 °o 0 L - 6°s E .O O° 3 o m R L 0 N ¢ 0 z E o N U c r Q U 3 Y R 0 d ¢ a z M to M n E N C w O 3 'a U R `m N r R Q T z > a v Z a U 9 Y 3 N am � oC m E � Z N a) * O c U cc 0 0 CM 0 U (ca c Co C, L c m CL1 Z O U ¢ � � M O Cn O N U Cu R >, > R K L C o O C O U � O > w ID ID Y °3 C O CL � Q) D_ _o R o N U y c rn o C U R �a L � V 0 0 at c (D > E O H 7/24/2012 Item 16.E.5. e °o O o C0 o 0 0 O a) U a d ' > a) O N 0 0 « 0 L - coo O° 3 o m 0 0 0 0 R L U Q U Ci 0 L I a o a, L to M n 0 0 ° o C w O 'a U O Q 04 N 0 to O d m w d 3 � R E � � o O° Y °O a (Op O O O 69 w m w T C E CL o R °o V o° O a y O C m m N 69 N bs E E O w L T o U 5 a o °o e o o a) o a m N 69 o N N 64 C a o u C m w M r E a, O C O LL ¢ _ y o O a y o O n U O LL cc C O p O o a O n T - y N W ID O 669 H M � O � $ � 3 Y N O O od M, C N N o C 'C -o S a ?U R 2� 0 O R pcp U dm Y s R L. O 0 C O LL a o m N m g U � y w C N U) O N y M o. oLL a m Q Z E> R R d Q c a> a i E w m 0 ¢ m E 4 U p d E c n U m U 2 aZ E N .O O E ° zM Y ° ° y U m' °o o 0 U m Q ° � 0 n E E m a LL M p °'' R U° a O a) v o a E U o a, m Co a Y o w 'o m w w LO m m rn o c o y o °mot U `R 0. .?��(� 0 E �. 'cc ¢N m m o (OO I (� °U z >I H L) L) ~ C7Z�UDU r Co m N N N C R V c ai 7!5 EL IM C rn a C O R U C C O O Z C V •- m-J L N V Y N R V QO O o0 o ; Z N ZN y Za M O O R O 0 Packet Page -3017- N [L O � N V d N T E E C d -Ji Z G C d E C 0 an d t v n° o V E 10 E c e p U w d U d Co d 07 C U a O e L N N LL Cu c J V N � O 3 c E 0 U Q w d C OI d O M O` E U Q w d > C C O` d a 0 o CL V U w v m C C V m o '� o U 0 w -0 c c U C O L E O m Q Q w d tM (�Q d n 'o o a` O C Z Z d C d Q m z z a 0 2 V d C C C m C > a 0 T d h N � O u a` E o d Z 0 co CCi o O 0 O _ N r O v d N +G+ N O a N o y C N d d N d W M _O N O d O Q) � D L m N X N pl e ~ o Co o O C U 3 O O N = 2 N N O m c ° E o O m a o O? o a O > N c O U N O C to O N E ° U m m (A O c0 d C C Co a LL c p N c cL E w U m o C 64 N m U m C ao E C o v c ^ m E 3 N X m b d O M d m m a ... d � t° Y p O E p N m 69 L N 9 o O O C V d 0 d L N O O - d = J o J w E a) 69 m n m � °: o o o v � � c y CD ° d N C V ol d L fi O y O 0 3 69 M ~ p d d L N 12= m N d m ° an d N O ° a o O 3 m 0 r a O O N C d c E In m w ...- Nw E c 2 °° p V) C o d L V) `m o m E w d a y E 0 c E o m > > d Q m o O V 0 U NO C � N C O O O m 0 O CYJ 0 CL U 7 o O 'p (/ C N O 2 0 Q Cl N d > m v in a 9 3 O Cu S V 69 a d LL d O d d Co N > d r O tM mp L d Ld N F m 'O U C m 0 y p Q o O. L X 0 d "d0 Xa m O r Q0 `o 0 0 ` L E o N C E rn oo O) d = E W d m m e d m C O1 N to 69 C T N d o C N � w m C 3 d o G N m y a O y J U C N d 0 J y N T d C C � y Cf c 06 m > N Q O^ O W O C 7 9 p CD v° T T N N N T M 3 - C 0 X W 0 d c o a p n J c o i m N _ 0 # A U O n O N # V O o n 90�Caoa d m= m 9 3 a C o O Uri. O d m m N o a `C �O C7 C m N m E t cV t d d o x Co Co J N `° m e m Q Cn U E - y c OCr+)o0U F U d T m J LO E t d 3 N 9 y m C X 3 dl U_ N L C Y Q) Z C, m N 3 d L Q) O O C d L O O O m 3 G > G a d 3 m d m �Z= d Ld p d N o N O J a' d C co O 0 C d c p y T O ❑ C C O w m Q) O w 7/24/2012 Item 16.E.5. 0 O o O _ N O N O a N o y t5 W o d L D L N pl e ~ o N o O C U 3 O O O 2 N O m c ° O m N o a O L N O d N p cL-Q N O M a LL O 00 p N C cL E O C U N O N m C ao E o v c r ^ m E V w m b U C w - a 64 w p c L 9 o O O C 0 L N O O o = J o c d w E a) 69 m n m � °: o o o c y m n d d L U o N O O M ❑ O M p d d N 12= f") N d m O O an d N O ° a o o C U m 0 r a O O N d J N w a Nw E c p o o m p a `m o F d a y E 0 7E O y o m > > d Cp h m o O V O C � N O O > N CYJ o U d 'p (/ C N 2 0 6�9 w y N a w 000 m �w ID o O m 'O Q1 c IT O 0 5 d •O O d O Xa m O r O C "O d m 0 0 N E o N E rn oo W d m e 4A, m C O1 N to 69 m an d a C N � w G N m y C •° U C N d 0 J y C C m j O m � y Cf c G R c a Q W Q W O Lu C p d N rn J a N a m> O t W m d U -c O c o n C 8 U N 5° co t J d C C m U d o LO E t (? 9 y m CD 3 d N m U m 2 Z > G a m D m m G J d d N O O w N O J a' V .�.. m C co O 0 C p y T O ❑ C C Ud O = Q) N d O) V y Q) 0 C m 0 C r .� C N 00 # `m. C C y O p x - f0 #> C d d N Q¢ 2 lo m N U •j 'C >,� ❑ m Q o m m= c E r m t p LL L J a o a m o o L o 0 0 = o m r o m o o - a. - UUatn f- o 4 Co�UU 1- m UCOODUU ? o m d 2 d E d m r N m❑ 07 T m:? N_ CCU QA E o m N CnU Im p U m� G N❑ Co L u c O Q L m u O Q L C m u m a O o -° O 0 16 O O T L m > N (P > 9 ° > c m O 3 O O u o Packet Page -3018- N W O � a @ N V d C o N � � d C > p 7 m N a r U a E d d rn V E V Q o U U ED K K 0 0 0 LU 7 K _Z O Q N O u e o V w a @ N C o m @ E p b�9 m N o co d d o N y a O O O) C a o c W m H m C C s L = *2 U N ? w a0 a m m U O m E o o r C 0 o c � o a co Cl m N m d 3 m0 N Q) 0 a _ D1 O 0 m C o V a Q m @ N@ 0 Cl) w O N@ U C M N O ' U 3 c E < _a:= 2 m U U E N m O C C N W X p O m d O) '- O O O C T d C O) d C O o (C @ O N@ C d a c v @ E w = am o CD U O Q O C N> T 6 E w o a O U @ a @ d 0? u) V @ y p O m O C O a O d U c d O. O . a E cc u @ U U Q 2 cou c E Co =: Y m a � h C N @ C m 7 m L m m d W 0 E Cq 3 y O E'x c o Q UL)y Co a d d d C N (H C p 0 @ C C a„ c > N V 2O2 C > @ L d m a m @ O y C C U >> O V U o E O E m E c O a0 aQ @ m Q WN f0 UL_. m 3 @ m£ � C N N U L 0 C m c d F- N CO E Q .0 C d @ c ID m m c 0 d oa co E U T (D Cl C c a m > m n 0 C O > E m y p_ c d � O O C@ ° a U C E a 0 d rn r _m a c ` 'C C m > N @ T y 3 U d @ O O O 2 c d U Cl) O ° y O E O E Z Z O @ a06 @ m a m E c U O O ! U O C d O^ cOC d O � °? > 0 = a U U = U K J co o f a U a A N C d N m ` N p N m c 0 p O O d a E cc d Z r > m m N - O � `o C v > rn w U � O m m O a V d U d c a m C C � o E 2 0 2 m CC °m S o O U m m w V � O O a m C O _ C � U y @ O � C �p m' O a = 0 0 O m d c ° =m > 0 m m U _ m O U N o a a @ o U c on 2 69 N c U O a @ N E @ E d o b�9 m N o co E o N y O W C m d U a o c W m H m t5 @ @ `m rn L o0 OU N m c4 O � C 0 o @ a `m a co Cl m N m d Z a d N Q) 0 a _ D1 O 0 m C o V a Q m @ U Q) ) a y w O N@ U C O L a m m U mr a` N m O C C N m > 'o c O 0 oo m e U O @ O o c E U a 0 2 o O co 3 � c ti» @ N Co Fy L F O N O E N O y U N C '? m ro � m � C a O L o � E Cli cc C _ O a 61� a 'o m X O d O a . m M a 1 U 1� G � C c @ C O @ >E d V N m 0 L) LL Ea C C O = U o @ r c @ C N @ ad a N > O C > ro O m a C 0 L m O > O 0 U > d m 2 L C @ O = U m r o L m N m m U m�'0'ra a E O @ d @ @ m O 0 Uhm F-o p d d N d > O) 'N � C C O (n L K 0 m m o p a 3 ` m � c > o O ac Packet Page -3019-, f4 M w L O U d _Q9 U 7/24/2012 Item 16.E.5. ICA :_r Countly Admlstmhve Setvia_-, Dvision Furthasing Z Contract Change Request 7/24/2012 Item 16.E.5. Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: Mod#: 1 POIWork Order #: Project Name: Feasibility and Design for 5584 4500127766 Pedestrian or Bicycle Facities at 1-75 and Immokalee Rd Project #: 10-5584 j Bradford Manager: Alison Department: Transportation Contractor/Firm Name: AIM I Plannin Enqineering Original Contract/Work Order Amount $ 315,000.00 4/26/11 10C Original BCC: Approval Date; Agenda Item # Current BCC Approved Amount $ 315,000-00 4/26/11 10C Last BCC Approval Date', Agenda Item # Current Contract/Work Order Amount $ 315,000.00 7/2412012 SAP Contract Expiration Date (Master) Dollar Amount of this Change 0,00 0.00% Total Change from Original Amount Revised Contract/Work Order Total feasibility analysis. Based on the high dollar amount of the grant, the Board of County Commissioners requested that the $315,000.00 0.00% Change from Current BCC Approved Amount Cumulative Changes F . . ......... . $0.001 0.00% Change from Current Amount . . .......... . — ------------ - Completion Date, Description of the Task(s) Change, and Rationale for the Change Original notice to proceed L Last approved completion date: 7-24- Revised completion date (includes this completion date: 6-3-11 1 12 change): 12-30-12 Number of — extension, must attach current FDOT previously issued a needed time extension to the grant. The Consultant insurance certificate(s) from SIRE expanded the scope per the request of the BCC. The inintial NTP took longer due to or obtain from vendor)'. 159 i the expanded process required for contracts. Add new e task(s) I Delete task(s) _J Chan _2_bThe_r' (specify): Time Extension 1 . . ... . ........ . .. 11. Provide a detailed and specific­_xpla nation of the requested change(s) to the task(s): To increase the contract time to allow the Consultant enough time to complete the design portion of the project. The project was originally scoped to only do a feasibility analysis. Based on the amount of the grant the Board of County Commissioners requested that the Consultant also include design. 2. Provide detailed rationale for the requested change: To allow for more work to be completed since when established the additional work was not accounted for in the time frame. The project was originally scoped to only do a feasibility analysis. Based on the high dollar amount of the grant, the Board of County Commissioners requested that the Consultant also include design which seemed reasonable and was agreeable by the Consultant. 1 3. Provide explanation why change was not anticipated in original scope of work: The Board of County Commissioners requested the Consultant to complete design within the scope to most utilize the amount of funds. This was not part of the original agreement with FDOT and added after the request. 4. Describe the impact if this change is not processed: The project will not be able to be fully completed due to time constraints. The additional time will allow the Consultant to complete the full scope of work. —. . ...... - ----- Type of Change I Modification 1. Planned /Elective 2. Unforeseen conditions/circumsta nce ❑ 3. QuantitV or price adjustment El 4. Correction of error s) I ❑ 5. Value added —0-T* Schedule adjustment Change Requested By Revised: 71-27111 1 Packet Page -3020- Contractor/Consultant I Lj Owner Using De Regulatory Agency {specify FDOT I EI-Other sp 7/24/2012 Item 16.E.5. Purchasinq Professional Participated in Negotiation of Change Modification: 0 Yes No Approved by: 4- 1 Date: `lame and Title: Date: <eviewed by: Procurement Revised: 7/27111 2 Packet Page -3021- y } 7/24/2012 Item 16.E.5. idt.f iCif coto q Purchasing Department tdrnnistrm e Berm DTvisim Change Modification Form Purchasnc Q Contract Change Request ❑ Work Order Modification Contract #: 09- I Change #: 2 POMork Order #: N/A i Project Name: N/A i 5108 Proiect #: N/A Proiect Manager: N/A 1 Department: NA r-� f Contractor /Firm Name: BQ Concrete !Original Contract/Work Order Amount 1/17/2009 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ - 09 -10 -09 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! Change from Current BCC Approved Amount Cumulative Chanoes $0.00 #DIV /0! Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: N/A i Last approved completion date: N/A Revised completion date (includes this change): N/A Number of days added : N/A Each step on the contract modification checklist form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager} j add new task(s) ❑ Change tasks) I Z Add new tasks} ❑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: This change is needed for the Public Utilities Division to have a contractor to repair driveways after a watermain break when customers have been impacted. 2. Provide detailed rationale for the requested change: The Public Utilities Division, from time to time impacts customers driveways when doing main line repairs. This is to provide an avenue for the restoration work to be handled quickly and effectively with minimal impact to the customer, when needed. 3. Provide explanation why change was not anticipated in original scope of work: Purchasing has had several different contracts for this type work in the past. This will be combined into an all encompassing concrete bid next year. 4. Describe the impact if this change is not processed: Public Utilities customers will be unreasonably impacted by the length of time it will take to obtain quotes and get their driveways repaired Type of Change / Modification _I 1. Planned / Elective u1 2. Unforeseen conditions /circumstance (❑ 3. Quantity or price adjustment 4. Correction of error(s) `l 5. Value added [' 6. Schedule adiustment Change Requested By = ContractorlConsultant ! Owner I U Using Department j ❑ Design Professional ( ! Regulatory Agency (specify): ❑ Other (specify): Purchasing Professional Participated in Neootiation of Chanoe / Modification;: 71 Yes 7 No ,approved by Name and Title: t2� Reviewed by: Procurement Strategist's i ame: s v�✓ Packet Page -3022- Date: / f /1� Date: ) !(t 1 L4-,I Z Revised: 5/16/12 7/24/2012 Item 16.E.5. EXHIBIT A- aContract Amendment # 2 "Annual Contract for Sidewalk and Curb Maintenance" This amendment. dated, -JtA4 A��= I , 20 IL to the referenced agreement shall be by and between the parties to the original Agreement. BQ Concrete (to be referred to as "Contractor ") and Collier County. Florida. (to be referred to as "Owner "). Statement of Understanding RE: Contract r 09 --5 108 - "Annual Contract for Sidewalk and Curb Maintenance" The following change to the above referenced Agreement has been mutually agreed to by the Contractor and the County. The additional to the scope are underlined below. Section 2: shall include "the repair of Driveways that have been impacted by County Departments in connection with repair and maintenance of County infrastructure.. The responsible department will obtain a written estimate prior to the issuance of County Purchase Order ". All other terms and conditions of the agreement shall remain in force. IN M "ITNESS 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. CONTRACTOR: IiWJ4" 0 y dnA e_ S Type Nam of Signatory Accepted: -J in �L i 20 i Q, O'vkNER: BOARD OF COUNTIi' COMMISSIONERS OF COLLIER COUNTY. FLORIDA DEPARTMENT DIRECTOR Joanne M406ewicz, lnterrim Purchasing Director 1' PRO X.1REIIE 'T STRATEGIST Bv Packet Page -3023- tt Jonnson to form county Attorney CoRer Countv Adranisti-ativs Services 0irvision pIREhaSing 71 Contract Change Request 012 Item 16_E.5. Purchasing Department Change Modification Form 0 Work Order Modification Project Project #: Project Manager: Department: Contractor/Firm Name: 71063.1.3 Mark Sunyak, P.E. PUPPMD Gulf Coast Construction of Na les, Inc. Original Order Amount Current BCC Approved Amount Current Contract/Work Order Amount Dollar Amount of this Change Revised Contract/Work Order Total Cumulative Changes � $ 714,765,00 1 12/14/10, 16C1 $ 256,845.00 1 12/14/10, 16C1 SAP Contract Expiration Date (K8oubar) Total Change from Original Amount Change from Current BCC Approved Amount Change from Current A t Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: Last approved completion date: s 2/21/2012 8/26/12 change): 8/26/12 Revised completion date (includes thi 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) 1 Provide a detailed and specific explanation of the requested change(s) to the task(s) and/or the addiitiowi�-- days added: This change order is to reirnburse Gulf Coast Construction of Naples, Inc. for the Collier County Permit Fees paid by Gulf Coast Construction of Naples, Inc. 2. Provide detailed rationale for the requested change: The contractor paid the permit tees to expedite the permit process. Upon further review of the contract it was determined that the County is responsible for payment of permit fees. 3. Provide explanation why change was not anticipated in original scope of work: The contractor paid the permit fees to expedite the permit process. Upon further review of the contract it was determined that the County is responsible for payment of permit fees. 4. Describe the impact If this change is not processed: The VFD's are Variable Frequency Drives that control the I HSP's (High Service Pumps) that pump water from the water plants to the customers. If the contractor did not finish the job it could affect the supply of water to Collier County water customers. Type of Change / Modification Z 1 . Planned/ Elective 2. Unforeseen conditions/circumstance 3. Quantity o El 4, Correction of error(s) 5. Value added 0_6._ Schedule adjustment Change Requested By Contractor/Consultant Owner Usinq Department Design Professional Regulatory Agenc speolf�_)� Other (spe91!y): Purchasing Professional Participated in Negotiation of Chan e / Modification: Yes No I Approved by: ' Name and Title: Tom Chmelik, P.E., Director PUPPMD Packet Page -3024- Revised. 5!16n2 1 Type of Change / Modification Z 1 . Planned/ Elective 2. Unforeseen conditions/circumstance 3. Quantity o El 4, Correction of error(s) 5. Value added 0_6._ Schedule adjustment Change Requested By Contractor/Consultant Owner Usinq Department Design Professional Regulatory Agenc speolf�_)� Other (spe91!y): Purchasing Professional Participated in Negotiation of Chan e / Modification: Yes No I Approved by: ' Name and Title: Tom Chmelik, P.E., Director PUPPMD Packet Page -3024- Revised. 5!16n2 1 Change Requested By Contractor/Consultant Owner Usinq Department Design Professional Regulatory Agenc speolf�_)� Other (spe91!y): Purchasing Professional Participated in Negotiation of Chan e / Modification: Yes No I Approved by: ' Name and Title: Tom Chmelik, P.E., Director PUPPMD Packet Page -3024- Revised. 5!16n2 1 I Approved by: ' Name and Title: Tom Chmelik, P.E., Director PUPPMD Packet Page -3024- Revised. 5!16n2 1 hy� . . ........... . . . . Procurement Sti"at=-gi-st's fqarne: Nicole Paf�,et Packet Page -3025- 7/24/2012 Item 16.E.5. .... . .. ... Revised 5!16/12 2 ;plCbuxty A,Crr ie Swvcm DVWM Pischesing ® Contract Change Request 4nange ?F: i . A 7/24/2012 Item 16.E.5. Purchasing Department Change Modification Form � Work Order Modification Order Project #: CD10 -06 ! Project Manager: Rosa Munoz Department: H IOriginal Contract/Work Order Amount Current BCC Approved Amount Current Contract/Work Order .Amount Dollar Amount of this Chanae Revised Contract/Work Order Total Cumulative Changes Project Name: Immokaiee CRA Business Incubator Contractor /Firm Name: Collier County Community Redevelopment Agency —CRA 'immokaiee =$" 2 -12,0MOe 10/26/10: 16D3 Original BCC Approval Date; Agenda Item # $, °22,OtU.0 Last BCC Approval Date; Agenda Item # 2 T2;�00.0.C! SAP Contract Expiration Date !Master) $0.00-1 0.00% Total Change from Original Amount X 12.000.00 0.00% Change from Current BCC Approved Amount $0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date 6l15 /12 Last approved compietior date: Revised completion date iinciudes this 6/15112 1 change): 10/1512012 Number of days added :;:23 Each step on the contract modification checklist farm has been reviewed prior to me submitting for approval RM (this box must be initialed by Project Manager) _LJ Add new tasks) U Change task(si ❑ Add new task(s) _i Change task(s) 1. Provide a detailed and specific explanation of the requested changes) to the task(s) and/or the additional days added: This modification is to provide an extension in order to allow the subrecipient to expend their full funding. The iustification for the reouest is that the Sub - recipient Agreement was delayed initially by 4 months and the CRA did not expend funds for a full eight (8) months into the protect and there is a desire and a need to expend the full amount provided in the contractual agreement.. 2. Provide detailed rationale for the requested change: The justification for the change is to provide an extension that will allow the CRA to expend their CDBG fundinging, which allows additional businesses access to workshops, and trainings. S. Provide explanation why change was not anticipated in original scope of work: This was an unforeseen circumstance because this subrecipient felt that they couid expend their full funding on time. 4. Describe the impact if this change is not processed: If this is not processed, the protect will not be able to be completed, and we will not be able to provide the grant funds towards the project, Collier County citizens may[ feel this impact directly as this is a business development project which allows entrepenours the cnance for opeing a business or the training needed in order to open one. _ Type of Change / Modification Planned ! Elective 2. Unforeseen conditions / circurstance I 3. Quantity or price adiustment t Correction of errortsi 5. Value added J 5. Schedule adiustment Change Requested By Contractor /Consultant Owner ,? Using De partment _ Design Professional ` Regulatory Agency (specify): I Other (specity :HHVS Contract I Administrator Purchasin Professional Participated in Negotiation of Change Modification: _.D ..Yes Approved by: Rosa Munoz I Cate: 06;1112012 Name and Title:Grants Coordinator I Reviewed by:1, i Date Procurement Straiegist s Dame: Revised; 5(16/12 1 Packet Page -3026- 7/24/2012 Item 16.E.5. Purchasing Department D` szn Change Modification Form Z Contract Change Request ❑ Work Order Modification Contract #: 11- Change #: ' PO Order #: /Work Project Name: Design -Build ImmoKaiee Road Wildlife Crossinq _ Project #: Project Manager: Alison Department: Transportation i Contractor /Firm Name: Quality Bradford Planning Entercihses Inc. ;Original Contract/Work Order Amount $864.500 5/22/2012 Original BCC Approval Date- Current BCC Approved Amount $864.500 16_,43 Last BCC Approval Date; Agenda Item # ! Current Contract /Work Order Amount $ 864.500 -00 SAP Contract Expiration Date (Master) Dollar Amount of this Chanoe $0.00 0. DO. Total Change from Original Amount Revised Contract/Work Order Total 5864.500.00 0,00% Change from Current BCC Approved Amount Cumulative Chanqes $0.00 0.30°1. Chance from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Chancre Original completion date: '21131,1113 Last aoproved completion, date: Revised completion date (includes this 12/3 1113 chancel: 12;31/13 Number of days added :0 Each step on the contract modification checklist form ; as been reviewed prior to me submitting for aoproval ithis box must be initialed by Proiect Manager; _I Acid new task(s) 71 Cnanoe tasks �i Deiete tasKc si Other (specify) 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) andior the additional ~ays added: To add to page 101, under item 15, FHWA Form 1273 -. This was required in the contract and added after mtract was approved by the BCC. 2. Provide detailed rationale for the requested chance: This document was required in the contract and was found to be approved without the document. The contract cannot be fuliv aoproved without this document. 3. Provide explanation why change was not anticipated in original scope of work: I was referenced in the contract Package, however. the document was not included. 4. Describe the impact if this change is not processed: The contract would be denied by FDO T and the fundings for the Project would not be able to be utilized. Type of Change 1 Modification Planned i Elective 2 Unroreseen conditions /circumstance ! J 3. Quantitv or once adjustment Correction of erroris d Value added - - - -- - 6. Scheduie adjustment Change Requested By i Contractor/Consultant Owner G sine ueaartment ...., r —_..._ ._.... _ .._ . _....- ! design Professional Regulatory Aaeney (sDeci y): Other (specity): —_ Pumhasine Professional Participated in Negotiation of Chanoe 1 Modification: ves— i !! No — prove d bV: Date: Revisea: 5/15 "2 s Packet Page -3027- , Name and Tifie: k Packet Page -3028- Revised: 51116,"2 2 7/24/2012 Item 16.E.5. F-):HI A-1 Contract Amendment T' 11-5645 "Design -Build Immokaiee Road N11ildlife Crossing" 7his arnenciment dated 201') to the referenced ai—seernent shall 'be by and berviecn the par*bes to the original Agreement, Quality Enterprises USA. Inc., (to be referred to as "Contractor") and Collie.- Count-y, Florida, (-Lr) be referred to as "O-vNmer"). Statement of Understanding RE: Contact � i 1; -3695 "Design -Build Immokalee Road Wildlife Crossing" The folio Amz chance tc the above referenced Lg-ecmeni has been mutually aggr:,Lctd -Lc the Contractor an-4 the Owner. v Add to page 10', under item. number 15. A Form 12 73. as arCached t,Eydifbit A-1 -A). The Contractor aarees that this amends the orizinai --k-uttment. All other terms and conditior.5 of the Azreernent shall remain in force, r' ',AIT-NT-SS WHEREOF. the Contactor and the Cjv,,,n-_r have each. respectively. by an autrioriztc Der-son or agent hereunder set their hands and seals on the date( s) indicated -nnroved; as to Trj= and Leal suf`�iciencv� Aw Attlan�y CONT TR-A CTOR Qualir.,v Fntemrises "__7;SA.. inc. Dated: C)VVNER: BOARD OF CO ",N7,_7 C 01\Q ,f ISSIONERS COLLIER C " 07- 1 - 7T WTV D=A Joanne arkie-w*cz -1ni,eFLFr,'E&ecto,- of'-Tlurchasimg Services Packet Page -3029- _11 I`1 A-1 -A Contract Amen�...nt #11-5695 "Design -Build inur k=nee Road ilLidlife Crossing" REQUIRED CON -1 PACT PROVISIONS FEDERAL -4611) CONSTRUCTION CONTRA --TS Tries= contras- omvisions snal; aoniv tc al' wan: oe:normed or the coma DY trie contactor T own o Jan;_ation any with, the assistanR 0, wort<ers under the cgntia=torrs immediate suenniert- denca.and tg all wort: of darned a, the.contac Dy Dieceworl., station wort„ or by sun;aorm -a=t =..dept as atnerwtse provided fx. in each se von, the =onta"tor snal; trser, in each subciontract ali of the stiouiabors contain =_P tr these Reouired Contra =t Provisions ant iurtne• reouire tnetr mclusior: In anv bwer tier subcoma= a- Pumnase order tnat mat" it turn os made. The Reoutrzd ontac rovision snal; no- be C s incorpoatec ov raierence.ir, anyce The prime contactorsnali be resaonsioie 'Tor =ompiiance try any sub contractor s tower tier sua=ontacto -with these Required 1.onr,a ?rovisiors. _. 4• breach a? any aftne stipuiatians =on dined it ease Rea i re: :,ontac! Prov!stors snail .be suffcler'l amunas fa- termination. o` tea contra:.. 4, r., brsa=- o' the foliawinc ctauses a* the Reouired ,ont;act Provisions may a!sd be around=_ for aeoarmen' as Provioeo in 29 Secton caraorao : Section !V, paaaraohs i - 4. and' Section 'v', Daraorapris ' ant La tri mJai, 2r. J :S =UI_S air a`tn::r tabo :-scan :art's Provisions o° je;:tion V lexzao, Paraa_-aor 5 and sez:bor 'V ortnese Reautred Conrad' Pmvisions snail no b_ sudie =. to :he aene, -al disputes aiause o' this contract. Sun dmoutes shall be resolved in accordance witr tre Pra=edures of the v. D�parment of i nor (DO' as se forth ir: 29 CFR 5, c, ano T D!sputes within the mean inc.of this ::taus =_ m=iuoe Jisoutes betwQen'tn comacto, to- am, of its sub =onv actors; an= tit° =ontra=tinc acency. the DO_ or tries cantracto -s emptovees or tnei; rearesenatives. Selection gf Lang- During the Pefiorman=e or tnis the contractor snal: not. a .as=rimihate.agairs: taoo'trom any other State.. Dossessiar:, ar ±enftory .,: the united States tex..eq: tar empioymen- greierenca fgr ApDa :a =aian.�nract.:� wnwr aopiicaot" as sDs=ined it ,Atsa=nment �• ; a.. ir. emplav convtct iaaa -to- ah} DUroase within; the limas Pf the. Proieci unless IT is !aoor oennnrnec oy cotnd=ts wno are or aaroa suva -vim o reiaase, ar Drocatton lt. N3NO :::rRlMlNA71DN ,w0047_a5!e tc at =easra -aid corstrU MOn contrants and m all =arm FHWL -1_71 (Pevr. __g41 7/24/2012 Item 16.E.5. ". related subcontracts a` $1 0.000 or more.) 5aual = mpioymenrCroportunity: cquai emDiovment oopoM- nity (==O) reouirements not to discriminate and to take affirmative acttorto assure eaua! opportunity as set forth unaer laws. executive orders, rules regulations (2R OFR 35; 29 CFR 1630 and 41 OFR.50) ano order of the Secretary of': as modified. byte_ Drovisions oras=ibed herein^ and imposed ouauant w ?3 L -S.:. 14C shat! constitute the and spe=ifm affirmative action standar+s iortne contactors orotect a=6vibes unaertnis oontra� Tne = dualOoporttr nity aonstructior, Contract Spegin aeons set forth and r d" 0 =R o'u- 4.3 and the provisions or the American Disabiiittes .A=t of 1490 142 C. ^,2101 =t sec ; set tortf, uncle; 25 1)='r, a5 anc 29 FFF I-EK are tncoraoareC Dv reference in this contra—. in the exe=ution aunts =ont act.. thee oont:aczor agrees to comply with the foliowinc minimum specific requirement acnvibes of =._EO. Tn coma =tv wil! wom with the State manway agency ant, the :eoea! Government m carrvinc out 7: ^D obima -tions and is their review of h:slner acitviiies unoertne coma=. The =Ontactor wil a=ceat as his ooeatinc poit=y thee followmc star-amen" "L !s the Polio' o' trim om'vanv to assure that aoo4c :ants are emplaced. and that ampiovees arH treated aunng emmoymem., Witnox mpart m their ace. retla!an, sex. =10r, nabona oncl -i doe ar dim Diiin'. Suar: a.'.ilgr snal; inotude: emoiovmem., uoaadiny; nemotior, or tanste- recruitment or regruitmen; aoverttsing', iayof a termination ales a- Pay or'other tams e =omoersatior,; and sete:rior, for treinin .. in=luding aoprentl=e- snm, orsaaprentmesntp, andior on -tits -rob trafmnc." = =D Officer: The cant aztor will aesianate and make known, t• the S-iA =onta=vnc omcers an EEC: Office" wh= wiii nave the responsialiin• for and must be capaate of effeciiveiv administering am: promoting ar active contactor Program of C any who must be assigned acequat_ authorm anc r:snonsibiiiry to o;: sc. utssemirtaiior. of Policy: Ali member• of the contras o-s star wn: are autnonze-c t nir" suaervtsa, ommote, a-tc ❑ scrams employees, orwnc recommanc such action, orwno are subs aniia0v lnVoived in suci. acitor.. will oe made fifty =pnizan' a.. ano wiii imofenient the contractor's EEO ooitcy and =ontra-_iva responsmll!- iies m orovioe = =0 in eacn aran<_ and classification a` emptovmen, ansur tha'tne above acreementwili be met the ichowing adio.^._ wiii be tares as a minimum: Pehodic meeiinas a' suoervison' and oersonnei once employs wit: 'od conoucmd before the star, cif worm, and then no; ess after tnan once every six months ai wrier um_ the coniraato7s D Poitcv and is imoiementation will be reviewed an.,' exp atnec. Tne meennas will r =onouted Dv the _=C Officar. Al: hex suoervisary or personne'; offime emniovees wit! be giver, a tiomuon inoo=tnnatior. bytn_ EED Office:, =ov>nnp all maior asPem o' the contractors =_=3 obitaabons wither thirty days fohowinc their reaortfnc for aun, with the contactor. 41 Dersonnei who are enoaoed in direct recruitmemiortne oroie=l wit: be i:istru =leg by the O-mm, Ir the contractors Droceoures far io2tino and hiring minomy arouD emomyee_. d. Nov, :es: and poster seitin -fortintne cont adto-s ==G Pgii=v wit' b_.pia=eo m.areas:readie a_=essibie to emptoveeS. apDiicants ia- emDtoyment and patenim. emptoyeez. ne cont- a=to -s =__C policy and the procedures w imDi= m_ 2n' S'=n Dohcv wili De brouon' to the atentior o* emotovees m. meahs a` meetings emoiovee nand000ba, ar other appropriate means. 4. Recruitment Wrien acivernsing'iorempioyees, Coe cont;a=ror wi6 Inziuoe it at: advertisements far emotovees the notation.: "ir, =oua D000rtunity - motover." Ali suer: aoveriisem =nts will b5 oia=ed Packet Page -3030- Page i gage i. Genera ................ ....... .. Ii. Nor tdksarimtraiion ... ... ..... ............... 1 Nonsearegatno Facilities .............. .... h/. �,avment o' Predetermined Minimum Wage ........ V. Statements and Pavrolis .............. .. V_ of Matenats. Suoolies. and :moor ........... 5 fill Subletting or assigning the Contract .... ........ . Vile. Safety: Adoiden :5revenrion ... 6 lX. ease Statements - onceming f-iianway Prole= *u ... . K. impiementatior a` Clean .Air .Act and =ederal Water Poliubon : ontro! Ac:tt ............. ..... c 7i.. --a tincator Regarding Deoarment. Suspensior., Inettoibiilty and voiuman' Exclusion .... ., r'..er'tlfi :anon Re'_7ardtno_ 'Jse af�:.ontra� ^una5'to :- Lobpvin- .. . . . .................. ... 6 ,L, 77, AD>AMEN 7S �,. =molovment Preierence for APOaiazman Contracts (tn=tuoad in ApDaiacniar contracts only! GENERAL Tries= contras- omvisions snal; aoniv tc al' wan: oe:normed or the coma DY trie contactor T own o Jan;_ation any with, the assistanR 0, wort<ers under the cgntia=torrs immediate suenniert- denca.and tg all wort: of darned a, the.contac Dy Dieceworl., station wort„ or by sun;aorm -a=t =..dept as atnerwtse provided fx. in each se von, the =onta"tor snal; trser, in each subciontract ali of the stiouiabors contain =_P tr these Reouired Contra =t Provisions ant iurtne• reouire tnetr mclusior: In anv bwer tier subcoma= a- Pumnase order tnat mat" it turn os made. The Reoutrzd ontac rovision snal; no- be C s incorpoatec ov raierence.ir, anyce The prime contactorsnali be resaonsioie 'Tor =ompiiance try any sub contractor s tower tier sua=ontacto -with these Required 1.onr,a ?rovisiors. _. 4• breach a? any aftne stipuiatians =on dined it ease Rea i re: :,ontac! Prov!stors snail .be suffcler'l amunas fa- termination. o` tea contra:.. 4, r., brsa=- o' the foliawinc ctauses a* the Reouired ,ont;act Provisions may a!sd be around=_ for aeoarmen' as Provioeo in 29 Secton caraorao : Section !V, paaaraohs i - 4. and' Section 'v', Daraorapris ' ant La tri mJai, 2r. J :S =UI_S air a`tn::r tabo :-scan :art's Provisions o° je;:tion V lexzao, Paraa_-aor 5 and sez:bor 'V ortnese Reautred Conrad' Pmvisions snail no b_ sudie =. to :he aene, -al disputes aiause o' this contract. Sun dmoutes shall be resolved in accordance witr tre Pra=edures of the v. D�parment of i nor (DO' as se forth ir: 29 CFR 5, c, ano T D!sputes within the mean inc.of this ::taus =_ m=iuoe Jisoutes betwQen'tn comacto, to- am, of its sub =onv actors; an= tit° =ontra=tinc acency. the DO_ or tries cantracto -s emptovees or tnei; rearesenatives. Selection gf Lang- During the Pefiorman=e or tnis the contractor snal: not. a .as=rimihate.agairs: taoo'trom any other State.. Dossessiar:, ar ±enftory .,: the united States tex..eq: tar empioymen- greierenca fgr ApDa :a =aian.�nract.:� wnwr aopiicaot" as sDs=ined it ,Atsa=nment �• ; a.. ir. emplav convtct iaaa -to- ah} DUroase within; the limas Pf the. Proieci unless IT is !aoor oennnrnec oy cotnd=ts wno are or aaroa suva -vim o reiaase, ar Drocatton lt. N3NO :::rRlMlNA71DN ,w0047_a5!e tc at =easra -aid corstrU MOn contrants and m all =arm FHWL -1_71 (Pevr. __g41 7/24/2012 Item 16.E.5. ". related subcontracts a` $1 0.000 or more.) 5aual = mpioymenrCroportunity: cquai emDiovment oopoM- nity (==O) reouirements not to discriminate and to take affirmative acttorto assure eaua! opportunity as set forth unaer laws. executive orders, rules regulations (2R OFR 35; 29 CFR 1630 and 41 OFR.50) ano order of the Secretary of': as modified. byte_ Drovisions oras=ibed herein^ and imposed ouauant w ?3 L -S.:. 14C shat! constitute the and spe=ifm affirmative action standar+s iortne contactors orotect a=6vibes unaertnis oontra� Tne = dualOoporttr nity aonstructior, Contract Spegin aeons set forth and r d" 0 =R o'u- 4.3 and the provisions or the American Disabiiittes .A=t of 1490 142 C. ^,2101 =t sec ; set tortf, uncle; 25 1)='r, a5 anc 29 FFF I-EK are tncoraoareC Dv reference in this contra—. in the exe=ution aunts =ont act.. thee oont:aczor agrees to comply with the foliowinc minimum specific requirement acnvibes of =._EO. Tn coma =tv wil! wom with the State manway agency ant, the :eoea! Government m carrvinc out 7: ^D obima -tions and is their review of h:slner acitviiies unoertne coma=. The =Ontactor wil a=ceat as his ooeatinc poit=y thee followmc star-amen" "L !s the Polio' o' trim om'vanv to assure that aoo4c :ants are emplaced. and that ampiovees arH treated aunng emmoymem., Witnox mpart m their ace. retla!an, sex. =10r, nabona oncl -i doe ar dim Diiin'. Suar: a.'.ilgr snal; inotude: emoiovmem., uoaadiny; nemotior, or tanste- recruitment or regruitmen; aoverttsing', iayof a termination ales a- Pay or'other tams e =omoersatior,; and sete:rior, for treinin .. in=luding aoprentl=e- snm, orsaaprentmesntp, andior on -tits -rob trafmnc." = =D Officer: The cant aztor will aesianate and make known, t• the S-iA =onta=vnc omcers an EEC: Office" wh= wiii nave the responsialiin• for and must be capaate of effeciiveiv administering am: promoting ar active contactor Program of C any who must be assigned acequat_ authorm anc r:snonsibiiiry to o;: sc. utssemirtaiior. of Policy: Ali member• of the contras o-s star wn: are autnonze-c t nir" suaervtsa, ommote, a-tc ❑ scrams employees, orwnc recommanc such action, orwno are subs aniia0v lnVoived in suci. acitor.. will oe made fifty =pnizan' a.. ano wiii imofenient the contractor's EEO ooitcy and =ontra-_iva responsmll!- iies m orovioe = =0 in eacn aran<_ and classification a` emptovmen, ansur tha'tne above acreementwili be met the ichowing adio.^._ wiii be tares as a minimum: Pehodic meeiinas a' suoervison' and oersonnei once employs wit: 'od conoucmd before the star, cif worm, and then no; ess after tnan once every six months ai wrier um_ the coniraato7s D Poitcv and is imoiementation will be reviewed an.,' exp atnec. Tne meennas will r =onouted Dv the _=C Officar. Al: hex suoervisary or personne'; offime emniovees wit! be giver, a tiomuon inoo=tnnatior. bytn_ EED Office:, =ov>nnp all maior asPem o' the contractors =_=3 obitaabons wither thirty days fohowinc their reaortfnc for aun, with the contactor. 41 Dersonnei who are enoaoed in direct recruitmemiortne oroie=l wit: be i:istru =leg by the O-mm, Ir the contractors Droceoures far io2tino and hiring minomy arouD emomyee_. d. Nov, :es: and poster seitin -fortintne cont adto-s ==G Pgii=v wit' b_.pia=eo m.areas:readie a_=essibie to emptoveeS. apDiicants ia- emDtoyment and patenim. emptoyeez. ne cont- a=to -s =__C policy and the procedures w imDi= m_ 2n' S'=n Dohcv wili De brouon' to the atentior o* emotovees m. meahs a` meetings emoiovee nand000ba, ar other appropriate means. 4. Recruitment Wrien acivernsing'iorempioyees, Coe cont;a=ror wi6 Inziuoe it at: advertisements far emotovees the notation.: "ir, =oua D000rtunity - motover." Ali suer: aoveriisem =nts will b5 oia=ed Packet Page -3030- Page i ALCoKnty .lZmMme Sam—_ of� �-;anaslr; lZ Contmc-' Change Requesz 7/24/2012 Item 16.E.5. Purchasing Department Change Modification Form —1 Work Orde,, Modification Contract 2- Change #1' POIWork Order TProject Name: Immokalee Runway 115- 3824 i 45001--50-77 36 Lighting Rehabilitation . . ....... Project Department: Airport i Contractor/Firm Name: Airfiejc '1r: Z3079 Project Manager: Tricmas Verso authority Western. LL C. 1-Dricinal ContractJWork Order Amount $ 148,341-00 2/141/12 16G2 Original BCC ADproval Date: Agenda Item i )Current BCC Approved Amouri-I S 14B.341.00A Last BCC Approval Date; Agenda Itern # Con-uract"Work Order Arnoun r. S 148. '34 1, 00 SAP Contram Exn,;ration Date (Master) !Dollar Arriount of this Change 31^,x." . 910 i 7.38%1 Total Change from Original Arnount !Revised Contrscz,'Wom Order 7 ozai S' o;c 1 '7.38%1 Change from Current BCC Approved proved Arnou nt I.-Umulative :�,narioe_c B1&_q4 I. �90 7_3 8 % I r L Cn@noe from Current.Amount Completion Date, Description of the Tasks) Zhange, and Rationale for the Change com -4on oat=: mast aDo.-,-0VPt CcMPl=-:07 02tE Revised cornDietior), date (includes this Drim. pieu '18/12 S1125/1 2 change) No Onange - 8;2 14umc,er of oays adder ste-, --r- tne c_ont-ac: mod . ification checklist form -_as neen reviewed oncr zo me suorni;lrc Tyr ano,-O. fat 7V 'tnis ocx must be initialed by Project Manager) ;L�d � . � new zasry'sj� Le La trier '� ; I _; i (SPeCITV), j Provide a detailed and specific explanation of the requested change(sl, to the task(s) andior the additional days added: Repace up =n 50 taxiway edge fig ling; f�"xtures or. 2),IWEV5 anc Cnarlie as necessary due to con"Osion and run new Wire -,- 7 hontini­i cans .'a_ an non-mcii,emem =r=�: f0r, T axlway lharii= for use in the future when the :aXiW2V 'S T,-;!s wit! not require ;,any, auditionai odays m De _accez tc "_ o7c.leCT rimelln=. ii Provide detailed rationale for the reauested, ::range: 5 ne scope of the initial or_-jem was -is replace the isolation anSTO mers for the ',aX^)W2y eage lights, while re-raining the existing fixtur-es. In conducting inc wor?, it was c_-serveZ tt-ie existing connections for tote Transformer To some o "i the liont ,ixture were seized and corroced and would. not allow fcr -_=e",,econnectjon of the new transformers. This necessitates the ;ePlacemei­,T of the corrooec ,ignt fixtures. It is estimate.: trlai 3�`3" ci the fixtures need to be repiaceo and the contractor is tc, 07,iV reclac= oSe fixtures tnal Orevenr re-conne3tion cr me :sci=tior, tarsformers to a maximum 5-0 -fixtures. -ine Authorlzv also wisineS -,-- deiete tne --aplacernem o-- 7 !So ;al;c zrarisformers on Taxtwav Cnarlie anc ius- run new, reoiacement wirin-o to mose Uaritinc ca-s. This i-c due tc tne act na: those 7 affect 11ghm are currently :not necessary undl the eXten-SiGn Df OBIM !De 3CCOM. 0JJS,-Je-. Cu n �nese t affecied iigrfts a within a rest.-Icted, non-moverner-11 area for airz-an so thev snouic not ne- renia_-ec unt;�! the -1 axiwa" is exte-foed. Provide exz)ianation why chainge was not anticipated in original scope of work: nie Aimo,,7'Autr,ority ano unie E-nainee, dig not anzt:c;Date -One ;eve; of =rrosion Q* existing lighting fixtures, This issue was no: ant:cizatec and there • ere '�o indications of tniS ISSUc 0-107 -LC the St Car' Of trie- oroiec, Aisc, it was not anticioatea, ounric SOiS:iC71 V-21"ISTO ner-s locatec within the taxiwav non-movemen: area �ne o;anninc Process to ceie-i�e -he —Olacern.ert o-; 1�1.e at the no-h end o; -axiway Describe the impact if this cinance is not processed. The iiantino syst tarr trial DeMic r nzzoii�tated as Darl, of this crojeC could be impacted in a necative manner cue to the o rar -_lre. a tiaht oeTweer me reDiacement isolation transforrriers and 'he taxiway edge actor not Dein. agile to ens liars; fixture wiring riamess or a-y irgnT.,z That have severe zo­__s1zn. Rev!sec: 5J1 a' Packet Page -3031- Plann3 ve 4 'Correzation de rror,, S ,cam ±orConsubm :=3l-vnE oesi= yes n2 Reau Approved oy: mew d T ity—, hornas Ve-ac-, Peviewec ov. F;-ro-c—urement S-Matea!sni Name. Nicola Type of Change I Modification -----7 2 U n f O r e s e - e - r E I L I Lj E ValUe 2ddec change Requested By f 7/24/2012 Item 16.E.5. ititv or orice adjustmeril U&noD 1 Other ( weci ao�,ja--uor cf,.Crange z eon -- tion Yes N c Date, Packet Page -3032- Daie- Flevisen. Cofer Count AmInis &ve Serv= DMSion Purchasing Z Contract Change Request 7/24/2012 Item 16.E.5. Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: 10 -5600 Chan a #: 4 PO/Work Order #: 4500127244 Project Name: MKY Taxiway CEI Services i Project #: 33127 Project Manager: Robert Tweedie Department: Airport Authority I Contractor /Firm Name: URS j Co oration Original Contract /Work Order Amount :$ 484,1.95.00: :;4- 12- 111.46G3 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 484,195.00 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 484,,195.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $0:00 0.00% Total Change from Original Amount Revised Contract /Work Order Total $484,185.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $0.00 0.00% Change from Current Amount I Completion Date, Description of the Task {s) Change, and Rationale for the Change Original completion date: March 1, 2012 1 Last approved completion date: June 29, 2012 1 Revised completion date (includes this change): July 31, 2012 i Number of days added : Thirty Explain why additional days are needed (detaiied /specific): Additional days are need to Two (32) �. complete project close out documents. Add new task(s) ❑Change task(s) Delete task(s) ® Other (specify): Extend Schedule 32 days. s. . .v.�M�. a Y�.aaucv anv irca.uw 6wtJ14u &.IO.I V' al 1C IV4UWG &WU i. M9 lkJctaj aV auc a60n,0 I. LALVA I %JVA I6VUIG UL UGY J. ?. Provide detailed rationale for the requested change: The Airport Authority requires the consultant's assistance to ;lose out the grant. 3. Provide explanation why change was not anticipated in original scope of work: The close out phase has exceeded the originally expected period of time due to unforeseen circumstances. 4. Describe the impact if this change is not processed: Airport Authority will be unable to closeout the grant. Type of Change / Modification (J 1. Planned / Elective 2. Unforeseen conditions /circumstance 3. Quantity or price ad ❑ 4. Correction of error(s) I ❑ 5. Value added 6. Schedule adiustmei Change Requested By D Contractor /Consultant Owner ❑ Using Department ❑ Design Professional LJ Regulatory Agency (specify): Other (specify): Purchasing Professional Pa i ated in Negotiation of Change / Modification: Ll Yes LJ No Approved by: 7 Date: Name and Title: Robert Tweedie, Airport Manager ,. Reviewed by:C r` -! s Date: U `rocurement Strategist's Name: Packet Page -3033- nt Revised: 312611 7/24/2012 Item 16.E.5. coltcomity Purchasing Department Services Diuision Change Modification Form Purchasing Z Contract Change Request ❑ Work Order Modification Contract #: ;Change #: PO/Work Order #:4500129253 Project Name: PLAN Earmark Ilt ' CFDA93 888 Rural Health Outreach Special Initiative Project #: Project Manager: i Department: HHVS Contractor/Firm Name. Physician Led 1C ARH2O098 -01 00 I Rosa Munoz Access Network of Collier County (PLAN) ;Original ContractlWork Order Amok„ 7Z314119@90,9 E� Original BCC Approval Date; Agenda tterr 1Current BCC Approved Amount n Last BCC Approval Date; Agenda Item # Current ContracUWork Order Amo SAP Contract Expiration Date (Master) Dollar Amount of this Change .r - sue" 0.00% Total Change from Original Amount Revised Contrat. t/Work Order otal $488,00000 0.00% Change from Current BCC Approved Amt. ?Cumulative Changes X0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and::Ratiorsale for the Change Onainal completion date: 8;31;12 Last approved completion date: 8131112 Revised completion date (includes this change): 10/012012 Number of days added 2f dJE Eacn step on the contract modification checklist form has been reviewed prior to me submitting j for approval RM (this box must be initialed by Project Manager' _ii Add new task(s) _LE] Change task(s) I L Add new task(s) I U mange tasKts) 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the additional days added: This modification is to provide an extension in order to allow the subrecipient to expend their full funding. The justification for the request is that the Sub - recipient Agreement was delayed initially due to procurement of a client based tracking system and questions regarding the subrecipient's request for direct payment. This project assists clients with pharmacy or lab vouchers and is a much needed service in the community. There is great need to expend the full amount provided in the contractual agreement.. 2. Provide detailed rationale for the requested change: The justification for the change is to provide an extension that will allow PLAn to expend their HRSA funding which allows clients in Collier County to receive physian and pharmacy reduced fee's for services provided and for oPe ationai costs. 3. Provide explanation why change was not anticipated in original scope of work: This was an unforeseen circumstance because this subrecipient felt that they could expend their full funding on time. 4. Describe the impact if this change is not processed: If this is not processed, the proiect will not be able to be completed, and we will not be able to provide the grant funds towards the project. Collier County citizens mayl feel this impact directly as this is a free pharmacy and lab voucher program which assists participants to get much need medical services at a reduced fee or free. - Type of Change / Modification Planned)' Elective 2. Unforeseen conditionsicircuinstance ! ❑ "s. Quanti or price adjustment '4. Correction of errors) LJ 5. Value added _, 5. Schedule adiustment Change Requested 8y Contra for /Consultant .1 Owner L,�j, usme ueparzmeni —i uesion Professional L✓ Regulatory Agency (specify): E Other (specify):HHVS Contract Administrator Purchasing Professional Participated in Neciotiation of Chance,/ Modification: [] Yes EZ No Approved by: Rosa Munoz i' r Date: 0612812012 Name and Tibe:Grants Coordinator Reviewed by: Procurement Packet Page -3034- Date :�`L I r +. Revised: 51161 ^, !.;,,,,, u C�fye'r Cmnty Admist,auve S+ic- DnvP *w purt;asz ne Contract Change Request 7/24/2012 Item 16.E.5. Purchasing Department Change Modification Form Work Order Modification Contract #: 10- Change #: 4 PO/Work Order #: Project Name: Construction for SR 84 & 5342 4500128555 CR 951 Project #: Project Manager: j Department: Contractor /Firm Name: 60073/60092 Kevin Dugan I Transportation Engineering Astaidi Construction Corp. lOnainal Contract/Work Order Amount $ 28,220,238.93 6/14:111 10C Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 28,040,212.30 4/101121'6 -E -2 Last BCC Approval Date; Agenda Item T (Current Contract/Work Order Amount $ 28,040.,212.30 SAP Contract Expiration Date (Master) (Dollar Amount ol this Change $0.00 =0.64% Total Change from Oriainal Amount Revised Contract/Work Order Total $28,040,212.30 __ 0.00° 1 Change from Current BCC Approved Amount Cumulative Changes {$180.026.63) i 0.00%1 Chance from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: I Last approved compieti date: Revised completion cafe (includes this December 26, 2013 .ianuary 11, 2014... chanae): March 15, 2014 Y%y Number of days added : Each step on the contract modification checklist form 'has , er reviewed prior to me Sixty -three {E3} Days submitting for approvai (this box mua,_', , py„�roiect Manager; Ly–,l Add new taskis) Change tasks; Delete taskts) ZX Other (specifvl 1. Provide a detailed and specific explanation of the requested changes) to the task(s) and /or the additional days added: 1) Re- design of overhead truss to meet FDOT specification to accommodate additional sian panel- Triple Left Turr for Truss #2. This change is it order to retro -fit the ramp work currentiy being completed on adjacent project PIN # 425843- 1- 52 -01. 2) Up -size from 42" casing to 48" casing to accommodate bell restraints approved in the shop drawings. 3) Relocate Air Release Valves or Pond 8. Days added to contract One (1) day for Memorial Day Holiday, One (11 day for weather, and Sixty -one (61) Days Time Extension due to delay for drainage re- design of SR 84 (Davis Blvd). Tatai days added to contract: Sixty -three k (63) days. \ 2. Provide detailed rationale for the requested change: 1) To meet FDOT Desion Standards. 2) A 30" Raw Water Main could not be constructed per specifications using 42" steel casino. 3) A request from Collier County Utilities tG provide accessibility. 3. Provide explanation why change was not anticipated in original scope of work: 1) The scope has changed due to adjacent on -going FDOT project. 2) Oversight by the Engineer of Record. 4. Describe the impact if this change is not processed; 1) Would not allow for proper signade on adjacent proiect. 2) A 30" Raw Water Main could not be constructed per specification therefore work could not be completed as per the plans. 3) A future maintenance issue for Collier County. Type of Change / Modification 1. Planned / Elective —12. Unforeseen conditionsicircumstance ! Z, 3. Quantity or price adiusimen, 4. 30rrection of error s) 1 L ! b Value added 6. Schedule adiustment Change Requested By Contractor /Consultant Owner Using Department _ Design Professional ! ! Regulatory Agency lspecifvl: _I Other ispecifv): Purchasing Professional PslriiaiUted in Negotiation of Change Modification: i Yes No Approved by.. 01 Date: Name and Title: /r - -' Reviewed by. ' % �d Date�� r Procurement Sirateolsi s Name: t Packet Page -3035- Revised: 5'1`:- Contract r: 03-3 5.~i3 Project #: = ii)r lr!'i El Contract Change Request Change #: 6 Project Manager: Gary Putaansuu 7/24/2012 Item 16.E.5. Purchasing Department Change Modification Form - Work Order Modification PO #: 4-5-124 122 Department: T ransporatlon Project Name: :,ouiei 6uuICVo- uS4 1 to Main Goiden Gate Canal Name: CH2MHill Original Contract/Work Order Amount $ 2:254;000.00 7 -27 -2004 Original BCC Approval Date :Agenda item #10'i Current BCC Approved Amount $ 4.209.830.35 10 -12 -2010 Last 5CC .Approval Date; Agenda Item # 16A8 Current Contrac=JWork Order Amount a 4.209:830.35 10/13/2013 SAP Contract Expiration Cate (Master' G -3C -'; Dollar Amount of this Chanae 1 $93;933:.00 1 9C.10%1 Total Change from Original Amount Revised Contract/Work Order Total j $4.3C3.71z3.35 2. 2. Chanae from Current BCC Approved Amount Cumulative Chances $ 039 75^ 35 22O %e Change from. Current .Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Onginai completion date:_ Last approved - ompietion date: R2VtSe .completion date ; i ;lodes this 2 -24- 2025, -- 9-30-2012 j.� Chanae}: _ -1 -2214 Number of days added : Each step on the contract modification checklist form has been reviewed prior to me 2-4 submittinu for apprOVa! i u his box must be initialed by Project Manaoer? ego, o, r Add new task( ❑ Change task(sj 7 Delete t=sk"s) N Other (specify'): increase i funding for task. ,ki. Provide a detailed and specific explanation of the requested change(S) to the tasK(s) anororine a❑ui>ivriai ' days added: Increase Post Design Services, by $93,933.00 and extend time by 274 calendar days Provide detailed rationale for the requested change: Numerous u; �anticipated plan changes have been made during construction, depleting existing funds. Most of the changes were triggered by the need to coordinate with the rD0 T J-75 Ramp Proiect being constructed concurrently with this proiect (see attached backup). Both contract time and funding for Post Design Services needs to be increased to continue serving the needs of the protect to completion. Provide explanation why chance was not anticipated in original scope of work: When the original scope was developed we did not know of FDOT's intent to make improvements to the 1 -7- interchange ramps, A, great deal of the ' :; anges were recognized and made a part of Change Order 4. We delay ea the start of our proiect to make the revisions it Chanae Oraer 4 and made a decision to move forward with ;, onstruction rather than continue to delay our star. 4. Describe the impact if this change is not processed: Pest [Design Services will cease when the Turics are _xhaustec. The construction contract would be Without the services of the desioner OT record to respond to reaues:s for information (RPi), shop drawing reviews or anb further plan changes. The final design plans wouid oo uncertified. Type of Change J Modification J ?tanned ' �iective Z 2. unforeseen J 3I. Quantity or price adjustment conditionsicircumstance 4. Correction of error sl 8_ Value added Z' 6. Schedule adiustment Change Requested By Consultant Owner ^Using Department Design aroresslona! Reouiatory Adency 'specify). ! ❑ Other ;speciTv',.. i Purchasing Professiona Particioated in Negotiation of Chanae in Moocatior:. Yes L No '... Date: Approved bv: Name anc Title. Gary R. Puzaansuu, P.E., Principal Proiect Manager Reviewed Dv: Date: Procurement StFz��ialarRi}ondtxr)rhngs i -y Packet Page -3036- 7/24/2012 Item 16.E.5. o Ccr IV Purchasing Department A=vvraM Sermm Division Change Modification Form R=tiasinc Contract Change Request ❑ Work Order Modification Contract Change #: 01 (one) POIWork Order•#: Project Name: 11 -5700 �` 4500134525:/ Radio Road MSTU: Devonshire Blvd. Landscape & irrigation Refurbishment Project Project #: .�'Project Manager: Department: Contractor /Firm Name: 4600154525 "` Darryl Richard ATM Depar ment Hannula Landscape &Irrigation inc. Original Contract/Work Order Amount46 ,," ' ° Original BCC Approval Date; Agenda Item TM Current BCC Approved Amount :711,81:8 "46. Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 278,t t 8.46 SAP Contract Expiration Date (Master) Dollar Amount of this Change "BIRD rr 9.62 °I° Total Change from Original Amount Revised Contract/Work Order Total $305.634.46 i/' 9.62% Change from Curren: BCC Approved Amount Cumulative Chanoes $26.816.00 1 9.62% Change from Current Amount Completion Hate, Description of the Task(s) Change, and Rationale #or the Change Original co^tcietion date: /i Last approved completion date: Revised completion date (includes thi July 9, 2912 �' July 9, 2012 change): September 7: 2012 Number of days aodet 60 days Each step on the contract modification checklist form has been reviewed pi)G: ,to me submitting for approval DR (this box must be initialed by Project Manager) h -. .Add new task(s) © Change task(s) El new tasks) 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: W1) ROW Edge Areas: Adjustment to irrigation system to provide coverage for areas historically maintained by Radio Road MSTU. (Note: This item includes all material other than irrigation heads; note: See item #3 for irrigation head contingency for irrigatior heads.]: Additional irrigation is added to the ROV',' Edge areas which are adjacent to signage for the community. The grass areas around the signs are in need of irrigation and there is no other water source other than the MSTU irrigation system to provide the necessary irrigation water. The additional irrigation for the identified ROW Edge areas will ensure that the grass along the ROW Edge will remain green all year long (both rainy and dry season) also indirectly the shrubs placed along the ROW by the local Homeowners in the signage areas will benefit indirectly from the overspray of the irrigation neads installed. The ROW areas identified for irrigation are to be provided irrigation water in that the appearance of these areas in the absence of irrigation water would decline and affect the overall appearance of the project. The total hard cost for this item #1 is $7,783.00 added t0 contract utilizing existing contract unit cost (in contract) with negotiated increase as listed. 48 ,49) 11.20 1220 Class 20 PVC Pantone purple PVC solvent weld p� submain 200 LF $3.00 = $600.00 51 (52) 2" Direction Bore; 2" Class 150 SDR 11 HDPE casing for control crossing at paved surfaces with lengths >20'+/- 68 LF $14.75 = $1.0C3.00 58 l60) Electric Solenoid Valve: Toro 220- 27 -0 -5; 220 Series 1 -1i4" 6 EA $430.00 = $:2.580.00 62 (64) Appleby Drive Proposed Rotor Heads: Hunter 1- 20 -06 -R, 1-20 Series 6" pop -up rotor Revised: 5/16.112 i Packet Page -3037- b 7/24/2012 Item 16.E.5. head with effluent water use warning cap. Refer to plan, for nozzle size and coverage pattern. 7 EA $90.00 = $630.00 62 (64) Lakeside Sitting Area Proposed Rotor Heads: Hunter 1- 20 -06-R, 1 -20 Series 6" pop -up rotor head with effluent water use warning cap. Refer to plan for nozzle size and coverage pattern. o 12 EA $90.00 = $1,080.00 62 (64) Belville Boulevard Proposed Rotor Heads: Hunter 1- 20 -06-R, 1 -20 Series 6" pop -up rotor head with effluent water use warning cap. Refer to Dian for nozzle size and coverage pattern. r' 21 EA $9D.00 = $1.890.00 v SUB - TOTAL LINE ITEM 64 (= $3,600.00 SUB- TOTAL; TOTAL - ITEM #1 ROW Edae Areas: i / = $7,783.00 (#2) Replacement of Existing irrigation System Pipe and Wire: The original intention of the proiect designer was to utilize the existing irrigation laterals and wire in the medians: however, upon investigation the existing irrigation pipe ;laterals) in the medians was found to be placed too shallow to meet County standards for irrigation systems in the median. The existing lines have been found at 4 inch depth which would be damaged during plantings of new shrubs and trees. Also the existing iaterais in the medians were found to be undersized — with some of the lines at '/ inch in diameter where a 1 inch or 2 inch diameter is recommended. The solution is to install new irrigation laterals at the proper depth and size to meet project requirements. Additionally the wire adjacent to the existing irrigation laterals requires replacement in that it cannot be used with the new irrigation laterals. The hard cost for this change is $12,123.00 per the totals listed below. Existing unit cost was utilized for copper l wire AMG 12 Gauge and 14 Gauge respectively. New negotiated unit cost were utilized for the added laterals, bushing, and trenching as there is no existing line item in the bid tabulation for these added i items. • ADDITIONAL WiRE: 70 (72) AMG 12 Guage solid copper insulated wire suitable for direct burial, white. 2.000 LF $0.25 = $500.00 71 AMG 12 Guage solid copper insulated wire suitable for direct burial, white with stripe. 2, 000 LF $0.25 = $500.00 ; 'f 74 (47 AMG 14 Guage soiid copper insulated wire suitable for direct bursa iue - spare (Additional Required Wire Between C1 -19 to C2 -21) 500 LF $0.20 = $100.00 75 (48) AMG 14 Guage solid copper insulated wire suitable for direct burial, green - spare. (Additional Required Wire Between C 1 -19 to C2 -21)° 500 LF $0.20 = $100.00 >- 103; AMG 14 Guage solid copper insulated wire suitable for direct burial,..y'el ow. 5.000 LF $0.20 , = $1.000.00 • REDUCER BUSHING: (99) 3x2" Ductile Iron Reducer Bushing to connect 2" Submain to Waive Cluster C1 -1 through C1 -5 and C1 -20. Revised: 5/16112 z } Packet Page -3038- 7/24/2012 Item 16.E.5. 1 EA $155.00 = $155.40;,' • ADDITIONAL LATERALS: 1100) 1 -1,2" Class 200 PVC Pantone purple pipe to connect C1 -20 common areas as shown on pians. Additional required heads are not included; to be deterrrvtied. 760 EA $1.25 = $950.00 v (100) 1 -1I2" Class 200 PVC Pantone purple pipe within medians. 920 EA $1.25 = $1,150.00 SUB -TOTAL NEW LINE ITEM 100 = $2.100.00 SUB.T©TAL] (101) 1 -114" Class 200 PVC Pantone purple pipe to connect C1 -21 common areas as shown on plans. 300 EA $1.00 = $300.00 (10 1} 1 -114" Class 200 PVC Pantone purple pipe to connect 01 -22 common areas as shown on pians. y' 380 EA $1.00 = $380.00 (101) 1-1/4" Class 200 PVC Pantone purple pipe to connect C 1 -23 common areas as shown or, Plans. 460 EA $1.00 = $460.00 'ly ;101 ) 1 -114" Class 200 PVC Pantone purple pipe to connect C 1 -24 common areas as shown on plans. 240 EA $1.00 = $240.00 (101) 1 -114" Class 200 PVC Pantone purple pipe to connect C2 -21 comrmon areas as shown on pians. 160 EA $1.00 = $160.00 ' (101) 1 -1 f4" Class 200 PVC Pantone purple pipe within medians. 1.920 EA $1.00 =S 1.920.00 SUB -TC TAL NEW LINE ITEM 101 (= $4,450:00 SUS - TOTAL) ;102) 1 " Class 200 PVC Pantone purple pipe within medians. ✓ 2.960 EA $0.80 =$2,365.00 • TRENCHING FOR ADDED LATERALS: (104) Trench in control wire from C-2 controller to valve C2 -21. f� 1,600 LF $1.15 =31.840.00 t° TOTAL - ITEM #2 Wire: = $12,123. 00 Packet Page -3039- Revises: 5/'15112 7 J 7/24/2012 Item 16.E.5. ( #3) Contingency for Irrigation Head Replacement: The original intention of the designer was to utilize existing irrigation heads to reduce project cost; however, during the course of the project some of the existing irrigation heads have been found to be un- usable and need to be replaced. The hard cost for irrigation head contingency is $1,380.00 utilizing existing unit cost in contract for all project areas in both the Median and ROW Edge. The MSTU advisory committee requested a contingency of irrigation heads for the contractor so that in case he encounters damaged or un- usable heads in the course of doing the refurbishment project — they can be replaced at the quoted contract unit cost. The quantity of irrigation heads for `replacement' of damaged and /or malfunctioning irrigation heads is an estimated contingency quantity. The actual quantity of replacement heads required for the project will be tracked in the field by staff and design consultant. 84 (86, Santa Barbara Boulevard North Side of Devonshire Boulevard Proposed 12" High pop-up spray heads: Toro 570ZPRX-12P-E, 570ZPRX Series 12" high pop -up spray head with Precision Series spray nozzles. Refer to plan for nozzle size and coverage pattern 1' EA $20.00 = $340.00 84 186) Santa Barbara Boulevard South Side of Devonshire Boulevard Proposed 12 High pop -up spray heads: Torc 570ZPRX-12P-E, 570ZPP,X Series 12" high pop-up spray head'rwith Precision Series spray nozzles. Refer to plan for nozzle size and coverage pattern. ,•° 17 E4 $20.00 = $340.00 f 84 (86) Replace Damaged Heads East Right of Way of Devonshire Boulevard Proposed 12" High pop -up spray heads: Toro 570ZPRX- 12P -E. 570ZPRX Series 12" high pop -up spray head with Precision Series spray nozzles. Refer to plan for nozzle size and coverage pattern. 35 EA $20.00 = 5700.00' TOTAL - ITEM #3 Contingency for Irrigation Heads: = $1,3$0.00' (#4) Air Spading: Air Spading to find existing utility lines (Centurylink and others) which are located in close proximity to roots that need to be removed. The hard costs are $3,500.00 total (negotiated unit cost). Air Spading was determined to be the best method for excavating existing soil around tree roots and existing utility lines. The Air Spade is an air pump system which pumps air under high pressure for injection into the soil. The results are an effective tool that cuts through the dirt and exposes existing utilities in a manner which does not cause damaae - so that the contractor can work around the utilities without damaging them. The presence of existing utilities in close proximity to the location of the nevi/proposed irrigation lateral(s) was not known until construction locates were performed by the various existing utilities. s (105) Airspade stumps to allow for lateral trenching (Mahogany, Pine, Bald Cypress) ✓` 25 EA $140.00 = $3,500.00 [TOTAL ITEM #41 WS) Root Grinding — Specific Location(s): Removal of roots which are adjacent to the existing sidewalk is necessary to allow for installation of the new /proposed irrigation lateral. Root grinding adjacent to the sidewalk is deemed necessary to provide adequate depth for installation of the proposed iateral(s) for the irrigation system. The extensive root intrusion into the entire project area was not known until investigative 'soft digs' were performed by the contractor. In the absence of this additional root grinding the required laterals cannot be installed to the proper depth. The hard cost are $1,285.00 total (negotiated unit cost, (106) Grind roots next to sidewalk for lateral lines. ff 1 LS $1,285.00 = $1,285.00 [TOTAL ITEM #5j rf Revised: 5115112 4 Packet Page -3040- i .i 7/24/2012 Item 16.E.5. f #61 Additional Tree Removal: The removal of quantity 2 (two) additional trees was determined to be necessary. Evaluation of all vegetation within the ROW was conducted after the survey iocates for the County ROW line was performed. There were found 2 trees which were a concern for public safety as they were in poor condition and one of them (Ficus species) was deemed an invasive exotic prohibited by Florida Exotic Pest Plant Council. The hard costs are 3170.00 per tree (matching existing contract unit cost) for a total of 3340.00 for removal of quantity 2 trees. 10 (10) Remove Bald Cypress from right of way. 1 EA $170.00 = $170:00 (107) Remove Ficus Tree from right of way. r' + 1 EA $170.00 = $170..00 TOTAL - ITEM 06 Additional Tree Removal: = $340.00 r` (#7) Maintenance of Traffic (MOT): The additional MOT is required so that the contractor can install the lateral lines per item #2 of this change order (Replacement of Existing irrigation System Pipe and Wire in medians) . Also, the removal of the quantity 2 trees per item #6 (Additional Tree Removal) of this change order will require additional MOT to be performed by the contractor. The additional MOT will provide for public safety and the safety of the contractor while work is being performed. The hard cost for the additional MOT is $3.300.00 based on a negotiated unit cost. 2 (2) Maintenance of traffic 1 LS $3.300.00 = $3,300.00 [TOTAL ITEM #7] ( #8) Payment and Performance Bond: The contractor's bonding company requires additional bonding clue to the increase in contract amount. The hard costs are $565.00 and will be paid by the contractor to his bonding company. This increase to the bond is required by the bonding company in conjunction with the increase in total project amount. The contractor must retain bonding commensurate with the project dollar amount — and as the changes proposed are not the fault of the contract but ,ather value added at the request of the MSTU Advisory Committee — the requested amount of $565.00 for..bond increase is deemed reasonable. r, (1) Payment and performance bond (Change order bond increassr)� 1 LS $565.00 = $565.00 [TOTAL ITEM #8] 49) I'Deductl Removal of (Bid Tabulation Line item 25) SAP line item 35: The oriainai intention of the designer was to interface the qty. 2 meters with the Collier County Public Utilities (PUD) billing system. Upon further review while under construction PUD had determined that the 'sub - billing' of the Devonshire Project area was not possible. Therefore the quantities 2 (E -Mon C700 2 inch) water meters are no longer required and are removed from the project. 35 ,35} Irrigation Water Meter: E -Mon C700 2" ater meter with Master Meter Dialog 30 DS interpreter [DEDUCT] -2 LF $1,415.00 = - $(2,830.00) jDEDUCT] 4101 fDeducti Removal of (Bid Tabulation Line item 69) SAP line item 71: The removal of `Refurbish existing Scorpio Controller' is recommended as review of the Scorpio Controller indicates that refurbishment is not necessary. This item was added to the bid so that if any deficiencies were found in the existing controller they could be addressed in the project. No deficiencies were noted and therefore refurbishment is not necessarv. Revised: 5!16/12 4 Packet Page -3041- 69 (71) Review and Refurbish existing Scorpio Controller -1 EA $630.00 7/24/2012 Item 16.E.5. , = • $(630.00) [DEDUCT] AW GRAND TOTAL ITEMS #1 THRU #10 = =526,816= rTOTAL1 ( #11) Add 60 (sixty) days to contract: The additional time required to provide for items as fisted: Item #1 Added areas on the ROW Edge requires additional irrigation laterals and wire installation time. Item #2 Replace irrigation laterals and wire in medians requires additional installation time. Item #4 Air Spading requires additional time for performance of utility excavation with Air Spade. Item #5 Root Grinding requires added time to grind roots along the edge of the existing sidewalk. Item #6 Requires additional time for Arborist Sub - Contractor to perform removal of the qty. 2 trees. Staff and Design consultant review of proposed days added to contract (60 days) indicates that the proposed increase is within the normal timeframe for performance of the activities outlined in the change order, Provide detailed rationale for the requested change: f #1) ROW Edge Areas: Adiustment to irrigation system to provide coverage of the ROW Edge areas had been reviewed with the Radio Road MSTU Advisory Committee and the committee recommended adding the irrigation of the areas identified in order to provide water for those areas adjacent to the ROW Edge which are currently planted with sod and various shrub plant material. The addition of this irrigation will ensure that areas which have no other water source for irrigation are provided irrigation so that the plants can survive. ( #2) Replacerent of Existing irrigation System Pipe and Wire in medians: The replacement of the existing laterals and wire in the medians is recommended due to the fact that the existing laterals are installed too shallow and are undersized. Use of the existing laterals to water the new Plant materials is not recommended since it would result in `low water pressure' at the irrigation heads — causing poor distribution of water while irrigating those areas. ( #3) Contingency for Irrigation Head Replacement: The contingency quantity of irrigation heads is recommendea in order to provide irrigation heads (material supply) for the contractor in the event that he encounters an irrigation head that is inoperable during the retrofit of the system. As this is a refurbishment project not a 100% new installation — replacement of old worn components is recommended to ensure the success of the project. (#4) Air Spading: Air Spading is a recommended method to expose subsurface utilities. The Air Spading is recommended for this project due to the unforeseen condition of existing utility lines (Centuryiink and Comcast) in close proximity to the location of new irrigation laterals. The situation has been reviewed in the field with Centurylink Engineers (Shelley Boyce, F.E. Centuryiink1 and ROW Staff (Jorge Morrera) and the design consultant (Scott Windham). The resulting recommendation is to `expose the existing utilities' wherever a new irrigation fine is to be placed. The additional work required is considered not to be within the contractor's current scope as the location of the utilities in such close proximity to the new lateral tines (per pian) was not known prior to construction. ( #5) Root Grinding — Specific Location(s): Removal of the roots adjacent to the existing sidewalk is being recommended due to the fact that an irrigation lateral is to be installed parallel to the sidewalk the entire length of Devonshire Blvd. (West ROW Side). The extent of the invasive roots was not known prior to construction. Root grinding in close proximity to existing utilities is very time consuming as the contractor has to either pot hole or .Air Spade each location to ensure that he is not going to damage the existing utilities. Revised: 5116112 i Packet Page -3042- �a - 7/24/2012 Item 16.E.5. ( #6) Additional Tree Removal: The removal of the 2 additional trees was determineo to pe necessary after it was found that they lie within the County ROW. Prior to construction it was not known if the 2 trees f in question were entirely on County ROW and therefore their removal was held in question. Upon determination that the 2 trees were not on private property — they were evaluated for removal. Both trees were found to be potential hazards to pedestrians and one of the trees was found to be a species listed by Florida Exotic Pest Plant Council as an invasive. ( #7) Maintenance of Traffic (MOT): The items contained in this change order involving additional work within the ROW of Devonshire Blvd. are required to have MOT. This additional MOT will be required for the removal of the 2 trees identified and the placement of laterals within the medians. ( #8) Payment and Performance Bond: The contractor is required to maintain proper bonding for the duration of the project. The increase in bond is a requirement of the contractors bonding company. i ( #9) (Deduct] Removal of (Bid Tabulation Line item 25) SAP line item 35: The removal of the 2 water meters was recommended upon discovery that PUD (Public Utility Division) could not provide a separate water bill for the Devonshire roadway segment atone. There currently is one utility bill provided for the entire project. Under consideration was the provision of a separate bill for Devonshire only. This provision is removed from the project by removal of the 2 water meters in accordance with PUD's established policy that does not allow `sub - billing' off an existing water meter. ( #901 (Deduct] Removal of (Bid Tabulation Line item 69) SAP line item 71: The original bid included this item so that the contractor could address any noted deficiencies in the control system. The field review of the existing controller indicated that no improvements or upgrades were necessary therefore this line item is to be removed from the contract. ( #11) Arid 60 (sixty) days to contract: The additional time required to provide for items as listed as. Item #9 Added areas on the ROW Edge, Item #2 Replace irrigation laterals and wire in medians; item #4 Air Spading, item #5 Root Grinding, and Item #6 Additional Tree Removal. Staff and Design consultant review of proposed days added to contract (60 days} indicates that the proposed increase is within the normal timeframe for performance of the activities outlined in the change order, Provide explanation why change was not anticipated in original scope of work. ( #1) ROW Edge Areas: The ROW Edge areas were originally thought to not be of significance in the scope of the refurbishment project: however, upon review with the advisory committee the members felt that irrigation of these areas which traditionally had received `overspray' from the Devonshire irrigation system should be provided refurbishment as well as the rest of the project. This additional value added. improvement will result in a better overall aesthetic value for the completed project. ( #2) Replacement _o_f_Existing Irrigation System Pipe and Wire in medians: Review of available record drawings for Devonshire indicated that the existing irrigations system had a 2 inch sub -main or lateral within the median and that the lines had been installed to the proper depth. The intention was to utilize this existing irrigation pipe and wire for irrigation of the medians. However, it was discovered that the fines were both undersized and installed to a shallow depth of 4 inches. ( #31 Contingency for Irrigation head Replacement: Original proiect investigation indicated that the existing irrigation heads were in reiatively good condition and may be utilized for the 'new' refurbished irrigation system. It was discovered upon further investigation during construction that some of the heads require replacement in order to ensure that the project is sustainable over the coming years. It was further determined that the contractor may have issues during `Final inspection Walkthrough in that some of the irrigation head may be inoperable at the time of Final inspection given that the contract currently has no allowance for irrigation head replacement. Revised: 5/16112 Packet Page -3043- 7/24/2012 Item 16.E.5. (#4) Air Spading: Air Spading is not considered a standard contract line item_ This project calls for this method of utility investigation in that the contractor has to know where the utilities are prior to installation of the irrigation laterals. The fact that the Centurylink lines are located along the entire length of Devonshire parallel to where the new irrigation lateral is to be installed calls for extra vigilance on the part of the contractor to find those existing Centuryiink lines prior to working in each area along the entire 2.085 linear feet of Devonshire. The existing Centuryiink cable in this location is a Fiber Optic multi - strand cable serving thousands of customers in Collier County. To perform this level of utility investigation is not typical of every project but is called for in this instance. ( #5) Root Grinding — Specific Location(s): Removal of the roots along the sidewalk was not called for in the original bid schedule as it was not thought that the roots were extending the full length of Devonshire and encroach upon the area that the lateral line is proposed. The original bid scheduled did call out for tree removal for 35 trees. The removal of the 35 trees has been successfully performed. Upon further digging near the removed trees and other areas along the roadway it was discovered that roots from 'prior existing trees' that were installed before the MSTU was created had intruded into the area where the lateral was to be placed. There is no method which could identify this type of condition prior to construction. Only upon physical excavation of each and every root can the contractor `cut' the roots and grind them to the proper depth as required for installation of the irrigation lateral. ( #6) Additional Tree Removal: The removal of the 2 additional trees was determined to be.necessary after it was found that they lie within the County ROW. Prior to construction it was not known if the 2 trees in question were entirely on County ROW and therefore their removal was held in question. Upon determination that the 2 trees were not on private property — they were evaluated for removal. Both trees were found to be potential hazards to pedestrians and one of the trees was found to be a species listed by Florida Exotic Pest Plant Council as an invasive. ( #7) Maintenance of Traffic (MOT): The items contained in this change order involving additional work within the ROW of Devonshire Blvd. are required to have MOT. This additional MOT will be required for the removal of the 2 trees identified and the placement of laterals within the medians. ( #8) Payment and Performance Bond: The contractor is required to maintain proper bonding for the duration of the project_ The increase in bond is a requirement of the contractors bonding company. (#9) iDeductl Removal of (Bid Tabulation Line item 25) SAP line item 35: The removal of the 2 water meters was recommended upon discovery that PUD (Public Utility Divisions could not provide a separate water bill for the Devonshire roadway segment alone. There currently is one utility bill provided for the entire project. Under consideration was the provision of a separate bill for Devonshire only. This provision is removed from the project by removal of the 2 water meters in accordance with PUD's established policy that does not allow `sub - billing' off an existing water meter. ( #10) (Deduct] Removal of (Bid Tabulation Line item fig) SAP line item 71: The removal of `Refurbish existing Scorpio Controller' is recommended as review of the ScorDiC Controller indicates that refurbishment is not necessary. This item was added to the bid so that if any deficiencies were found in the existing controller they could be addressed in the project. No deficiencies were noted and therefore refurbishment is not necessary. ( #11) Acid 60 (sixty) days to contract: The additional time required to provide for items as listed as: Item #? Added areas on the ROW Edge, item #2 Replace irrigation laterals and wire in medians. Item #4 Air Spading, Item #5 Root Grinding, and Item #6 Additional Tree Removal. Staff and Design consultant review of proposed days added to contract (60 days) indicates that the proposed increase is within the normal timeframe for performance of the activities outlined in the change order. 4, Describe the impact if this change is not processed: If change is not processed the ROW Edge areas identified would not receive Revised: 5116,112 8 Packet Page -3044- I t 7/24/2012 Item 16.E.5. irrigation leaving them dry and in need of water. The non - irrigated areas would nave a negarive impam U1 the overall appearance of the roadway. ( #2) Replacement of Existing Irrigation System Pipe and Wire in medians: If change is not processed the contractor would have to utilize the existing undersized irrigation laterals resulting in 'pressure loss' throughout the irrigation system in the medians causing plant material to die. Also, the contractor would damage the existing shallow laterals during planting of shrubs and trees causing leaks in the irrigation system. ( #3) Contingency for Irrigation Head Replacement: If change is not processed the contractor would have to leave inoperable irrigation heads installed in place and note them for future replacement by a maintenance contractor. The Final Inspection would be difficult to perform as there would be pressure loss from those inoperable irrigation heads affecting the operation of the system. Also, it would be difficult to determine that the plant material installed has proper coverage. This item if not done may affect the warranty provide by the contractor, (#4) Air Spading: If change is not processed Air Spading could not be done. The resulting condition would be undesirable for all parties involved (contractor, county. and Centurylink). The chance of the contractor causing damage to the Centuryiink line would be significantly increased in the absence of Air Spading. 45) Root Grinding - Specific Location(s): If change is not processed the existing roots would interfere with the installation of the irrigatior lateral proposed aiong the edge of the sidewalk. This would result in the irrigation lateral being placed very shallow and possibly 'at grade' with no soii coverage on top of the lateral line. ( #6) Additional Tree Removal: If change is not processed the quantity 2 trees would remain in place and cause a hazard condition for pedestrians using the sidewalk on Devonshire, The trees would eventually fall onto the newly planted shrubs and trees causing damage and potentially harming pedestrians walking along the sidewalk. ( #7) Maintenance of Traffic (MOT): if change is not processed the contractor would not be able to perform additional (required) MOT while working in the County ROW. A hazard condition would be created potentially causing a motor vehicle accident or pedestrian accident. (#8) Payment and Performance Bond: If change is not processed the contractor couid not maintain proper bonding affecting his ability to adhere to County requirements for bonding, ( #3) rDeduetl Removal of (Bid Tabulation Line item 25) SAP line item 35: The MSTUlCounty would not realize the cost benefit of this reduction until final cicse -out of the project. The recommendation to remove the 2 water meters from the contract is so that the cost benefit is fully assessed in this proposed change. The total reduction per this item is - $(2,330.00). ( #10) rDeductl Removal of (Bid Tabulation Line item 69) SAP line item 71: :,here would be no cost benefit in reduction of the - ($530.O0) line item which is not needed. W 1) Add 60 (sixty) days to contract: If change is not processed the contractor would not have enough time to complete the work proposed in this change order. The contractor would have to close out the project with items not completed. t Type of,Change f. Mbd ficatioii j Panned % ^' '_. Elective - � 2. Unforeseen conditions /circumstance 1 3. Quantity or price adic:stmant Revised: 511 a' 12 9 Packet Page -3045- 7/24/2012 Item 16.E.5. i ❑ 4. Correction of errors) 5. Value added 6. Schedule adjustment C n m ge Rea -ba Contracicr/ConSUltant E Owner :Z:--Usinq Department Design Professional iJ Regulatory Agency (specify). i Z Other (specify): Radio Road IVISTU Committee Advisory Pur--hasin.- Professional Participated in Negotiation of Chanae i Modific:atior: ❑ Yes Z No Approved Dy. Date: --r Name and Title.�prryi Richard, 5*.6iect M2pMger 77 Reviewed by 1-,, Date: Procurement Strategist's Name: Rhonda Cummings Revisec:: 5/16/'2 10 Packet Page -3046- Cr-ar Coumly Adrk isbaM Ser4ioes Dwisim Purm Z Contract Change Request 7/24/2012 Item 16.E.5. Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: 08- Mod #: 4 PO/Work Order #: 45- Project Name: ABC Standard & Pilot 5130 108526 Bridge Construction ^Project #: 66066 Project Manager: Department: Transportation Contractor /Firm Name: CM= Marlene Messam i Engineering Associates, Inc. Original Contract/Work Order Amount $ ;395:012.00 5/1'2/09 Original BCC Approval Date, Agenda Item #1685 Current BCC .Approved Amount $ 462.307.0_0_ 11/8/20t1 Last BCC Approval Date; .Agenda Item #15A10 Current Contract/Work Order Amount $ 462;30700 SAP Contract Expiration Date (Master) Dollar Amount of this Change ''$6:500:00. 18.68% Total Change from Original Amount Revised ContractlWork Order Total $468.807.00 1.41% Chanae from Current BCC Approved Amount ,Cumuiative Changes $73,795.00 1,41% Chanae from Current Amount Completion Date, Description of the Task(s) Change. and Rationale for the Change Oriainai notice to oroceed Last approved completion date: Revised compietion date (inci es this completion date: 01'27'2010 12/88T, f d change): 6/02/2014 Number of days accred (if Explain why additional days are needed (detaiiedispecific): extension. must attach current insurance certifiicate(s) from SIRE Addi' nal s are needed for bidding se es and to complete post design services. or obtain from venaor;: 0 i Ais�. design a parallel pact to provid sa ty imp ents 23`° St SW is berg complete . The Co my ould like 16 le the :23M S, S saf ty i pro ment pribiect with the #nstruc on of t e bridg s under ne c tra Wi h bot rrp etire j being combined p ject , it is anti ipate that tine c st ction t anon fop proiect will be 2.5 v due tc the ing of the co fined roiect. j Add new taskis) ❑ Change tasks) ❑Delete tasks) L Other ;spedry): 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): The design contract was approved by the board on May 12, 2009. Design has been now completed and Construction Bids were received December 15, 2,011 'r iowever, due to budget constraints the project is being scaled back and the new bridge planned to be constructed at 23`° St SW aione with the roadway improvements will be eliminated from the construction; project. instead, a temporary bridge will be erected over the Golden Gate Canal at 23'' St SW to facilitate maintenance of traffic. The temporary bridge will be removed upon completion of the White Blvd. Bridge construction. 2. Provide detailed rationale for the requested change: I a Engineering specifications to erect the temporary bridge are needed to provide to the contractor. 3. Provide explanation why change was not anticipated in original scope of work: b) This change could not have been anticipated in the originai scope as no one could foresee revenue shorttalls and budget curts would lead to the demise of the new bridge at 23M Street SW, 4. Describe the impact if this change is not processed: a` Staff does not have the capability to provide structural engineering services. Type of Change t Modification Z 1. Planned ! Elective , 2. Unforeseen condiiionsicircumstance i ❑ 3. Quantity or orice adiustment L 4. Correction of error,y i E! 5. Value added sy. Schedule adiustment Revised: '/27111 Packet Page -3047- Packet Page -3048- r "> 7/24/2012 Item 16.E.5. Purchasing Department Change Modification Form Pur"hasi�,^. Z Contract Chance Request ❑ Work Order Modification Contract #: 11- Change #: " PO/Work Order #: 45- „Project Name: Tiger ail Beach Dune 5623 129117 J Walk Over & Boardwalks Project #: 90093." Project Manager: Clint I Department: Coastal Zone i Contractor/Firm Name: OAC Action Perrvman Management i Construction. Coro. iOhglral ContractWork Order Amount $ 778.377ZO Original BCC Approval Date; Agenda Item # i ;Current BCC Approved Amount $ 778,377.00 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount S 778277.00 SAP Contract Expiration ::ate (Master) iDollar Amount of this Change $0.0D 0..00 °lo Total Change from Original Amount lRevised Contract/ Work Order Total 6r r8.3Ti.00 j 0.00 %. Change from Current BCC Approved Amount Cumuiat'rve Chances �8� 0OI I Q:OC% Chance from Current Amount Completion Date, Description of the Task(s) Change, and >Rationate torthe Original compietion date: July i Last approved completion date: July 2r..` ' ^, 2D12 range Revised completion date (inciudes this change): _Decenabe;:-�' 611 Numner of days added : 180 Days Each step on the contract modification checklist form has been reviewed prior to me submitting for approval ;this box must be initialed by Proiect Manager} _ Add new task(s) !_ Change task(S) _ Delete taskt;sj Other (specify): Extend Duration of Contract 1. Provide a detaiied and specific explanation of the requested change(s) to the task(s) andior the additional days added: This change order request to extend the duration of the contract is required and necessary to allow the contractor ample enough time to receive his material for the completion of the project. The contractor diligently ordered the required materials for the project well in advance of the commencement date; however; due to no fault of his own the material has been substantially delayed from the manufacturer located in Brazil. T'he contractor has provided sufficient written documentation from the manufacture regarding the circumstances of the delays, and further proof that the contractor is working against these odds. The material in question is an IPE wood product that is a Brazilian hardwood and is only produced in Brazil. However, the contractor was recently successful in locating a rare supply of material from a dealer located in North Carolina and was able to comoiete the construction on two of the five boardwalks. The contractor understands the severity of the contractual requirements to fulfill his contractual performance obligations and has agreed to expedite the required actions necessary to complete the project within the specified duration of time. Provide detailed rationale for the requested change: According to the general terms and conditions of the contract section ;. the contractor is entitled to an extension of time due unforeseen site conditions that was no fault of the contractors. The contractor was diligent in ordering the required materiai for the proiect well in advance of the construction commencement however, the contractor encountered substantial deiays from an overseas material manufacture, therefore, the contractor is entitled to a remedy of a time extension only in order to fulfill the performance obligations of his contract. 3. Provide explanation why change was not anticipated in original scope of work: The contractor was unaware of the circumstances encountered and did not anticipate the unforeseen site conditions because the contractor was diligent in ordering the required material well in advance of the commencement of construction. The Brazilian product manufacture encountered extensive probiems with an extended rainy season and contract iabor delays. 4. Describe the impact if this change is not processed: The contractor will be denied the remedy under the terms and conditions of the contract to fulfill his contract performance obligations, and the oroiect will be rendered in an uncompleted status requiring further contractual procurement measures. Type of Change / Modification Revised: 5115112 i Packet Page -3049- 7/24/2012 Item 16.E.5. LJ I. Planned / ciective � 2. Unforeseen conditionsicircurnstance 1 L3. Quanti ty or price adiustment U 4. Correction of errors, L5. Value added ; !! 6. Schedule adjustment Change Requested By CantractDr /Consultant ! 1 1 Owner Using Department S Desion Professional Regulatory Agenc �soed 'y r especifyy ' Purchasing Professional Particicated in Neaovation of Change/ Modification. Kyas i Nn Kporovea try: Name ana Ti. Date: Procurement Packet Page -3050-